Loading...
HomeMy WebLinkAboutPW15-366 - Original - Univar USA, Inc. - Water Treatment Chemicals for 2016 - 11/12/2015 ry ar Records luleei`nt KENT Document WASNINOTON xa M1wti CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Univar USA, Inc. Vendor Number: JD Edwards Number Contract Number: VkV15- -5U,LC This is assigned by City Clerk's Office Project Name: Water Treatment Chemicals for 2016 Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 11/12/15 Termination Date: 12/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kevin Swinford Department: PW Operations Contract Amount: $5,704.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The Vendor shall supply water treatment chemicals to the City's Water Department for 2016. As of: 08/27/14 KENT GOODS & SERVICES AGREEMENT between the City of Kent and Univar USA, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Univar USA, Inc. organized under the laws of the State of Washington, located and doing business at 8201 S. 212t" St., Kent, WA 98032-1994, Phone: (253) 872-5000/Fax: (253) 572-5041, Contact: Jennifer Perras (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: II The Vendor shall supply the City of Kent Water Department with water treatment chemicals (bid item 7, 8 and 12) according to the bid proposal submitted October 20, 2015, which is attached as Exhibit A and incorporated by this reference. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by December 31, 2016. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Five Thousand, Seven Hundred Four Dollars ($5,704.00), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Compensation of up to $5,704,00 is based on an estimate annual need. Actual need may vary as follows: Item 7: zero to 2,400 gals. Item 8: zero to 1,200 gals. Item 12: zero to 1,000 gals. Therefore, actual compensation will be between $0 and $5,704.00 and be based on the exact quantity of chemicals ordered by the City. Vendor shall be paid after submittal of invoice. GOODS & SERVICES AGREEMENT - 1 ($20,000 or Less, Incl. WSST) If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to GOODS & SERVICES AGREEMENT - 2 ($20,000 or Less, including WSST) III reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. GOODS &SERVICES AGREEMENT - 3 ($20,000 or Less, including WSST) I i D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable GOODS & SERVICES AGREEMENT - 4 ($20,000 or Less, including WSST) attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. GOODS & SERVICES AGREEMENT - 5 ($20,000 or Less, including WSST) H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act, The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITYy O�F`rKENT: 4)1 By. �_e'.., , a t C t�;.,.-f , , := a- By: t . :1. r (signature) 11 (signature) Print Name: ., ;,e s �( i .. Print Name: David A. Brock P.E. Its: a°..- Its: Public Works Operations Manager ff (title) /' DATE: sM1a Gr t at DATE: 11/1.4 /5`� / NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Jennifer Perras Timothy J. LaPorte, P.E. Univar USA, Inc. City of Kent 8201 S. 212" St. 220 Fourth Avenue South Kent, WA 98032-1994 Kent, WA 98032 (253) 872-S000 (telephone) (253) 856-5500 (telephone) (253) 572-5041 (facsimile) (253) 856-6500 (facsimile) Unwar-2016 Water Che.1.1,/5,1nbrd GOODS &SERVICES AGREEMENT - 6 ($20,000 or Less, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By,;- 'tea X For: d 9t j a >✓� s Title: L 1 F Date: it �14 EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. a I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: I EEO COMPLIANCE DOCUMENTS - 3 of 3 Exhibit A I WATER TREATMENT CHEMICAL SUPPLY FOR 2016 PROPOSALFORM The undersigned hereby proposes to provide all equipment, labor, materials and supplies to perform the service as specified in this contract (see Special Provisions 1.3 & 1.6) for the following fees: pp Bidder's Name: ✓cw Item Estimated Description Bid Unit Total Annual Unit Prices Usage 7 2,400 12 1/2% Sodium Hypochlorite in r $ � GALS* 500-1,000 Gal. Deliveries BULK GAL. �o FOB 212th St, Treatment Plant Total $ 2, l Ao . *Estimated annual need is 2,400 Gals. Actual need may vary, I , I Company Submitting Proposal