Loading...
HomeMy Public PortalAbout046-2019 - Sanitary - JCI Jones - For ChlorineORIGINAL AGREEMENT THIS AGREEMENT is made and entered into this day of 2019, by and - jz�z - - - between the City of Richmond, Indiana, a municipal corporation acting and through its Board of Sanitary Commissioners, 50 North 5 h Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and JCI Jones Chemicals,. Inc., 1765 Ringling Boulevard, Sarasota, FL 34236 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for providing chloride and sulfur dioxide for use at the wastewater Treatment Plant of the Richmond Sanitary District. City sent a Request for Quotes on January 28, 2019, seeking quotes for providing chloride and sulfur dioxide for the Wastewater Treatment Plant of the Richmond Sanitary District. The Request for Quotes is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor, dated February 26, 2019, is contained in Exhibit "B", which Exhibit "B" is attached hereto and incorporated herein by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall, when requested, provide the phone call, text message or email specified by City. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION H. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed Five Hundred Thirty Dollars and No Cents ($53 0.00) per ton for supplying chloride to City and Six Hundred Eighty Dollars and No Cents ($680.00) per ton for supplying sulfur dioxide to City, both to be from the date of the signing of this Agreement through March 31, 2022. The price rate per ton on the chloride and the sulfur dioxide supplied by Contractor- is set forth in Exhibit "B". Contract No. 46-2019 Page 1of6 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect through and including March 31, 2022. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, .at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its- obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees, to obtain insurance and to indemnify the City for any damage or injury to person 'or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor Fable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub --contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. worker's Compensation & Statutory Disability Requirements B. Employer's Liability Page 2 of 6 $100,000 C. Comprehensive -General Liability Section 1. Bodily Injury Section 2. 'Property Damage D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury Section 2. Property Damage $1,000,000 each occurrence $2, 0 0 0, 0 0 0 aggregate $15000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability- $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER' S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board shoving. that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5--1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to .comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana worker's Compensation Law. SECTION VII: COMPLIANCE WITH INDIANA E--VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Page 3 of 6 Pursuant to Indiana, Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROMITION AGAINST DISCRBUNATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter -directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor- agrees: 1. That in the hiring of employees for the performance of work, under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall- not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor . or any sub -contractor shah in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Page of Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended 'in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement- the parties agree that this document supersedes any previous discussion., negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to .enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for hiterpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Any person executing this Contract in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 5 of 6 .IN WITNESS WHEREOF, the -parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY"."CONTRACTOR" THE CITY OF RICHMOND, INDL4NA by and through its Board of Sanitary Commissioners By: Sue Miller, President Bakshi,- A 4'6e Presta�--- By: •eg ie ,Member APPROVED: � . Sno�� , 3� City of Richm nd, Indiana Date: C Page 6of6 JCI JONES CHEMICALS, ]NC. C BY: Printed: c )L I �i�M p Title: V�flm r7l� _ Date: S\11_ 19 REQUE.. { iS f .v � a u =OFMCMIOND MaMW OF. 9.A=AU0N' rS NOT ANRDER 2380 LM AVENC]Eo1UC1WQMj RMMI A47374 fHIS