Loading...
HomeMy WebLinkAboutCAG2021-521 - Original - Newco, Inc. dba Cascade Columbia Distribution Co. - Water Treatment Chemicals - 12/14/2021FOR CITY OF KENT OFFICIAL UsE ONLY Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) 5up/Mgr: Dir Asst: Dir/Dep: KENT (optional) WaSHtNGToN E oLo. CL Originator: Nancy Y. for Tom Cunningham Department: Public Works Date Sent: 12/08/202r Date Required: 12/L3/202r Authorized to Sign |7lnltayor. or Designee Date of Council Approval N/A Budqet Account Number: 41005s50 .63t50.7431 Budset? flves[nro Grant? Yesf] ruoZl Type: f\/{ g .9+ro ELor-g llJ Co Eool- C'l Vendor Name: Newco, Inc. d.b.a Cascade Columbia Distribution Co. Category: Contract Vendor Number:Sub-Category: other Original ProjectName: y4131er Treatment Chemical Supply for 2022 ProjectDetails: Provide Water treatment chemicals to Water department for 2022. Agreement Amount: $45,025 Start Date: Mayor's signatt Basis for Selection of Contractor: g16 * Memo to Moyor must be attoched TerminationDate: 12131122 Local Business? Business License es lf meets requirements per KCC3.70.IA0, please complete'\lendor Purchase-Local Exceptions" fom on Cityspace. Yesf ln-Proc"rrl-l E*.*pt (Kcc s.o 1 .04s)Verification: Notice ired prior to disclosure? No Contract Number: cAG202t-52L UIoL Prg orccglE =Eo Q' CE Comments: Cagvb Date Received: city Attorney: n/g/2L Date Routed: Mayor's office City Clerk's Affice 72 / L4 / 2L adccw22373-1-20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.202105'13 KENT GOODS & SERVICES AGREEMENT between the City of Kent and Newco, Inc. d/bla Cascade Columbia Distribution Co. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Newco, lnc. d/b/a Cascade Columbia Distribution Co. organized under the laws of the State of Washington, located and doing business at 6900 Fox Avenue S., Seattle, WA 98108, Phone: (206) 282-6334, Contact: Lance Jones (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The 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 items 6 and 9) according to the bid proposal submitted October 2I,202t, which is attached as Exhibit A and incorporated by this reference' The 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, the Vendor shall complete the work and provide all goods, materials, and services by December 31, 2022' III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Forty Five Thousand, Twenty Five Dollars ($45,025), 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 $45,025 is based on an estimate annual need. Actual need may vary as follows: item 6: zero to 30,000 lbs. Item 9: zero to 1,000 lbs. Therefore, actual compensation will be between $0 and $45,025 and be based on the exact quantity of chemicals ordered by the City. GOODS & SERVICES AGREEMENT - 1 (Over $20,000, including WSST) Card Pavment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this piogram, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the 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 the Vendor for any defective or unauthorized goods, materials or services. If the 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 the 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 Pavment: 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 pertormance 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 the 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 the 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 Depaftment of Revenue. 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 the Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. 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. GOODS & SERVICES AGREEMENT - 2 (Over $20,00A, including WSST) E F 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, the Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to 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 pFoceed with the amended work upon receiving either a written amendment from the City or an oral order irom 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 VIII, 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 the 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. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed pafty' Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requlrements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose pefformance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses/ damages, or delay costs incurred by the Vendor due to a force majeure event. performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or peformance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arislng from a direction by the City under this clause will be dealt with as a change order, except to the exteni that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. 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 GOODS & SERVICES AGREEMENT - 3 (Over $20,a00, including WSST) giving rise to the claims, or within foufteen (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 otheriise, shall be conciusively 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, itemslthrough5below. 