I Autho ized Signature Note: contractor must submit a firm proposal for the contract term(s). i i WATER TREATMENT CHEMICAL SUPPLY FOR 2016 PROPOSALFORM The undersigned hereby proposes to provide all equipment, labor, materials and supplies to perform the service as specified in this contract (see Special Provisions 1.3 & 1.6) for the following fees; Bidder's Name: Ur),l1(0.4- LLZA Item Estimated Description Bid Unit Total Annual Unit Prices Usage 8 1,200 12 1/2% Sodium Hypochlorite In $ $ GALS* 100 to 400 Gal. Deliveries BULK GAL. 1,Z4 IL11as, coo FOB Garrison Well Total $ I *Estimated annual need is 1,200 Gals. Actual need may vary. I U,�;Lfa,- Company Submitting Proposal i j u on ed Signature Note. Contractor must submit a firm proposal for the contract term(s). WATER TREATMENT CHEMICAL SUPPLY FOR 2016 PROPOSAL FORM The undersigned hereby proposes to provide all equipment, labor, materials and supplies to perform the service as specified in this contract (see Special Provisions 1.5 & 1.6) for the following fees: Bidder's Name: Uri-mCW LAOA- Item Estimated Description Bid Unit Total Annual Unit Prices Usage 12 1,000 25% Sodium Hydroxlde $ $ GALS* 1,000 to 2,000 Gal. Deliveries BULK GAL, 7-4 FOB 212th Treatment Plant W � Total *Estimated annual need is 1,000 Gals. Actual need may vary. i I Company Submitting Proposal I Aut orized Signature Note: Contractor must submit a firm proposal for the contract term(s). EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. i i EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. AC l20 0® DATe(OM g 2015 CERTIFICATE OF LIABILITY INSURANCE 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 I the terms and conditions of the policy,certain policies may require an endorsement.A statement oil this certificate does not confer rights to the c certificate holder in lieu Of such endorsement(s). PRODUCER CONTACT 'O NAME: Ann Risk Services Central, Inc. Philadelphia PA Offi Ce (a/c No.Exq; (866) 283-7122 ac No ; 800-3G3-0105 v One Liberty Place E-MAIL O 1650 Market street ADDRESS: _ Suite 1000 INSURERIS)AFFORDING COVERAGE NAICN Philadelphia PA 19103 USA '... INSURED INSURERA: Illinois Union Insurance Company 27960 UNIVAR USA INC INSURER B: National Union Fire Ins Co of Pittsburgh 19445 3075 Highland Parkway INSURER C: New Hampshire Ins Co 23841 Suite 200 Downers Grave IT 6051S USA INSURER O: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570069952979 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 LTH TYPE OF INSURANCE INSO WVO AUUL dude POLICY NUMBER MM1VDDITTTY MMIDDNYY LIMOS B X COMMERCIAL GENERAL LIABILITY GL EACHOCCURRENCE S3,000,000 SIR applies per policy terns & condi ions DA GETO RE—N—T717 $300,O66 CIAIM115Al4DE ❑X OCCUR PREMISES Ea occimence NED EXP(Any one poison) Excluded PERSONAL&JDY INJURY $3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $3,000,000 m % POLICY ❑ O-PRO ❑LOC PRODUCTS-COMPIOP AGO $3,000,000 JEC7 'a 0 OTHER: n B AUTOMOBILE LIABILITY CA 4806893 03/01/201506/01/2016 COMBINED SINGLE Uml r $5,000,000 N Cormle rci al Auto (ADS) Ea accident „ B X ANY AUTO CA 4806994 03/01/2015 06/DI/2016 BODILY INJURY(Per person) O ALL OWNED SCHEDULED Commercial Auto (MA) BODILY INJURY(Per acddenl) R,1 B AUTOS AUTOS CA 4806895 03/01/2.015 06/01/2016 PROPERTY DAMAGE y HIREDAHTOS NON-OWNED Comme rei al Auto (VA) Per accident tP AUTOS Y A O X UMBRELLA LIAB X OCCUR xCEG27380566002 03/01/201506/01/2016 EACH OCCURRENCE S4,000,00 SIR applies per policy terms & condi ions AGGREGATE S4,000,000 EXCESS LIAR CLAIMS-MADE DED I X RETENTION c WORKERSCOMPENSATIONAND WC001591 YIN (ADS) 03/01/2015 03 01 2016 PER OTH- EMPLOYERS'LIABILITY X STATUTE 0 PNT PROPRIETOR/PARTNER I L)ECUTIVE WC001591223 03/01/2015 03/01/2016 E.L.EACH ACCIDENT $1,000,000 OFFICERM ILIER EXCLUDED? NIA Gardatoryin NH) (MA, ND, WI, us') EL.DISEASE-EA EMPLOYEE S1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT S1,000,000— DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD tut,Additional Remarks Schedule,may be attached if more space Is required) RE: Delivery of ?later treatment chemicals, Location: All ship to locations in the Rid. City of Kent is included as --. Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. The WE Insured is self-insured for physical damage to their vehicles. A Waiver of Subrogation is granted in favor of Certificate I-. Holder in accordance with the policy provisions of the General Liability, Automobile Liability and workers' Compensation policies. 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 Kent AUTHORIZED REPRESENTATIVE Attn: Sean Bauer 4 Ave S.Ken WA Kent WA 98032 USA ©19B8-2014 ACORD CORPORATION.All rights reserved. ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD I AGENCY CUSTOMER ID: 570000014538 ',... LOC p: "�— ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMEDINSURED Ann Risk services central, Inc. UNIVAR USA INC POLICY NUMBER see certificate Number: 570059952979 CARRIER NAICCODE see certificate Number: 570OS9952979 EFFECTNE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC# INSURER INSURER INSURER INSURER ADDITIONAL POIACIES If a policy below does not include limit information,refer to the corresponding policy on the ACORD col Li form for policy limits. t POLICY POLICY !. IN'SR ANDY SUER EFFECTIVE EXPIRATION !, LTR TYPEOF INSURANCE INSD WNI) POLICYFUNBER Lla1I"RS DATE D,\9'E [,INIllUIYI'Y\ BIM1iIOD/1'Vl'\q AUTOMOBILE LIABILITY B CA 4806890 03/01/2015 06/01/2016 combined ss,000,000 Truckers Liability (AOS) Single Limi B CA 4806891 03/01/2015 06/01/2016 Truckers Liability (MA) B CA 4806892 03/01/2015 06/01/2016 Truckers Liability (VA) WORKERS COMPENSATION B N/A xwc1591222 03/01/2015 03/01/2016 (CA, ON, OR, WA) SIR applies per policy to ms & conditions C N/A WCOOI591721 03/01/201S 03/01/2016 (FL) c N/A wc012948466 03 O1/2015 03/01/2016 CIL, KY, NC, NH, UT) !! C N/A wc012948467 03/01/2015 Q3/01/2016 (AK, AZ, CA) c N/A wco12948468 U3/01/2015 03/01/2016 (NJ, PA) ACORD 101(2000101) OO 2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD AL GENERAL LIABILITYCOMMERC POLICY NUMBER: GL 280-29-79 1 CG 20 10 04 13 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION 7hla endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization st Location sl Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT SECURE OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO, Information required to complete this Schedule, if not shown above, will ba shown In the Declarations, i ill CG 20 10 04 13 0 Insurance Services Office, Inc., 2012 Pagel of 2 0 A. Section II - Who Is An Insured Is amended to or"property damage" occurring after: Include as an additional insured the persons) or 1. All work, including materials, parts or crganlzation(s) shown Ih the Schedule, but only equipment furnished in connection with such with respect to liability for "bodily injury", work, on the project (other than service, "property damage" or "personal and advertising maintenance or repairs) to be performed by injury" caused, in whole or in part, by: or on behalf of the additional insured(s) at 1. Your acts or omissions; or the location of the covered operations has 2. Thu acts or omissions of those acting on been completed; or your behalf; 2. That portion of `your work" out of which the injury or damage arises has been put to in the pofformance of your ongoing operations its intended Lisa by any person or for the additional insumdis) at the location(5) organization other titan another contractor or designated above. subcontractor ongagod in performing However; operations for a principal as a pan of the 1. The lnsuronca afforded to such additional same project. Insured only applies to the extent permitted C. With respect to the insurance afforded to these by law; and additional insureds, the following is added to 2. If coverage provided to the additional Section ill-Limits Of Insurance: insured Is required by a contract or If coverage provided to the additional insured is agreement, the insurance afforded to such required by a contract or agreamont, the most additional insured will not be broader than we will pay an behalf of the additional insured that which you are required by the contract is the amount of insurance: or agreement to provide for such additional 1. Required by the contract or agroament; or insured, 