I ` ' T PROM (765) 983-7456*FAX (765) 962 2669 VENDOR INSTR''U.CTIONS -- This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This Is NOT an order and the City reserves the right to accept all. or part, or decline the entire proposal. Please complete your full name an-qjhone number below with signature; itemize all prices • and charges where requested; and attadh any explanation for any substitution to speclfcatlans altered, Return In a sealed envelope, In care of Richmond Sanitary District Hoard of Commissioners to the administration building at the address above by the specifled date and fitme to be considered. DATE: REPLY MUST S� IN 13Y: PAYE [ENT TERMS: DELIVERY REQU]RgD: January 2-8, 2019 10:00AM on February 26, 2019 UPON RECEIPT OF iNVCICE DELIVERED DESCRIPTION This is a request for quotes for purchasing chemicals from 2019 through 2022. Please see attached specifications and bid sheets. Please include a Certificate of Insurance (including WorkftWs Compensation) With quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed. Please return this. sheet and the proposal sheet by the above.due date in a sealed eriveIv Racbmond Sanitary Dish-lct Denise Johnson, Customer Service Manager 2380 Liberty ,Avenue . �16 mand, IN 47374 Re: Chemicab Quoted Valid Until: Questions? Call Pat Smoker at 765-983-7480. STATE TAX EXEMPTION # 003121909-001 NAME OF FIRM QUOTING: BY'. Richmond San'bry D'Istridt DATE d � AI AlItHDRIZED 13Y SIGNATURE PHONE NUMBER TITLE Proposal Sheet.for Sulfur [dioxide (502) Description Price Estimated 20 +1- tens of Sulfur Dioxide per year $_ ]ton Tank Deposit (if any),, Each vendor shall attach the chemical analysis of their material to the. proposal sheet. Each -vendor shall attach a MSDS sheet upon delivery of the product. Each vendor shall state the time period for which the quoted price shall remain valid. Vendor'may be required to submit samples of technical evaluation prior to quote award. Testing to- be - performed by independent lab at no cost to RSD. Quote will be for three (3) year period of time after award of quote to 3/31/2?). if emergencies occur with the Vendor's manufacturer and/or manufacturing of the product, the Vendor will be held responsible for -providing product to the District at quoted.price. ' e Vendor is to include. all shipping cost in the price quote. *Richmond Sanitary District will not pay any ship'Ing. Vendor is to include bil tank deposit charges in the price quote it any. Richmond Sanitary District has authority to refuse delivery due to unsafe manner and not he held responsible for any charges. Vendor is to supply experienced/safe drivers and equipment.. Vendor is to state deliver time after -receipt of order days. Authorized Signature date Contact Person Phone [Number Company lame Minimum Specification for Sulfur Dioxide (Say) sulfur Dioxide shall be 99.9% minimum (by vvurne) and not have a moisture content exceeding 27.8ppm. Sulfur acid content shall not exceed g.D ppm. Sulfur Dioxide is to be delivered in standard one ton containers. Sulfur Dioxide containers and valves shall meet AWWA, DDT, and Federal Standards for the handling and storage of sulfur dioxide, Delivery shall be made by vehicles -properly equipped to unload oneton containers.(District has overhead crane inside Chlorine building for off-loading) Truck trailer must be able to navigate through -overhead doors. -Delivery shall not be made at -the convenience of.tho Vendor. They shall be made mrithin a reasonable length of time following either a. written or telephoned order from the District. The District will. admit delivery from 7:30am to 1:30pm Monday through Friday with exceptions for holidays. Bidder Cor�nplies Yes Nb b;4 A 3 c;*7 Proposal Sheet for Chlorine (02) Description Mice Estimated 20 +/- tons of Chlorine per year Tank Deposit (if any) $ Each vendor shall attach the chemical analysis of their material to.the proposal, sheet. Each vendor shall attach a MSDS sheet upon delivery of the product. Each vendor shall -state the time period for which the quoted price shall remain. valid. Vendor may be required to submit samples of technical evaluation prior to quote award, Testing -to be performed �y independent lab at no cost to RSD, CLuote will be for three (3) year period of time after award of quote (4/1119 to 3/31/22). If emergencies occur with the Vendor's manufacturer and/or manufacturing of the product, the Vendor will be held responsible for providing product to the District at quoted price. r Vendor is to include all shipping cost in the price quote. Richmond Sanitary District will not pay any - shipping. - Vendor is to include all tang deposit charges in the price quote if any. Richmond Sanitary District has authority to refuse. delivery due to unsafe manner a-nd not be held responsible for any charges. Vendor is to supply experienced/safe drivers and equipment. Vendor is to state deliver time after receipt of order days, Authorized Signature Contact Person Company Name Date Phone Number . 