Loading...
HomeMy WebLinkAboutPW16-409 - Original - Univar USA, Inc. - 2017 Water Treatment Chemicals - 11/16/2016 fI, Records KENT k �� Documenf WASHIN.T.N i 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: ?y''"t(f-4(n This is assigned by City Clerk's Office Project Name: 2017 Water Treatment Chemicals Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 11/16/16 Termination Date: 12/31/17 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment i Contract Manager: Tom Cunningham Department: PW Operations Contract Amount: $5,776.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide water treatment chemicals to the City's Water Department. 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. 212th St., Kent, WA 98032-1994, Phone: (253) 872-5000, 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: 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 18, 2016, 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, 2017. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Five Thousand, Seven Hundred Seventy Six Dollars ($5,776.00), 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 $5,776.00 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 $5,776.00 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, inch 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 GOODS & SERVICES AGREEMENT - 2 ($20,000 or Less, including WSST) time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to 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) 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. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: CITY OF KENT: t 6 y (signatur x (signature) Print Name w "- ,4 AA=., Print Name: David A. Brock, P.E. Its: h a A+ AAA . Its: Deputy Director Operations Manager - (title) DATE: -' DATE: 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. 2121h St. 220 Fourth Avenue South Kent, WA 98032-1994 Kent, WA 98032 (253) 872-5000 (telephone) (253) 856-5500 (telephone) (253) 572-5041 (facsimile) (253) 856-6500 (facsimile) Univar-2017 Water Chemicals/Cunningham 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. F For: frt` ,•V Title: Date: lie ✓14 I 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, 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. 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 i EEO COMPLIANCE DOCUMENTS - 3 of 3 i i EXHIBIT WATER TREATMENT CHEMYCAL SUPPLY FOR 2017 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 fee s: Bidder's Name: ILANwo-✓ L tR Item Estimated Description Bid Unit Total Annual Unit Prices Usage 7 2,400 12 1/2% Sodium Hypochlorite in $ $ 30 CD GALS* 500-1,000 Gal. Deliveries BULK GAL ( ' tPZct FOB 212th St. Treatment Plant Total *Estimated annual need is 2,400 Gals. Actual need may vary. U Company Submitting Proposal Authorized Signature Note: Contractor must submit a firm proposal for the contract term(s). WATER TREATMENT CHEMICAL SUPPLY FOR 2017 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 1.3 & 1.6) for the following fees: Bidder's Name: ILIA W ch-v t L Item Estimated Description Bid Unit Total Annual Unit Prices Usage 8 1,200 12 1/2% Sodium Hypochlorite in $ � cra GALS* 100 to 400 Gal. Deliveries BULK GAL. FOB Garrison Well Total *Estimated annual need is 1,200 Gals. Actual need may vary. Le it , Jcw � lk c . Company Submitting Proposal aL; Autho zed Signature Note: Contractor must submit a firm proposal for the contract term(s). WATER TREATMENT CHEMICAL SUPPLY FOR 2017 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 1.5 & 1.6) for the following fees: pp I Bidder's Name: Item Estimated Description Bid Unit Total Annual Unit Prices !, Usage 12 1,000 25% Sodlum Hydroxide GALS* 1,000 to 2,000 Gal, Deliveries BULK GAL. ( • z-4 4, FOB 212th Treatment Plant Total *Estimated'annual need is 1,000 Gals. Actual need may vary. Uuv-y Co.-,r Lo-�A- �u . Company Submitting Proposal Author zed 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 11 85. 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 1185 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 11 85. 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, -� DATE MMIDDlfYYYY �R®® CERTIFICATE OF LIABILITY INSURANCE dEID,IZDs ' 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 have ADDITIONAL INSURED provisions or he endorsed, If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement,A statement on w this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). .0 PRODUCER CONTACT 9 NAME: _ ADD Risk Services Central, Inc. (Me�No.e.p: (565) 283-7122 aG No 800-3fi3-OIDS v Philadelphia PA office One Liberty Place EMAIL o 1650 Market street ADDRESS: 2 suite 1000 Philadelphia PA 1,9103 USA INSURERIS)AFFORDING COVERAGE WICp INSURED INSURER A: ACE American Insurance Company 22667 UNIVAR USA INC INSURER B: Indemnity insurance CG of North America 43575 3075 Highland