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional Insureds, the following additional whichever is loss. exclusions apply: This insurance does not apply to "bodily injury" This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. i Page 2 of 2 0 insurance Services Office, Inc., 2012 CG 20 10 04 13 0 ENDORSEMENT This endorsement,offoctive12,01A.M. 03/01/2015 forms apartof Policy No.St. 280-29-79 issuodto UNIVAR USA INC. by NATIONAL. UNION FIRE INSURANCE COHPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE This endorsement modiriss Insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAUE FORM Section IV - Commoraloi General Liability Conditions, 4. - Other Insurance, b.- Excess Insumnce, Is amended to mad: b. F.xcesslnouranoo This lnsumnoo Is excess over any of the otherinsumnoo whether prlmary, oxness,contingent or an any other basis: (1) Unless such Insurance Is spocilloalty purchased to apply as excess of this policy, or (21 you ere obligated by contract to provide primary Insurance. When this insurance to excess, we will have no duty under Coverage A or 0 to defend any claim or "suit"that any other insurer has a duty to defend. if no other insurer defends,we will undertake to do no,but we will be entitled to the insured's rielits agalnst all those other Insurers. When this Insurance Is excess over other lnsumnoo,we will pay only our share of the amount of the foss, If any, that exceeds the cum of: (11 The total amount that all such other Insurance would pny for the loss in the absence of this Insurance; and (2( The total of all deductible and self-Insured amounts under all that other Insumnce. We will share the ram alning loss,If any,with any other insurance that is not described In this Excess tnsuron❑o provision and was not bouehtspoclRGally to apply in excess oftho Limits of Insurance shown in the Doolarotlons of this Coverage Part, L " 4�0�RJZUD REP G SE Tiles� 67265 (3/971 i ENDORSEMENT# This endorsement, effective 12:01 A.M. 03/01/2015 forms a pnrtof Policy No.GL 280.29-79 Issued to UNIVAR USA INC. EyNATtONAL UNION FIRE INSURANCE COHPANY OF PITTSEUROH, PA THIS ENDORSEMENT CHANGED THE POLICY. PLEASU nEAD IT CAREFULLY. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follovrs: In the event that the Insurer cancels this policy for any reason other Ilion non-pnyment of premium, and 1, the ouncellotion affectNa data Is prior to this policy's expiration date; 2. the Fhat Named Insured Is under no existing contractual obligation to notify a cortlficate holder when this policy is canceled (hereinafter, the "Certllicate Holdor(c)") and lies provided to the Insurer, either directly or through Its broker of record,the emal( address of a contact at each such entity: and 3. the Insurer received this information attar the First Named Insured receives nation of cancellation of this policy and prior to this policy's cancellation affective date, via an electronic sprundshoot that is accsptahlo to the Insurer, the Insurer will provide advice of cancellation (the °Advica") via e•mall to each such Certificate Haldurs within M days after the First Named Insured provides such information to the tnsurar, provided, however, that It a specific number of days In not stated above, than ilia Advice will be provided to such Certificate Haldot(sl as soon as reasonably practicable after the First Named Insured provides such information to the Insurer. Proof of the insurer emalline the Advice,using the Information provided by the First Named Insured, Wit serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not effect, in any way, coverage provided under this policy or the cancellation of ihls policy or the oNootive date thereof, nor shall this endorsement invest any rights In any entity not insured under this policy. Thu foilow(ng Definitions apply to this endorsement: 1. First Named insured means the Named Insurad shaven on the Dooltrntlons Page of this policy. 