Loading...
HomeMy WebLinkAboutPW16-414 - Original - JCI Jones Chemicals, Inc. - 2017 Water Treatment Chemicals - 11/30/2016 s Ik„ y� Records M t� � ,� � erno"' t'� wASH1NO7ON > � .. Document 6 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: JCI Jones Chemicals, Inc. Vendor Number: JD Edwards Number Contract Number: pyq Ili -- 41 This is assigned by City Clerk's Office Project Name: 2017 Water Treatment Chemicals Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment M Contract ❑ Other: 0� 0�i19 Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/17 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Tom Cunningham Department: PW Operations Contract Amount: $98 465.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide the Water Department with water treatment chemicals for 2017. _ As of: OB/27/14 KEIT GOODS & SERVICES AGREEMENT between the City of Kent and ICI Jones Chemicals, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and JCI Jones Chemicals, Inc. organized under the laws of the State of Washington, located and doing business at 1919 Marine View Dr., Tacoma, WA 98422, Phone: (253) 274- 0104, Contact: Michelle Trammell (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 1, 2, 3, 4, 5, 10, 11, and 13) 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 Ninety Eight Thousand, Four Hundred Sixty Five Dollars ($98,465.00), 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 $98,465.00 is based on an estimate annual need. Actual need may vary as follows: Item 1: zero to 6 tons Item 2: zero to 5 tons Item 3: zero to 1,500 lbs. Item 4: zero to 600 lbs. Item 5: zero to 300 lbs. Item 10: zero to 96,000 gals. Item 11: zero to 12,000 gals. Item 13: zero to 8,000 gals. Therefore, actual compensation will be between $0 and $98,465.00 and be based on the exact quantity of chemicals ordered by the City. Vendor shall be aid after submittal of invoice. GOODS & SERVICES AGREEMENT - 1 (Over$20,000, including 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 GOODS & SERVICES AGREEMENT - 2 (Over$20,000, including WSST) 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 (Over$20,000, 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 (Over$20,000, 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 (Over$20,000, 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 Vendor 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: By: By: --(signature) (signature) Print Name: �Jcz..•;_e -r ( roGl Print Nrfie: rsuzette Cooke Its 93 n&n c h /��tl ,v l4s .` "Mayo� (title) _ ✓ DATE: Zl-l7-!l DATE: E' NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Michealle Trammell Timothy J. LaPorte, P.E. JCI Jones Chemicals, Inc. City of Kent 1919 Marine View Drive 220 Fourth Avenue South Tacoma, WA 98422 Kent, WA 98032 (253) 274-0104 (telephone) (253) 856-5500 (telephone) (253) 274-0733 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: v K t Law Department JCI-2017 Water CheMTC2t5/Cunningham GOODS & SERVICES AGREEMENT 6 (Over$20,000, 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: For: i Title: �dcc �r c dt / 6ccti l Date: 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 I 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 EXHIBIT A 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 1.1 & 1.6) for the following fees: Bidder's Name: \� ��IJU 4 l jnt i cfAsj --rnc• i j I Item Estimated Description Bid Unit Total Annual Unit Prices Usage 1 6 Chlorine Gas in One-Ton Containers 1 $ 05 00$ 0 ,j0 TONS* FOB Clark Springs TON CONT. Total $ 41 Q'75Vnn ° 00 *Estimated annual need is 6 tons. Actual need may vary. Company Submitting Proposal Authorized 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 1.1 & 1.6) for the following fees: _ Bidder's Name: � �bm's 0�ermcals) .