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; and5. 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 Dutv 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. 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). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT W]THIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILIW TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. The 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. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform ln accordance with their specifications and the Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or GOODS & SERVICES AGREEMENT - 4 (Over $20,000, including WSST) should have known of the defect, or (2) upon the 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. XI. 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. The 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. XII. INDEMNIFICATION. The 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, includ'ing all legal costs and attorney fees, arising out of or in connection with the Vendor's performance oi 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 the 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 the 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 the Vendor shali pay all the City's costs for defense, including all reasonable expert witness fees and reasonable 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. XIII. 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. xIV. WORK PERFORMED AT VENDOR'S RISK. The 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 the Vendor's own risk, and the 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. XV. MISCELLANEOUSPROVISIONS. 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. GOODS & SERVICES AGREEMENT - 5 (Over $20,000, including WSST) 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 jurisdiltion of the King County Superior Court, King County, Washington, unless the pafties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the partiel' pertormance 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 p.ouided by liw; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII 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 stratt Oe binding unless in writing and signed by a duly authorized representative of the City and the Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached herelo, 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. 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 the 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 GOODS & SERVICES AGREEMENT - 6 (Over $20,000, including WSST) 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. Cascade Columbia - 2022 Water Chemicals/Cunningham GOODS & SERVICES AGREEMENT - 7 (Over $20,000, including WSST) VENDOR: By Print Name:Lance Jones Municpal Contracts Manager for Its Cascade Columbia D DATE 1012912021 CITY OF KENT: By Print Name Dana Ralnh DATE 1) l1AnO)I NOTICES TO BE SENT TO: VENDOR: Lance Jones Newco, lnc. d/b/a Cascade Columbia Distribution Co 6900 Fox Avenue S. Seattle, WA 98108 (206) 282-6334 (telephone) (206) 282-6330 (facsi mi le) NOTICES TO BE SENT TO: CITY OF KENT: Chad Bieren, P.E. City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5500 (telePhone) (253) 856-6s00 (facsimile) APPROVED AS TO FORM: {htku}/ Kent Law Department ATTEST: h Kent City Clerk 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, Jubcontractor 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:e Columbia Distribution Co Title Municipa lContracts Manager Date: 1012912021 EEO COMPLIANCE DOCUMENTS - 1 Of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT 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 910,000 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. MINORITY AND WOMEN CONTRACTORS SUPERSEDES: April 1, 1996 APPROVED BY Jim White, MaYor 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 (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 t.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement' By t For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 Of 3 EXHIBIT A WATER TREATMENT CHEMICAL SUPPLY FOR, 2022 PROPOSAL FORM The undersigned hereby proposes to provide all equipment, labor, materlals and su-pflles to perforrn the service as'specified in this contract (see Special Provisions 1.2 & 1.6) for the following fees: Bidder's Name:Newco lnc. dba Cascade Columbia Distribution Co. Item Estimated Annual Usaqe Descrlption Bid Unlt Unit Prlces Total 6 30,000 LBS* Sodium Fluoride in 50 Lb. Bags FOB Clark Springs $ 1.40/ lbs. $ 42,000.00 LB Total 42,000.00 *Estimated annual need is 30,000 lbs. Actual need may vary. Newco lnc. dba Cascade Columbia Distribution Co Company Submitting Proposal Signature Note: Contractor must submit a firm proposal for the contract tarm(s)' WATER TREATMENT CHEMICAL SUPPLY FOR 2022 PROPOSAT FORM The undersigned hereby proposes to provide all equipment, labor, materials and supplies to pedorm the service