2. insurer means the insurance company shown in the header on the Declarations page of this policy. All othsrterms,conditions and exclusions shall mmalnthosoma, L'7�—S Authorized Represents a 107414(031111 Pago 1 ENDORSEMENT NO. 1 This endorsement, effective 12:01 AM, March 1, 2015 Forms a part of Policy No: PLS 6292901 Issued to: UNIVAR INC. By: LEXINGTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED(S) ENDORSEMENT It is hereby agreed that the following entity(s) is (are) included as an additional insured(s). Coverage for such additional insured(s) applies under this Endorsement: 1. Solely to the additional insured's liability arising out of the Named Insured's ownership, operation, maintenance or use of the Insured Property(ies); and 2. Only if the additional insured is named in a suit as a co-defendant with the Named Insured, alleging the additional insured is liable on the basis described in paragraph 1 above. ADDITIONAL INSURED(S) Entities where required by written contract dated prior to Loss, Claim or Emergency Response. All other terms, conditions, and exclusions remain the same. ENDORSEMENT This endorsement,effective 12:01 A.M. 03/01/2015 forms a pan of policy No.CA 480.68.93 issuadto UNIVAR USA INC. byNATIONAt, UNION FINE INSURANCE COHPANY of PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-WHERE PXOUIMD UN13PR CONTRACT OR AGRMMENT This ondarsemetitmodlAos insuronos prav(dedenderthe followla9t BUSINESS AUTO COVERAGE FOAM SCTdEDIJLE ADOMONAL INSURED: ANY PERSON OR A NU n C ON LIREDSAUSBUTONoHWuseF8 ONPLRsoNQRaRaANf oTO TNB COVERED "AUTO". 1. SECTION II•LIABILITY COVERAGE,A.Covorogo,1.-Who Iv Insumd, Is emended to odd! d. Any person or organlzallon, shown In the schedule above,to whom you bocoma obUgatod to Inaiado as en additional Insured vador this policy,os a result of any contraat or agreament '.... you anter into which raquirae you to furnish Insurance to that person or amanizoilon of the typo provided by this policy,but only with respoot to ilabirtty arising out of use of a covered "auto",However,tho insurance provided will not exceed the lesser of: (1) The coverage ondlorllmlto of this policy,ar (2) The covarago ondlor limits required by sold contract or agreemant. Authppod���ggotdpl Rappras atotw or A pgcohle7notUf0 On States Whale 87950 (tOI08) Page t of 1 ENOORSErd&NT Thls endorsement,etfeotive l2;01 AM. 03/01/2015 forma o pod of poltey No. GA A80.68.93 Issued toUN[VAR USA INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSOUROH, PA THIS ENDORSEMENT CHANGES THE POLICY,PLEASE READ Ir CAREFULLY. WAIVER OFTRANSFER OF RIGHTS OF RECOVERYAGAINST o-rHERs TO us Thisendorsemanlmodl6eslnsurancapm&ad under the foflol tq: BUSINESS AUTO COVERAGE FORM Soctlon W- Businoas Auto Conditions, A. - Loss Cotndlllane, 6. . Transfer of Rights of Reeovaw Against Othars to Us,Is amondad to add: Hawaver,we will walve any right or recover we have egalnst any parson or organizatlan with whom you have entered into a contract or sgreement because,of paymenLs wa maka under this Coverage Form adaing out of an"uaoktont" or°loss` Nt (1) The "acoldont" or 'lase" It dun to operations undertaken In accordance with the contract oxistlng batwoan you and such person or ovahelionl and (2) The contract oragreamont was onlomd Into pdortoany"eootdcnl" or"loss°. No walvor or the fight of recovery will dtreclly or Indirectly apply to your amployeas or employees of the pereon or organizallon,and we reserve our r(9hte or Ilen to be retmbumod from any recovery funds obtained by any InJured employee. AUTHORIZED gift'lIll- 62897(WSU) i EXCESS WORKERS COMPENSATION ENDORSEMENT Thlaandarsament,effecgvO12:01A.M, 03/01/2015 forme a part of pollcy No.XWC 159-12.22 Issued to UNIVAR USA INC. byNATtONAI UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA WAIVER Or SURROGATiON '.. (Verslan 9) It is agreed that.Sectlon G. Recovery From Others, of Pert One, Workers Compensallon Insuranco and SecUcn F. Recovery From Others,of Part Two,Employers!.lability,Insurance are amended to Include the following: In the avant or any payment under this pollcy for a loss for which you have waived the right of recovery In a wrliten contract entered Into prior to the Ios%we hereby agree to also waive our dghl or recovery but only with:aspect to such loss. All otherierms,conditions and eXcluslons shell remain the same. fi69gq(1197) AUTHORIZED REPRESENTATIVE EXCESS WORKERS COMPENSATION ! ENDORSEMENT I This endorsement,effective 1?