� C Item Estimated Description Bid Unit Total ', Annual Unit Prices li Usage rt 2 5 Chlorine Gas in One-Ton Containers 1 $ft�rl5, �+� $ TONS* FOB Kent Springs TON CONT, J Total $ �� ' nL *Estimated annual need is 5 tons. Actual need may vary. Company Submitting Proposal � W, cha �l Authorized 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 1.1 & 1.6) for the following fees; ��y� Bidder's Name: � j ��o es Item Estimated Description Bid Unit Total Annual Unit Prices Usage 3 1,500 Chlorine Gas in 150 Lb. Containers 150 $ j •� $ 2 Gjj( , LBS* FOB East Hill Well LB CYL. Total *Estimated annual need is 1,500 lbs. Actual need may vary. I J(( jone'S uam �(4>1- Company Submitting Proposal CDfh l'- Authorized Signature Mote. Contractor must submit a firm proposal for the contract term(s). i, 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 1.1 & 1.6) for the following fees; I to Bidder's Name: � �r \�1�� Qs �I 11{ cak) 11� Item Estimated Description Bid Unit Total Annual Unit Prices Usage 4 600 Chlorine Gas in 150 Lb. Containers 150 $ j2 U11 $ I wo, [)C) LBS* FOB Armstrong Springs Well #1 LB CYL. Total *Estimated annual need is 600 lbs. Actual need may vary. I JCS Chery)icct , nc . I Company Submitting Proposal Authorized Signature i (Vote: Contractor must submit a firm proposal for the contract term(s). I i. 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 1.1 & 1.6) for the following fees: (('���� Bidder's Name: Jc Jbw dmcaki Dqc- Item Estimated Description Bid Unit Total Annual Unit Prices Usage 5 300 Chlorine Gas in 150 Lb. Containers 150 $075, 0 ,$ (� D LBS* FOB Seven Oaks Well LB CYL Total *Estimated annual need is 300 lbs. Actual need may vary. i I JCS ANsliCs,l�c , Company Submitting Proposal � Ackw� awmel( Authorized 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: _ Bidder's Name: j �— \JbY S �' IP (C��S� nc Item Estimated Description Bid Unit Total Annual Unit Prices Usage 10 96,000 25% Sodium Hydroxide In GALS* 4,000 Gal. Deliveries BULK GAL. o' lil1 �i�.00 FOB Pump Station #5 Total $ II L��/. 0O *Estimated annual need is 96,000 Gals. Actual need may vary. I JO.DI bna Chi cam,—mac . Company Submitting Proposal ai t - Authorized Signature Note: Contractor must submit a firm proposal for the contract term(s). i 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 1.5 & 1.6) for the following fees; �}� Bidder's Name: \TC�— \,itn�S �� � j�,�5, c • Item Estimated Description Bid Unit Total Annual Unit Prices Usage it 12,000 25% Sodium Hydroxide in $ O r t�'iL`, $� 90,00 GALS 4,000 Gal. Deliveries BULK GAL. I j 10 L� FOB East Hill Well Total $ 1 U U V o 0 *Estimated annual need is 12,000 Gals. Actual need may vary. �Ijo-,7L J1 WS ConWS, �0C. Company Submitting Proposal ut cuvk Authorized 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: _ Bidder's Name: �`�JC- TDW5 a'YI1CA[S1 .--[oC-- Item Estimated Description Bid Unit Total Annual Unit Prices Usage 13 /'� p-� /f GALS* ,000 4,000 Gal. Del de in $ $ Deliveries BULK GAL. lJ I r I v`J FOB Guiberson Corrosion Facility Total *Estimated annual need is 8,000 Gals. Actual need may vary. I i i 11 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 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 j 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 it 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 I 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 AlC��2®® CERTIFICATE OF LIABILITY INSURANCE 11/14/2016 ) 11/14/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER WA#877030 1-206-343-2323 CONTACT NAME: AeauredPartners of Washington, LLC dba MCM PHONE FAX AsauredPartners of Wash. Ina. Agency, LLC CA Lic OK61066 No,No,Ext):_ _AIC No: 1325 Fourth Avenue, Suite 2100 EMAIL ADDRESS: Seattle, WA 98101 _ _... INSURER(S)AFFORDING COVERAGE NAIc# INSURERA: AIG SPECIALTY INS CO 26883 INSURED INSURER B: NATIONAL UNION FIRE INS CO OF PITTS 19445 JCI Jones Chemicals INSURANCE CO OF THE STATE OF PA 19429 Inc INSURER C: _ _ 1765 Ringling Blvd INSURER D: _ INSURER E: _ Sarasota, FL 34236 INSURER F: COVERAGES CERTIFICATE NUMBER: 48456733 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. _ LTIR ADDL SUBR POLICY EFF POLICY EXP MIT$ TYPE OF INSURANCE POLICY NUMBER MMIDDIVYYV MMIDOIYYYY A GENERAL LIABILITY X 13014240603 11/15/1 11/15/17 EACH OCCURRENCE $11000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea neremence $300,000 . CLAIMS-MADE I XJ OCCUR _MED EXP(Any on.parson) $25,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG_ $.2,,00 0,000 POLICY X PRO % LOC $ B AUTOMOBILE LIABILITY X 230SO94 11/15/1 11/15/17 COMBINED SINGLE LIMIT Eaaccident _ . _.