Parkway - suite 200 INSURER c; Agri General Insurance company 427S7 Downers Grove IL 6051S USA INSURER D: ACE Fire Underwriters Insurance Co. 20702 INSURER C: Illinois Union Insurance Company 27960 INSURER F: COVERAGES CERTIFICATE NUMBER:570062317224 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. Limps shown are as requested LTR TYPE OF INSURANCE INSD NND POLICY NUMBER MAVODIYYYY MKDDNYYY LIMITS A TCOMMERCIAL GENERAL LIABILITY HDO6 A EACH OCCURRENCE $3.000,000 cuunslwDE X❑.SGLN SIR applies per policy terns & condi ions PAMAGE rsE $1,000,000 PREMISEDS J Ea oaurtenw NED PAP(Any one pereoo) Excluded PERSONAL a ACV INJURY 53,000,000 N GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE S3,000,000 X POLICY PRO ❑LOG PRODUCTS-COMPIOP AGG $3,000,000 JECT - OTHER: r A AUTOMOBILE LABILITY ISA H09043822 06/01/201601/01/1111 COMBINED SINGLE UMIi S5,000,000 Commercial Auto Ea arcdenl X ANY AUTO BODILY INJURY(Per person) _ OWNED SCHEDULED BODILY INJURY(Per acsbenq W AUTOS ONLY AUTOS PROPERTY DAM/,6E y HIREDAUrOS NON-OWNED Per awi I ONLY AUTOS ONLY C W E X UMBRELLA LIAB X OccuR XCEG27380566003 06/01/2016 06/01/2017 EACH OCCURRENCE S4,000,000 O E%cEss HAS MAUL SIR applies per policy terns & condi ions AG GATF S4,000,000 CLAIA,B- DEO I X RETENTION B WORKERS COMPENSATION ANN WLRC48609504 06/01./2016 06/01 2017 X. PER OTH EMPLOYERS'UMIUTY YIN (ADS) STATUTE - A ANY PROPRIETORIPARTNERIE%ECUTIVE WLRC48608498 06/O1/2016 06/01/2017 E'L EACH ACCIDENT $1,00N,000 OFYCER/IAEIAHFREXCWDED9 NIA pAandalory in NHl (MA) F.L.DISEASE-EA EMPLOYEE $1,000,000 Il yes,do:odbe under F.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS!VEWCLEs ACORD tot,Atlmibnal Remarks schedule,maybe arlaebed if more,,.,Is required) RE: Delivery of water treatment chemicals, Location: All ship to locations in the Bid. City of Kent is included as -?j Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies The dr--- Insured is self-insured for physical damage to their vehicles A waiver of subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation rt- policies. C: CERTIFICATE HOLDER CANCELLATION W SHOULD MY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE - POLICY PROVISIONS. City Of can AUTHORIZED REPRESENTATIVE Att220 4 Sean Hauers. Ken 4NA Ave. s. ��Q Kent NA 98032 USA ✓ltd�c'9 RzO ������ i ©1985-2015 ADORE,CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000014538 ® LOG : A o�® ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk services central, Inc. UNIVAR USA INC POLICY NUMBER See Certificate Number: S70062317224 CARRIER NAID CODE see Certificate Number: 570062317224 EFFECTIVE 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# MSURFIR INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limitini'ormation,Peter to the corresponding policy oil the ACORD certificate form for policy limits. POLICY POE ICY INSR TYPE OF INSURANCE ADDL STAR POLICY NUAIOER EFFECTIVE EXPIRATION IITS LTR INSD WVD DATE DATE (AINIIDD)YYYYI IAINVDDIVYYt' AUTOMOBILE LIABILITY A ISA H09043834 06/01/2016 06/01/2017 combined S5,OOD,000 Truckers Liability single Limi WORKERS COMPENSATION A N/A Wcuc48608462 06/01/2016 06/01/2017 (CA, OH, OR, WA) SIR applies per policy to ms 8 conditions O N/A SCF8608474 06/01/2016 06/01/2017 (WI) C N/A WLRc48608486 06/01/201.6 06/01/2017 (TN) ACORD 101(2001 ©2008 ACORD CORPORATION.All fights reserved, The ACORO name and logo are registered marks of ACORD Boom Iff mom ace Usa LEAD SHEET FOR: AON RISK SERVICES CENTRAL INC 8 2 RUN DATE. 0 /0 /2016 POLICY NUMBER: HDO G2785414A ID: Z02KANK1 RUN BY: ACEINAIK4KAND PAGES OF THIS COPY: 0005 INSUREDS NAME Univar Inc. I I I I POLICY NUMBER: HDO G2785414A Eat ace group Policyholder Notice Commercial Lines Deregulation New York NOTICE: THESE POLICY FORMS AND THE APPLICABLE RATES ARE EXEMPT FROM THE FILING REQUIREMENTS OF THE NEW YORK INSURANCE LAW AND REGULATIONS. HOWEVER, THE FORMS AND RATES MUST MEET THE MINIMUM STANDARDS OF THE NEW YORK INSURANCE LAW AND REGULATIONS. CLASS CODE 2-14057 ALL-23445b (07/13) Page 1 of 1 GENERALENDORSEMENT Named Insured Endorsement Number Univar Inc, 102 Policy Symbol Policy Number Policy Period Effective Dale of Endorsement HDO G2785414A 06/01/2016 to 06/01/2017 06/01/2016 Issued By(Name of Insurance Company) j ACE American Insurance Company Insert the policy number,The remainder of the Information is to be completed only when This endorsement is issued subsequent to the preparation of the policy, i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, This endorsement modifies insurance provided under the following: i COMMERCIAL GENERAL LIABILITY COVERAGE PART It is agreed effective 06/01/2016 that the following endorsement is added to the policy: Endorsement#103, ALL-32687 (05/11), Notice To Others Endorsement-Schedule i i I I i i �j i it Authorized Representative CC-3R19 (8/97) Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE Named Insured Unlvar Inc. Endorsement Number 103 Policy Symbol Policy Number Policy Period Effective Date of Endorsement HDO G2785414A 06/01/2016 To 06/01/2017 06/01/2016 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic or other form of notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule'). You or your representative must provide us with the physical and/or e-mail address of such persons or organizations, and we will utilize such e-mail address or physical address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: I. The beginning of the Policy period, if this endorsement is effective as of such date; or it. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail and physical address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32687 (05111) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32687 (05111) Page 2 of 2 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured Univar Inc. Endorsement Number 3 Policy Symbol Policy Number Policy Period .. Effective Date of Endorsement ISA H09043834 r 06/01/2016 To 06/01/2017 Issued By(Name of Insurance Company) ACE American Insurance Company insert the policy number.The remainder of the information Is to be completed only when this ondorsernonl Is Issued subsequent to the preparation of the policy, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss, Authorized Representative DA-i3115a (06114) Pago 1 of 1 1 �I NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured UIIIVar Inc. Endorsement Number 4 Policy Symbol Policy Number Policy Period Effective!late of Endorsement '.. ISA H09043834 06/01/2016 To 06/01/2017 Issued by(Name of Insurance Company) j ACE American Insurance Company Insert Inc policy number.The.remainder of the Information Is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM Schedule Organization Additional Insured Endorsement Any additional insured with whom you have agreed to provide such non- contributory insurance, pursuant to and as required under writton contract executed prior to the date of loss. (If no information is filled in, the schedule shall read:'All porsons or entilies added as additional insureds through an endorsement with the term'Additional lnsured"In the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy,the following Is added to the Other Insurance Condition under General Conditions: If other insurance is available to an insured we cover under any of the endorsements listed or described above (the "Additional Insured") for a loss we cover under this policy, this insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the Additional Insured, Authorized Representative DA-21886b(06/14) Page 1 of 1 1 ADDITIONAL, INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named Insured �- Endorsement Number Unlvar mr. 2 Policy symbol Policy Number I Policy Period Effective Dale of Endorsement ISA H09043834 06/01/2016 to 06101/2017 Issued By(Name of Insurance company) , ACE American Insurance Company Insert the policy number.The remainder of the Information Is to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: I BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additional Insured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract provided such contract was executed prior to the date of loss. A. For a covered "auto," Who Is insured is amended to include as an "insured," the persons or organizations named in this endorsement. However, these persons or organizations are an "insured" only for "bodily injury"or"property damage"resulting from acts or omissions of. 1. You. 2, Any of your"employees"or agents. 3. Any person operating a covered"auto'with permission from you, any of your"employees"or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DA-0U74b(06114) Page 1 of 1 II, City of Kent e Business License lCE�I T" Wns x,norex ', UNIVAR USA INC ATTN TAX DEPT P O BOX 34710 SEATTLE,WA 98124-1710 i IIII Please tear at perforation BUSINESS LICENSE Per RCW 52 al sales � and use tax mustost be coded LICENSE MUST BE RENEWED ANNUALLY BY No. 1715 for all qualified ® JANUARY 31 TO AVOID PENALTY sales within the city of TIssuance of License Does Not Imply Licensee's Kent. we s n,x or o x Compliance with State and Local Laws THIS LICENSE MUST HE POSTED IN A CONSPICUOUS Year : 2016 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLC-8811760 UNIVAR USA INC MAYOR 8201 S 212 ST The City of Kent KENT, WA 98032 A,1204TH AVE SO KENT,WASIUNGTON 98032 UNIVAR USA INC. UNIVAR USA INC P0 BOX 3432ti SEATTILIE WA 98124 1411 BUSINESS LICENSE , �TATEnF Unified Business ID#:601007463 Corporation Business ID#:001 Location:0004 UNIVAR USA INC. Expires:Jul 31,2017 UNIVAR USA INC 8201 S 212TH KENT,WA 9BO32 SCALE-LARGE(1) UNEMPLOYMENT INSURANCE INDUSTRIAL INSURANCE TAX REGISTRATION LICENSING RESTRICTIONS: ; t Not licensed