Loading...
HomeMy WebLinkAboutC2023-040 - 3/28/2023 - Approved DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 al C1 o SUPPLY AGREEMENT NO. 4446 Liquid Ammonium Sulfate Y�2 This Liquid Ammonium Sulfate ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City"), acting by and through its City Manager or his designee ("City Manager"), and Chemtrade Chemicals US, LLC ("Contractor"), and is effective upon execution by the City Manager. WHEREAS, Contractor has agreed to provide Liquid Ammonium Sulfate in accordance with the terms of this Agreement, such product being vital and necessary to preserve or protect the public health or safety of the City's residents. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor shall provide Liquid Ammonium Sulfate in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning as the item identified in this section. 2. Term. The Term of this Agreement is one year beginning on the date provided in the Notice to Proceed ("NTP") from the Contract Administrator or the City's Procurement Division. The parties may mutually renew the term of this Agreement for up to one additional one-year period ("Option Period"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $790,532.00 for the initial term and for an amount not to exceed $1,144,532.00 for the Option Period should the parties mutually so exercise it, subject to approved extensions and changes, for a combined potential amount of up to $1,935,064.00. Payment will be made for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Any amount not expended during the initial term or any Option Period may, at the City's discretion, be allocated for use in a future Option Period. Pricing offer for bulk deliveries, as opposed to annual fixed pricing, is pricing that is aligned with the pricing Contractor receives from its supplier on dry ammonium sulfate. For the term of this Agreement, the unit price of the product shall be a fixed price for liquid ammonium sulfate 40% bulk ("LAS") for six-month periods. The price adjustment dates are March 1 st and September 1 st of each calendar year (each being an "Adjustment Date"), excluding March 1 st of the initial calendar year of this Agreement. A price adjustment calculation will be established on or Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 1 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 about July 15th and January 15th of each calendar year (each being an "Adjustment Calculation Date") for the new pricing term, and such adjustment amount shall be calculated by the Contractor as follows: (A) On the Friday before an Adjustment Calculation Date, Contractor shall record the prices per short ton of standard dry ammonium sulfate as shown on (i) the Green Markets Publication—Southern Plains ("Weekly Southern Plains Price") and (ii) the Argus Market Report Houston/Pasadena ("Weekly Houston/Pasadena Price"). A copy of the applicable pricing page from each report will be provided by the Contractor upon request of the Contract Administrator. (B) On the Adjustment Calculation Date, Contractor shall calculate the price for bulk FOB/ST for dry ammonium sulfate for the next pricing term of the Agreement by performing the following calculation: Step 1: On the Adjustment Calculation Date, the Weekly Southern Plains Price and the Weekly Houston/Pasadena Price shall be added together and divided by two (in order to average the index costs) to arrive at the new dry material averaged index price. Step 2: The new dry material averaged index price will next have the previous dry material averaged index price subtracted from it in order to determine the change in cost of the dry material. Step 3: This cost change in the dry material will then be multiplied by 40%to reach the adjustment to the LAS unit price per ton for the next pricing term. (C) The unit price will decrease or increase according to the cost change. Notice of a change in the unit price shall be provided by the Contractor. For illustrative purposes, a pricing example is included, with "T" meaning a ton, as follows: January, 2023: dry material averaged index price is $5505 March 1, 2023: LAS price delivered to City is $345/T July, 2023: dry material averaged index price is $600/T $600/T - $550/T = $50/T change in averaged index price for dry material $50/T change x 40% (percentage dry material in LAS) _ $20/T LAS product price adjustment to be implemented The new unit price per ton, effective September 1, 2023, is the March 1St price of $345/T + product price adjustment of $20/T = new LAS unit price of$365/T. Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 2 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 In no event can the total compensation during the initial term, or Option Period if mutually exercised, exceed the maximum amount provided in this Agreement without a validly executed amendment as required by Section 13 below. Invoices must be mailed to the following address, along with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Diana Zertuche-Garza Corpus Christi Water (361) 826-1827 DianaZ@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) No bonds are required for this Agreement. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of products to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and products will remain with the Contractor until such time as the products are delivered and accepted by the City. Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 3 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any quantities indicated on Attachment B are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor shall perform the work required by this Agreement as an independent contractor and will furnish such products in its own manner and method, and under no circumstances or conditions will any employee, representative, or agent of the Contractor be considered an employee of the City. 12. Subcontractors. In providing the products, Contractor shall not enter into subcontracts or utilize the services of subcontractors. Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 4 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 13. Amendments. This Agreement may be amended or modified only in writing and executed by an authorized representative of each party, and City Council approval may be required. Unit price changes, pursuant to Section 3 of this Agreement, are intended to occur as outlined in that section and are an exception to the required signed writing by both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, return receipt requested, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Diana Zertuche-Garza Contract/Funds Administrator 13101 Leopard Street, Corpus Christi, Texas 78410 (361) 826-1827 Fax: (361) 826-4495 IF TO CONTRACTOR: Chemtrade Chemicals US, LLC Attn: Christine LaSala Price & Bid Specialist 90 East Halsey Road, Suite 200 Parsippany, NJ 07054 (973) 515-0900 Fax: (973) 515-4461 17. Contractor shall fully indemnify, hold harmless and defend the City of Corpus Christi and its officers, employees and agents ("Indemnitees") from and against any and all liability, loss, claims, demands, suits, and causes of action of whatever nature, character, or description on account of personal injuries, property loss, or damage, or any other kind of injury, loss, or damage, including all expenses of litigation, court costs, attorneys' fees and expert witness fees, which arise or are claimed to arise out of or in connection with a breach of this Agreement or the performance of this Agreement by the Contractor Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 5 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 or results from the negligent act, omission, misconduct, or fault of the Contractor or its employees or agents. Contractor must, at its own expense, investigate all claims and demands, attend to their settlement or other disposition, defend all actions based thereon with counsel reasonably satisfactory to the City Attorney, and pay all charges of attorneys and all other costs and expenses of any kind arising or resulting from any said liability, damage, loss, claims, demands, suits, or actions. The indemnification obligations of Contractor under this section shall survive the expiration or earlier termination of this Agreement. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days' advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours advance written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 6 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; then, C. Its exhibits, if any. 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal,Texas, and City laws, rules, and regulations in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract, and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement and understanding between the parties concerning the subject matter of this Agreement, and it supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. SIGNATURE PAGE FOLLOWS Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 7 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 CONTRACTOR Signature: A Printed Name: Christine LaSala Title: Bid/Price Specialist Date: March 21, 2023 CITY OF CORPUS CHRISTI DocuSigned by: Res.033012 Authorized By Josh Chronley 3-28-2023 Assistant Director of Finance - Procurement Council Date: 3/30/2023 Er-;/s is APPROVED AS TO LEGAL FORM: DocuSigned by: 3/30/2023 T sccae ----.-.-.--_ ., .......—m T g Assistant City Attorney Date 37A77R?41]51947 Attached and Incorporated by Reference: Attachment A: Scope of Work Rebecca Huerta Attachment B: Pricing Schedule City Secretary Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Supply Agreement-Chemtrade (liquid ammonium sulfate) Page 8 of 8 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 L,, ,........ ...... ......... --- ,---------- .....__..... ----- _ ... ---- --------- -------------- ....._........ . Attachment,,A - Scope of Work 1.1 General Re uirements 'Back round Information A. The Supplier shall provide Liquid Ammonium Sulfate Solution as outlined in this Scope of Work to be used at the City of Corpus Christi O. N. Stevens Water Treatment Plant. This chemical is used for disinfection of the water and wastewater and must conform to all the requirements of this specification. 1.2 Product S ecifications A. Water treatment chemicals must conform to: 1. American National Standards Institute/National (ANSI) Sanitation Foundation Institute Standard for Drinking Water Treatment Chemical Health Effects, ANSI/NSF 60. 2. American Water Works Association standard for Ammonium Sulfate (Liquid) AWWA B302-16 B. Material Requirements Chemical- The Liquid Ammonium Sulfate Solution will be used as a source of ammonia in the formation of chloramines to disinfect the treated water. Ammonium Sulfate obtained as a by-product in the manufacture of coal gas and coke is not acceptable for use in the potable water treatment. The chemical and physical properties of the liquid ammonium sulfate shall be as follows: Appearance and odor: Clear, Pale Yellow Liquid - No odor _. _,... .... ..............�..... .............. ......... _............... ......... m.... .. ......... ..... ..... Item Weight _.....u....._.. .....---------------------------------------------- ---- _.. ...... .. . __ pH 4.8- 7.5 ..... Solubility in _ ... __ . Water Complete - --. - ---- Specific Gravity 1.20- 1.23 .. ..... _ .... Soluble Iron (mg/L) <10 __ ... ---- Freeze Point (deg. F) < 10 .... �.... .. . ........... .........._.m. _1 Boiling Point (deg. F) 214-216 Sulfuric Acid Diammonium 38 ' 40% wt % dry salt _ ( )_ .. DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 Ammonium ( t.__ Sulfate Solution 10% 25% of the 40%dry salt wt.) 1.3 Deliver° and Wei hin Re_ uirements 1. The Supplier will be responsible for unloading the chemical. The Supplier shall provide any special equipment necessary for unloading, up to and including, hoses, connections, compressors, etc. 2. The Supplier must provide an affidavit of compliance to the City of Corpus Christi stating that at the time of delivery the chemical furnished under the release order complies with all applicable requirements of this specification. 3. The Supplier shall provide with every delivery a chemical analysis for each chemical shipment,and the chemical analysis must include the ammonia (NH3) percentage, specific gravity and pH. 4. City of Corpus Christi Plant Supervisors, or their designee, may take a sample of any chemical shipment for testing prior to unloading of the chemical. In addition, approximately every three (3) months during the supply agreement, the City will take a random sample of the chemical upon delivery. This sample will be sent to an independent laboratory chosen by the City and tested for all items outlined in the product specifications. 5. The Plant Supervisor may reject any chemical shipments that contain a concentration of any component outside the allowable concentration range as specified in the product specifications. 6. Deliveries of Liquid Ammonium Sulfate solution must be by drivers thoroughly trained and familiar with the related hazards, safety measures, and spill cleanup procedures for Liquid Ammonium Sulfate solution. All spills and leakage, regardless of size must be properly and immediately cleaned up by Supplier's personnel. The Supplier shall be required to respond to any and all such emergencies within eight (8) hours of being notified. 7. The Contractor shall allow two (2) hours "unloading time" for each chemical shipment, starting from the time the load enters the plant site to the time the unloading of the chemical shipment is completed. Unloading of the chemical is complete when unloading apparatus is disconnected from storage facilities and secured, and a designated City of Corpus Christi representative has signed all delivery tickets for each respective load. Any unloading time in excess of two (2) hours which is directly attributable to the City will be paid for at the unit price bid for "Unloading Delays," rounded and prorated to the nearest quarter hour. This amount shall be included with the invoice for payment for that particular load of chemical. DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 I �8. Shlpment(s)..will be ... delivered in 4,500 gallon lots in properly cleaned tank trucks. Each chemical shipment must be weighed on a state certified truck scale located within the city limits of Corpus Christi before delivery to and after unloading at the water treatment plant. 