as' specified in this contract (see Special Provisions 1.4 & 1.6) for the following fees: Bidder's Name: Newco Inc. dba Cascade Columbia Distribution Co. TotrlItemBtdEstimated Annual Usaqe Descriptlon Unlt Unlt Prlccs 9 1,000 LBS* Potassium Permanganate in 50 to 55 Lb. Drums FOB 212th 5t, Treatment Plant $ 2.75 $ 2,750.00 LB Sub Total 10o/o WA State Sales Tax Total 275.00 t 3 025.00 *Estimated annual need is 1,000 lbs. Actual need may vary. Newco lnc, dba Cascade Columbia Distribution Co. Company Submitting Proposal zed Signature Note: Contractor must submit a firm proposal for the contract term(s). BID SUMMARY Item l Total Item ? Total Item 3 Total Item 4 Total Item 5 Total ftem 6 Total Item 7 Total Item I Total Item 9 Total Item 1O Total Item 11 Total Item 12 Total Item 13 Total $42,000.00 NO BID NO BID NO BID NO BID NO BID NO BID NO BID $2,750.00 $179,520.00 $22,440.00 NO BID $14 960.00 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 a gents, representatives, employees or su bcontractors. 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 O1 or a substitute form providing equivalent liability ioveiage. 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, i ndependent contra ctors, prod ucts-com pleted operations, persona I i nj u ry . and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. The City snatt ne 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. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liabilitv insurance shall be written with limits no less ttran $f ,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit' B 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 (excepf Professional Liability) as respects work performed by or on behalf of the cdntractor 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 Contrbctor'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 sult 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 A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of thq amendatory endorsements, including but not necessarily limjted !o 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. OATE (MM/DD/YYYY} 1110512021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TI4IS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTENO 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. lMPORTANT: lf the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. lf SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer riqhts to the certilicate holder in lieu of such endorsement{sl. PRODUCER DML lnsurance Services 4005 20th Ave W Ste 1 32 Seattle wA 98199- CONTACT tt19\E- "-.,. (206)838-e077 rsI "^,.(206)838-9076 INSIIPFR'SI AFFORDING COVERAGE NAIC ' rilc,oEo ^ .American Int'l Specialty INSURED Newco, lnc. Cascade Columbia Distribution Company 6900 Fox Ave S Seattle WA 98108- ru"unpn a.National Union Fire lns 19445 INSIIPFR C : INSIIPFP D: INSIIRFR F ' INSIIPFP F. CERTIFICATE OF LIABILITY INSURANCE CERTI NI,JMBER: TION Ar 549 @ 1988-2015 ACORD CORPORATION. All rights reserved. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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, IONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. PERIOD EXCLUS POLICY EFF POLICY EXP LIMITSADDLDdt tav NuMnFpINSRIYPE OF INSURANCE FACH OCCI IRRFNCF s 1,000,000 6oci,leEe /c- ^..1'rron.o\ DAMAGE TO RENTFD $ 1,000,000 MFn FYP /Anu ^ne .arsnl ( 25,000 q 1,000,000PERSONAL & ADV INJURY 4 2,000,000GENERAL AGGREGATE q 2,000,000PRODUCTS - COMP/OP AGG $ 10t3112021 10t3112022X14260808-00COMMERCIAL GENERAL LIABILITY x Vendors Liability x Pollution Liability LIMIT PER: LOC APPLIEST-lPRO. JECT CLAIMS-MADE OCCUR s 1,000,000COMBINED SINGLE LIMIT BODILY INJURY (Per peMn)$ BODILY INJURY (Per accident)$ $PROPERTY DAMAGE $ 10t31t2021 101311202201841-2558B ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON.OWNED AUTOS ONLY x AUTOMOBILE LIAsILITY q 20,000,000FACH OCCURRENCEx q 20,000,000AGGRFGATFX UMBRELLA LIAE EXCESS LIAB OCCUR Ct AIMS.MADE q 1At311202'l 1013112022X14260809-00A nFn PFTtrNTINN q x PER OTH. FI FAEH AENINFNT { 1,000,000 { 1,000,000E.L. DISEASE - EA EMPLOYEE c 1,000,000 10t3112021 10t31t2022 E.L. DISEASE. POLICY LIMIT N A 14260808-00 WA Stop Gap A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERYEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) lf yes. describe under nFqcRlPTl6N OF nPFRATIONS hcl^w DESCRIPTIONOFOpERATIONS/LOCATIONS/VEHICLES (ACORDl0l,AdditionalRemarksSchedule,maybe.attachedifmorespaceisrequired) Below Certificate Holder is listed as additional ihsured with respect: work performed by insured. City of Kent Altn: Nancy Yoshitake Public Works of Engineering 400 W Gowe Kent wA 98032- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEL]VERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZEDREPRESENTATIVE 7 |}t#ruTl\r*kic-- ACORD 2s (2016/03)The ACORD name and logo are registered marks of ACORD ENDORSEMENT NO. 5 This endorsement, effective 12:01 AM, l0l?tlzozt Forms a part of Policy No: 14260808-00 lssued to: Newco, Inc. DBA Cascade Columbia Distribution Company By: AIG Specialty lnsurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUIIY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAT GENERAL LIABIIITY AND POLTUTION tEGAt LIABITITY COVERAGE FORM It is hereby agreed as follows: sEcTloN lv - coNDlTloNS, paragraph 7. Transfer of Rights of Recovery Against others to us - Applicable to coverages A, B, C and E is amended by the addition of the following at the end of such subparagraph: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make under Coverage A, B, C and E for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard' This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name of Person or Organization: Blanket where required by written contract or agreement All other terms, conditions, and exclusions shall remain the same I UTH PRESE TIVE e4283 p/A7) ct3021 Or countersignature (where required by law) PAGE 1 OF 1 ENDORSEMENT NO. 12 This endorsement, effective 12:01 AM, LOlSLl2OZt Forms a part of Policy No:14260808-00 lssued to:Newco, lnc. DBA Cascade Columbia Distribution Company By:AlG Specialty lnsurance Company THIS ENDORSEMENT CHANGES THE POLICY. PTEASE READ IT CAREFUTLY. COVERAGES A. B AND E ADDITIONAL INSURED - DESIGNATED PERSON(5) OR ORGANTZATION(SI ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAT TIABILITY AND POTLUTION TEGAL TIABILITY COVERAGE FORM Solely as respects Coverages A, B and E, SECTION ll - WHO lS AN INSURED is amended to include as an insured the person(s) or organization(s) shown in the Schedule below, but only with respect to bodily injury, property damage, personal and advertising injury, environmental damage or emergency response costs caused in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: A. ln the performance of your work; or B. ln connection with your premises owned by or rented to you SCHEDUTE Name of Additional lnsured Person(s) or Organization(s) losco 28299 SW Boberg Wilsonville, OR 97070 All other terms, conditions, and exclusions shall remain the same. t PRESE Or countersignature (where required by law) 103366 (A9/n) ct5034 PAGE 1 OF 1 ENDORSEMENT NO. 13 This e ndorsement, effective 12 :01 AM, LO I 3t I 2O2l Forms a part of Policy No: 14260808-00 lssued tor Newco, lnc. DBA Cascade Columbia Distribution Company By: AIG Specialty lnsurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULTY. ADDITIONAT INSURED VENDORS ENDORSEMENT - PRIMARY AND NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAT GENERAT TIABILIW AND POLLUTION TEGAL LIABILITY COVERAGE FORM SCHEDUTE Name of Person(s) or Organization(s) (Vendor): Where required by written contract when such contract was signed and executed prior to the sale, distribution, handling or transfer of your product Your Products: All products sold, handled or distributed by the insured Solely as respects Coverages A, E-L, E-2 and E-3, if applicable, SECTION ll - WHO lS AN INSURED is amended to include as an insured any person(s) or organization(s) (referred to herein as the "vendor") shown in the Schedule above, but only with respect to bodily injury, property damage, environmental damage, or emergency response Gosts arising out of your products shown in the Schedule above which are distributed or sold in the regular course of the vendor's business, subject to all of the terms and conditions of this Policy and the additional following exclusions, terms and conditions: 1. The insurance afforded the vendor does not apply to a. Bodily injury, property damage, environmental damage, or emergencY response costs for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; b. Any express warranty unauthorized by you; c. Any physical or chemical change in your product made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of your product; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of your product; 103388 (10/09) PAGE 1 OF 2 cr4401 2. 3. ENDORSEMENT NO. 13 CONTINUED g. Your product which, after distribution or sale by you, has been labeled or relabeled, or used as a container, part or ingredient of any other thing or substance, by or for the vendor; or h. Bodily injury, property damage, environmental damage or emergency response costs arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in Sub-paragraphs d. or f. above; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of your product. This insurance does not apply to any products you have acquired from a vendor, or any ingredient, part or container, entering into, accompanying or containing such products. Solely with respect to the coverage afforded to the vendor pursuant to this Endorsement, SECTION lV- CONDITIONS, paragraph 4. Other lnsurance is deleted in its entirety and replaced with the following: 4. Other lnsurance This insurance is primary and non-contributory, and our obligations are not affected by any other insurance carried by such vendor whether primary, excess, contingent, or on any other basis. All other terms, conditions, and exclusions shall remain the same t RESE Or countersignature (where required by law) 103388 (10/09) ct440! Page2 of 2