$1,000,000 X ANY AUTO BODILY INJURY(Par person) $ ALL OWNED SCHEOULEO BODILY INJURY(Per accident) AUTOS AUTOS - - NON�OWNED PROPERTY DAMAGE $ HIRED AUTOS '.gUTOs jX $1,000 Col X $1,000 Comp I$ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB _CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ C WORKERS COMPENSATION 12852269 11/15/1 11/15/1T.. X WCSTATU- OTH- AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE❑ NIA li E.L.EACH ACCIDENT $ 1,000,_000 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE$ 1,000,000 it yes,DESC describe underRIPTION OF OFF E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 RATIONS DESC below A Pollutron Lege Lab lrty % EG14240 03 11 15 1 1 15 17 Each Lose T,000,000 DESCRIPTION OF OPERATIONS ILOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,it more space is required) Per the attached endorsement the following are additional insureds: City of Kent Insurance is Primary and Non-Contributory, Waiver of Subrogation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Attn, Nancy Yoshitake 400 Went Gowe AUTHORIZED REPRESENTATIVE rr11 Kent, WA 98032 USA ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD tomgockel 48456733 �ta�r �aT Thb emd,oN 12:01 A.At. 11/15/16 Fcanra a of policy No. 2305094 hued to JCI J04ES =11C.LS, IAA, by NATIONAL MON FIRE IPMM4CE CMANY OF PirnMRSH, PA T1419 ENDORSBMUT CtiAR!G THE POIJOY.pLEM READ IT MEFULLy, WAIVM OF TRANSPER OF MHU OF MMOVERy ASMUrr OTtf TO US ilds endoreanrenf mod&B bmumawe pro~under dm BUSINESS AUTO COVERAGE FORM Sadton IV . Bushera Auto Cond n,, A. - Loos Cond & . Tmadbr of RIghte of Recovery Apinat OCner$to Uo,to wounded to raid: However, we will waive tiny r}gId rrr recover we have Wend my person or nI : with whom you has entered kft a oontruct or ogre merl becausa of payrmrst we make under Urfa Coverage Farm adfng out of sawao tdeW or'oaa" M (1) The `socidenr or -We" Is due to undartalm In apawdatm uM the contract smingr between you and such pmm or ortlenLuAlon;mad (2) The corrtrad or agrsmnent was untomd into prior to ono"aoctdone or"tea^. No W&W of the right of m every wtll directly or MMmctty apply to ycte employm or mnployeas of the person or orgddxatlon, and wpm reserve our dgb or Ron to be roknlxmezJ from any r000very funds d)kned byany"fed ere . ':-ASJIkt A7T/E t EMOORMUENT Ttds eomm%of ci?va 12:01 A,frf, 11/15/16 fa ne a part of prdlcy No, 2305094 !=m'.w to Jcl imms CHEMICAW, I= bYNATIONa WON FIRE INSURANCE CWAW OF PITMBWM, PA THIS MDOMEMMr CHAMM THE POLICY. PILEASE READ(T CMEFULLY. sYUDMONAL INSURED-WHME REWIRED UMUM CONTRACT OR AGRC i 'f Ma andomement mod arms htmoranco prowea hhdar,rho toh wft: OUSME68 AUTO COVERAGE.FORA '. EDIT ADDITIONAL INSURED: ANY PENUM 1R ORWMTION TO YOU ARE CONTRACTUALLY SOUND TO PROVIM AOOITIMIAL INMW STATUS. BUT O Y TO THE EXTENT AS SUCH PERMI'S OR ORMNIZATIMS LIABILITY ARISING OUT OF USE OR A COVERED AUTO I. 0M- TIOfa U-UAON.11'f OO F,A.Coverage. 1.-Who Is hraarc, Is ammded to aft d. Any person or agarkatian, shmn In the sdvadole above, to whom You bomwon ohnouteci to Inoluda as an WIN" insured under this policy,as a result of any contract or egraanett You enter into whlsh rewires yell to furnish Insurance to that person or orgt rotten of tha type provided by thle pacy, but ardy wFth rospsot to Wity arHh g out of use of it crosradd "auto°.However,the Insurance wig not exceed the of. 111 The oovare®o mrAlor Ihnits of thin potty,or (2) The Wverapa and/or Rmlb rowM by oad owtirm or agromma. wu Otr 6ae Ydhero 87060(10/06) Pape 1 of I POLICY NUMBER: COMMERCIAL AUTO CA 20 01 10 13 !i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Insurance Company: ! Policy Number: Effective Date: Expiration Date: Named Insured: Address: Additional Insured (Lessor): Address: Designation Or Description Of "Leased Autos": Coverages Limit Of Insurance Covered Autos Liability Each "Accident" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Comprehensive Deductible For Each Covered "Leased Auto" Collision Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Specified Causes Of Loss Deductible For Each Covered "Leased Auto" ,Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Additional Insured SPECIMEN (Lessor) ENDORSEMENT NO. 23 This endorsement, effective 12:01 AM, December 11, 2015 Forms a part of