9. The Supplier shall be responsible for mailing a legible copy of each chemical shipment weight "ticket" to the respective City of Corpus Christi Water Production Supervisor within 5 business days of delivery of the chemical. Payments to the Supplier will not be processed unless this requirement is met. 10.Deliveries shall be made between 8:00 a.m. and 5:00 p.m., Monday through Sunday, excluding holidays, unless specific arrangements are made otherwise. l 1.Orders will be placed by telephone or email. The Supplier will deliver the amount of Liquid Ammonium Sulfate solution ordered within twenty-four (24) hours of order placement. No minimum or maximum purchase of Liquid Ammonium Sulfate is guaranteed by the City within the duration of the contract. 1.4 Deliveries will be made to the following location: O.N. Stevens Water Treatment Plant- 13101 leopard St., Corpus Christi, Texas, 78410 1.5 Other Re uirements 1. All materials supplied must comply with all requirements and standards of the Occupational Safety and Health Act (OSHA). All appropriate markings shall be in place before delivery. Items not meeting OSHA specifications will be refused. 2. The Supplier shall base its billing and quantity for each chemical shipment on "local" certified weight tickets for the delivery of Liquid Ammonium Sulfate Solution, by weight, as indicated in the chemical analysis for that load. 3. The Supplier must submit the chemical analysis, weight ticket, and bill of lading with each invoice. 4. Prior to initial use of the Liquid Ammonium Sulfate solution, and annually thereafter, the Supplier shall conduct a minimum of two (2) training seminars for the City's operating personnel on the application and control of the Liquid Ammonium Sulfate solution, and shall include the following: a. Basic chemical properties of the Liquid Ammonium Sulfate solution b. Safety training c. Equipment operation/set up d. Safety Data Sheet DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 5. Each Bidder must deliver a 1 Liter sample of Liquid Ammonium Sulfate to the Water Production Superintendent, O.N. Stevens Water Plant, 13101 Leopard St., Corpus Christi, Texas 78410 for evaluation purposes. Product Literature detailing recommended dosage and any other pertinent data must also be furnished with the 1 Liter sample. 1.6 Billin Invoicin A. The Contractor shall submit an itemized invoice for payment, which shall include the following: 1. Service Agreement No. and/or Purchase Order No. 2. Ship to: Location Name and Address 3. Ordered by: Supply Name 4. Product Description 5. Quantity, Unit Price and Total Price B. The Contractor shall mail the original invoice to the address below and email a copy toiii `WAcc0L)!l...i..�:T. ': .gt� �cctex mco m. City of Corpus Christi Attn: Accounts Payable -City Hall P.O. Box 9277 Corpus Christi, TX 78469-9277 1.7 Contractor Quality Control and Su erintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Supplier will also provide supervision of the work to insure it complies with the contract requirements. DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 Attachment B — Pricing Schedule Liquid Ammonium Sulfate Solution ............ ITEM DESCRIPTION UNIT PRICE AMOUNT NO. �......... ...._­_ ......... ........ _. Liquid Ammonium Sulfate Solution– Wet Ton $786,750.00* O.N. Stevens Water Treatment Plant 2 Unloading Delay– max hours_ $75.64/Hr $ 3,782.00 TOTAL AMOUNT $790,532.00** * Unit price, as of the date of execution of this Agreement by the Supplier, is$345.00 per wetton. Depending on market conditions and supply chain issues, the current unit price per wet ton may be subsequently decreased or increased, subject to the requirements stated in the Agreement and in accordance with the terms and conditions pertaining to price adjustments. ** The total amount represents the maximum allowed expenditure through the initial year of this Agreement, with the parties' mutual understanding that no minimum quantity nor dollar amount of product is required to be purchased. COMPANY: Chemtrade Chemicals US LLC NAME OF PERSON AUTHORIZED TO SIGN: Christine LaSala S 2 pp _ .y........ _.NJ 4 Parsi an , , ADDRESS: 90 East HalseyRoad, Suite 200 CITY TA IP: 800-441-265 , .....�6 ._ @ � LL PHONE: EMAIL bids@chemtradelogistics.com FAX: 973-515-4461 DATE: March 21, 2023 SIGNATUREP. ........TITLE' Bid/Price Specialist _.__ . ...�....�. ....— DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 . .. .. .,... ,., � Attachment C- Insurance Requirements CONTRACTOR'S LIABILITY INSURANCE 1. Contractor must not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee. Contractor must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administrator, one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured for the General Liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. ......... -------- ----- -- ___.,_,..._..--_ _---------------------------- .