to hire minors without a Minor Work Permit. if IT 'it 17 1 b,,t.1 cI.I,, d that W, 1,11 ill I', UBI:601D07463 001 0004 STATF OF WASHINGION Expires:Jul 31,2017 UNIVAR USA INC. SCALE-LAiTtGr(1) UNIVAR USA INC UNEMPLOYMENT INSURANCE 0201 S 212TH INDUSTRIAL INSURANCE KEN f 'NA98032 TAX REGISTRATION Equal Employment Opportunity and Affirmative Action Policy It is the policy of Univar to comply with all applicable federal, state and local laws governing nondiscrimination in employment and to ensure equal opportunity in all terms and conditions of employment or potential employment. I Univar prohibits discrimination and harassment against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, age, disability, veteran status, genetic information or any other legally protected group status. Univar has established Affirmative Action Programs under EO 11246, Section 503 of the Rehabilitation Act, and the Vietnam Era Veteran's Readjustment Assistance Act of 1974 ("VEVRAA"). Univar engages in affirmative action measures to ensure that qualified applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, disability or protected veteran status. Univar has established an audit and reporting system to allow for effective measurement of its affirmative action activities. To implement this policy, Univar will: (1) Recruit, hire, train and promote qualified persons in all job titles, without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, disability, veteran status, genetic information or any other legally protected group status; (2) Ensure that employment decisions are based only valid job requirements; and (3) Ensure that all personnel actions and employment activities such as compensation, benefits, promotions, layoffs, return from layoff, Univar sponsored programs, and tuition assistance will be administered without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, disability, veteran status, genetic information or any other protected group status. Employees and applicants for employment will not be subjected to harassment, intimidation, threats, coercion or discrimination because they have engaged or may engage in (1) filing a complaint, (2) opposing any act or practice made unlawful by, or exercising any other right protected by, any Federal, State or local law requiring equal opportunity, including Section 503 of the Rehabilitation Act, the affirmative action provisions of VEVRAA, and Executive Order 11246 or (3) assisting or participating in an any investigation, compliance evaluation, hearing, or any other activity related to the administration of any Federal, State or local law requiring equal opportunity, including Section 503 of Rehabilitation Act, the affirmative action provisions of VEVRAA, and Executive Order 11246. Erik Fyrwaid, President/CEO, reaffirms support for the EEO policy and the affirmative action program and delegates overall responsibility for the implementation of the affirmative action activities to Craig Lawson. 5V�14 7rwdd President/CEO September 2015 SAFETY DATA SHEET Sodium Carbonate,Anhydrous SIDS# : 497-19-8 ' Revision date: 2015-03-30 Format: NA Version 5 TRONOX 1. PRODUCT AND COMPANY IDENTIFICATION Product Identifier Product Name Sodium Carbonate,Anhydrous Other means of Identification Product Codes) - 497-19-8 Synonyms Sodium carbonate;Carbonic acid, disodiurn salt; Disodium carbonate Chemical Family Alkali salt I Recommended use of the chemical and restrictions on use Recommended Use: Glass manufacture , Personal care, Detergent,Water treatment chemical, Chemical processing Restrictions on Use: See section 16 for more information Manufacturer Address Tronox Alkali Wyoming Corporation 1735 Market Street Philadeiphia, PA 19103 Tel: +1 877-362-2248 or+1 215-299-6904 www.tronox.com Emergency telephone number 1 307 1872 2452 (Plant-Green River,WY) 1 303/389-1409(Medical -U.S. -Call Collect) For leak, fire, spill or accident emergencies, call: 1 8001424 9300 (CHEMTREC-U.S.A.) 1 703/527 3887 (CHEMTREC-Collect-All Other Countries) ! 2. HAZARDS IDENTIFICATION Classification !. OSHA Regulatory Status This material is considered hazardous by the OSHA Hazard Communication Standard (29 CFR 1910.1200) Serious eye damage/eye irritation Category 2 Page 1 /7 CITY OF KENO" EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shaH be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. 1, the undersigned, a duly represented agent of UnivarUSA, Inc. Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as .2017 Water Treatment Chemicals that was entered into on the November 16, 2016 (date) between the firm I represent and the City of Kent. I declare that I complied fully with alb of the requirements and obligations as OUthned 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: Fo r: _44 Title: ee---ic, a Date: EEO COMPLIANCE DOCUMENTS - 1