Policy No: EG 14240603 Issued to: JCI JONES CHEMICALS, INC. By: AIG SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT - OWNERS LESSEES OR CONTRACTORS - YOUR WORK This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY AND POLLUTION LEGAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) or Organization(s): BLANKET WHERE REQUIRED BY WRITTEN CONTRACT Location(s) of Covered Operation(s): BLANKET WHERE REQUIRED BY WRITTEN CONTRACT I. Solely as respects COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, COVERAGE B - PERSONAL AND ADVERTISING INJURY LIABILITY, COVERAGE E-2 PRODUCTS POLLUTION AND EXPOSURE LIABILITY, and COVERAGE E-3 - CONTRACTORS POLLUTION LIABILITY, SECTION If - WHO IS AN INSURED is amended to include as an additional insured the persons) or organizations) shown in the Schedule, but only with respect to liability for bodily injury, property damage, personal and advertising injury, environmental damage or emergency response costs caused, in whole or in part, by: A. Your acts or omissions; or B. The acts or omissions of those acting on your behalf; in the performance of your work for the additional insureds) at the location(s) designated above. II. As respects the coverage afforded the additional insured(s) scheduled above, this insurance is primary and non-contributory, and our obligations are not affected by any other insurance carried by such additional insured(s) Whether primary, excess, contingent, or on any other basis. All other terms, conditions and exclusions shall remain the same. Ly AUTHORIZE REPRESENTATIVE or countersignature (in states where applicable) 103393 (10/09) PAGE 1 OF 1 C 14406 gg// �yyam^ REQUEST .FOR MAYO "S SIGNATURE R � EI'11 V711t '� t4tl � ' r'S Routing Information; (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) s` i'' � �. r Approved by Direct Originator:Tom Cunningham Phone (Originator): 5616 Date Sent', i� f �r Date Required: r .Q Return Signed Document to; Contract Termination Date:' Nancy Yoshitake 12/31/17 VENDOR NAME: Date Finance Notified: / JCI Jones Chemicals, Inc. (Only required on contracts {��U� 20.000 and over.or on an Grant " " DATE OF COUNCIL APPROVAL: i C i Date Risk Manager Notified:N/A 11/1 S/16 (Required on Non-City Standard Contracts A reements Has this Document been Specifically Account Number: 41005550.63150.7431 Authorized in the Budget? o YES;U NO Brief Explanation of Document: The attached agreement is for JCI Jones Chemicals, Inc. to supply the Water Department with water treatment chemicals for 2017.` All Contracts Must Be Routed Through The Law Department Received: (This area to be completed by the Law Department) + w � t Appr wYa r'` � Law tS Date Forwarded to Mayor• Shaded Areas To Be Completed By Administration Staff Received Recommendations and Comments: Disposition: at Date Returned: ILhLFmmz u e f. zn8 epues�rt ayws 3nalum: T Agenda Item: Consent Calendar - 7F W.s H'Ncron TO: City Council DATE: November 15, 2016 SUBJECT: Goods and Services Agreement with ICI Jones Chemical, Inc., for the Supply of 2017 Water Treatment Chemicals - Authorize MOTION: Authorize the Mayor to sign the goods and services agreement with JCI Jones Chemicals, Inc, for the supply of water treatment chemicals Gas Chlorine and Sodium Hydroxide, for 2017, in an amount not to exceed $98,465.00, subject to final terms and conditions acceptable to the city attorney and public works director. i i SUMMARY: The City annually advertises for water treatment supply chemicals to ensure a consistent cost for budget planning. The use of these chemicals is required to produce drinking water quality that meets state and federal regulations for drinking water standards. The treatment chemicals are used to treat potable drinking water which is provided to the City's water customers. Gas chlorine is used to disinfect the water supply and protect it from contamination. Sodium Hydroxide is used in the water system as a pH adjustment for corrosion control. EXHIBITS: Goods and Services Agreement RECOMMENDED BY: Public Works Committee YEA: Boyce, Fincher, Ralph NAY: N/A BUDGET IMPACTS: There is no unbudgeted fiscal impact as this is an annual cost planned for in the water utility operating budget. I