__.._ ......... ......... ...... PE OF INSURANCE MINIMUM INSURANCE COVERAGE .... _-_ .._...w ............... _ ......... _ - Commercial General Liability $1,000,000 Per Occurrence including: 1. Commercial Broad Form 2. Premises- Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6 Personal Inu Advertisln In�uy _ ___....... .... ... ... _.__....._ . .. _........... AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1 . Owned 2. Hired & Non-owned 3. Rented & Leased WORKERS' COMPENSATION Statutory and complies with Part II of (All States Endorsement if Company is Exhibit. not domiciled in Texas) Employer's Liability POLLUTION LIABILITY $5 000 000 Per r $nc 000 _._ occurrence 3. In the event of accidents of any kind related to this project, Consultant must furnish the Risk Manager with copies of all reports of such accidents within 10 days of the accident. Revised 11.30.20 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 I Additional,Requirements,- i 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. An All States endorsement shall be required if consultant is not domiciled in the State of Texas. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit replacement Certificate of Insurance to City at the address provided below within 10 days of any change made by the Contractor or as requested by the City. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: ■ List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy. ■ Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; ■ Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and Revised 11.30.20 DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 • Provide 30 calendar days advance written notice directly to City of any cancellation, non-renewal, material change or termination in coverage and not less than ten calendar days advance written notice for nonpayment of premium. 5. Within five calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Consultant hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. 8. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement 2021 Insurance Requirements Ins. Req. Exhibit 1-B Purchase Contracts-Supply Agreements- Equipment Leases Hazardous Chemicals Delivered to City 05/10/2021 Risk Management- Legal Dept. Revised 11.30.20 i ............. - _____-- _._ ..... ..............................................--------- ........... ........ DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 Attachment D - Warranty Requirements "No manufacturer's warranty required for this Agreement." DocuSign Envelope ID:8E88F796-CB4F-42AE-ACF4-DD1 C2CDED7E5 � / J r r��r n�(�m� ✓� �v�� Gm w DELEGATION OFAUTHORITY I, Scott Rook,President and Chief Executive of Chemtrade Chemicals US LLC, a Delaware limited liability company("Chemtrade"), do hereby delegate and appoint the following agents of Chemtrade to execute all municipal contracts and instruments, including bids, proposals and quotations, which in the ordinary course of business are processed by the Marketing Group ofthe company: Parul Kachhia-Patel: Lisa Brownlee: Paul Peters: Elizabeth Ryno: Leilina Gossa: Christine LaSala: Delana Peralta: Michele Schroeher. Marie-Josee Jolly Set forth below is a certified copy ofthe resolution of Chemtrade authorizing such action. Dated as of the 21st day of February, 2023 vrJ vo Scott Rook President and Chief Executive Officer CERTIFICATE OF SECRETARY I, Susan Pare, hereby certify that I am the Corporate Secretary of Chemtrade Chemicals US LLC ("Chemtrade")and that set forth below is a true and correct copy of the resolution ofthe Board of Managers of Chemtrade, adopted by unanimous written consent as of the 10th da of November 2003 and that the same has not been modified or revoked and is on the date hereofin full force and effect: RESOLVED that any officer ofthe Company be, and he hereby is, authorized to delegate,with the right of further delegation, to any other officer,employee or agent of the Company, all or any part of the authority granted to them by the Board of Managers; and that any such delegations may be general or specific and subject to such limitations and restrictions as the delegating officer shall determine. 1 FURTHER CERTIFY that Scott Rook Is the duly elected President and Chief Executive Officer of Chemtrade and holds such offices on the date hereof, that Mr. Rook is, in his capacity as President and Chief Executive Officer is authorized to represent and bind Chemtrade in all matters including, but not limited to,contracts and that set forth below is the genuine signature of such officer: vw Scott Rook President and Chief Executive Officer IN WITNESS WHEREOF,I have hereunto set my hand and have caused the seal ofthe Company to be affixed effective this 21 st day of February,2023. V 4 i Sea! Susan Pare Corporate Secretary 90 East Halsey Road Patsippany,NI 07054 Tel:800-441-2659