-Z A.M. 03/01/201.5 forms a part of polloy No.XNC 159-12-22 issued to UNIVAR USA INC, by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA ALTERNATE EMPLOYERENUORSEMENT This endorsement eppiies only as respects Bodily Injury by Accldant or Bodily friary by Dlseasa to your employees While In the course of epoclal or temporary omploymanl by the citomme employer in the glate(s)Ilsted In the Schedule below. Part One, Workers Componsallon Insurance, and Pert Tw❑,Employers Llablllty Insurance,WA apply as Uwugh the alternate emplayorle insured. Under Pad,One,Workers Compensation Insurance,wewill ralrnburse iho allamole umplayor ferlho bonafita required by Iho Workers Compansellon Low If we are not permuted to pay the hanaOfs dlreolly to the persons entilled to them. The tnauranco afforded by this andorsement Is not Intended to sallsfy the alternate employees duty to secure Its obllnalions under tho Workers Compensation Law. We 5vill notfilo evidence of thin insurance on behalf of the altemete emptoyerwilh any govgmment agency. We Wilt not ask any olher Insurer of the altarrato employer to share with us a loss covered by this endorsement. Premlam wik be charged foryour employees white in the George of apeclaf or temporary employment by the alternate employer. This pokey may be canceled according to Its terms wlihout sending nolloe to the alternate employer. The pmvtstons of part Four,Claims,apply to you and to the altentolo employer.The alternate amployor Wit rocaOnizo ourdoht to Inspect under Part Six,Provlalon C. Page 1 of 2 02042lmras) SCHEDULE Slate(s)of Special Or '... AUemal�oyar Address Temporary Employment ANY ALTERNATE EMPLOYER i jl OF YOUR EMPLOYEES. I I Ail other terms,conditions and valuslons shall remote the same. AUTHORIZED REPRESENTATIVE Pago 2 of 2 6'W2(sales) i LU Ln z LU 9 5 0 inp, is L u L LU z HN ir om� �N Iluo I Hai iraca uj o Z Lli u --j V) Lu • I FLIZARETII A.RECK,ARM Director, Globot Risk Mormgement j 3'ss> f� p office:1 425 339 3 791 � Ind a 4.£"'L f :1 425&89 4136 3 email:Irz.beCka@univnrusa,com MEMORANDUM; From; Univar Inc. Global Risk Management Re: Insurance Requirements and Contract Language To Whom It May Concern: Unlvar Inc. Is a$10+billion global organization with a strong balance sheet and a sophisticated risk management and insurance program.We purchase insurance strategically and have purposefully designed our program to be equipped to respond to various contractual needs in a timely and efficient manner. In a case where you have contractually required us to evidence insurance,and possibly also include you as an additional insured, and/or waive our rights of subrogation against you,we will: • Issue a standard ACORD certificate of insurance through our broker partner that will adequately evidence all required insurance coverages and any special provisions.This Is the universally accepted practice In the insurance Industry; m In rare circumstances,there may also be a need for Univar to furnish actual policy endorsements. In these limited circumstances,we will agree to attach our standard additional insured and/or waiver of subrogation endorsement(s)as required by contract; c Our insurance policies are N6f equipped to issue a stand-alone endorsement that separately lists the customer name. As noted,we are not able to deviate from our standard approach outlined above.This would create Inefficiencies and delayed response times. Our standard certificates of insurance and corresponding endorsements provide the same coverage,no more, no less,than a stand-alone endorsement would provide.We have attached sample copies of the standard endorsements referenced above.These endorsements are readily available and allow for us to be automatically compliant with the contract(subject L, to the policy's terms and conditions). We trust this explanation will be received as satisfactory, however please do not hesitate to contact us with any questions or concerns. Kind regards, Elizabeth A. Beck //Enclosures—CGL policy's Additlonal Insured Endorsement and Waiver of Subrogation Endorsement. univar Inc. Redmond WA w:anivar.cam