9 - - - e ex),t-6d A 41 o--F c. Mininium 5pecification'for Liquid Chlorine (Clx) Liquid Chlorine shall be99.5% minimum (by volume) and not have a moisture content exceeding 0.01%. Chlorine is to be delivered in standard one ton containers. Chlorine containers and vafves shall meet AV! WA, DOT, and Federal Standards foe the Chlorine Institute. Delivery shall be made by vehicles properly equipped to unload one --ton containers.(District ' has overhead crane inside Chlorine building for off-loading) Truck trailer must be able to navigate through overhead doors, Delivery shall not be made at the convenience of the Vendor. They shall be made within a reasonable length oft! me following either a written or telephoned order from the District. The District will admit delivery from 7:30am to 1:30pm Monday through Friday with exceptions for holidays. Aidder Complies Yes No E-Verify Requirements: Definitions: R-Veicff a A electronic verification of work authozization Program. of the Legal IYnmigration Reform and gration Responsibility Act -of 199.E (P.L i 04.2a8)a Diva on C, Title IV,sAO3 (a), as amended, operated by the United Stated Depmtnent of Homeland Security . or . successor work authorization program designated by the United States Depart ofHom bland- Security Ot other~ federal ageney anharized to veffy the work authorization status of newly hired employees under tho gration Refai m and eon-ft-oi Act of 19-86 (P.L. 99-603). No perfotnauce of services shall conj enre unto the fallowing has been met: , i. The City is in receipt of any required cerdfcafes of i S-Urancc;. 2. The City is. in receipt of any required aMdavit signed by Contradpr in accordance with Indiana Code 22-5-1.7 -1 i (a) (2); and 3. . --purchase order has been, issued by the Purchasing Department. tingno-ma no nun Van an n am an an U ung an "man an a a Dana an an "an a an "noun a a a manna= a a aLTisglGlnun annanna'Fill COWLMNCE Y q ffJ.J. EANA E- Y L' RH'PRO GRAM RE QUI" S Pursuant to I.diana:.Code 22.5.1,7, Conb:actor is required to enroll in and verify. tho work otgibxlity status of all newly hired employees ofthe contractor through the Indiana E- Verlfyprogram. Contractor is not required. to Verify the work eligibilfty -status of all newly hired employees of the contractor through the Indiana E-Verfy program if the Indiana E- Verify.ptogram no longer exists. Prior• to tie p . orfomianee of the Agreement.; Contractor shall provide to the City its signed davit ' g that Contractor does not know ngly-employ an unauthorized alien iu accordance with TC 22--5--x .7 (a) (2). fn the event Contractor violates IC 22--5-1.7 the Contactor shall bu teq ed to remedy the -�iola.Ron no later than. thirty (30) days after tho City notifies the Contractor of the violation, If the Contractor fails to remedy the violation within the thirty (3 0) day period provided above, the City shah consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If th e City . dete ne_ s that terminating this Agreument would be detrimental to the public i tecest ar p-ablic prapei'ty, fire City, may anon -ibis Agreement to ruin- in effect until. flee City proami es a new contractor. If this Agreement is teinduated -wader this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual. damages. . C, I f4 - 1; -4 A_ffidavit of Employment EEgibb` 'ty Verification. The Contractor., afr ws under the penalties of p oijay that Conti -actor does not knowingly employ an unauthorized alien. If (�Qntrdctor xs sclf�employed and does not employ any .employees, Contractox vezifles he. or she. is a United States citizen or civalfed alien. . The Contractor has not kn6wiugly employed ox contracted nth an unauthofized alien and shall not retain an employee or contract with .a person that the Contractor sabsequently learn is an -Lmauthori.zec! alien, Prusuant to kdiana Colo 22--5-1.7, Contractor has enrolled i' and verified the work eligib"I status of all newly hired employees of the contractor tbroughtho xndiMa L-- Verify pro 9-ram. The Contractor _has _rogi*ed Cont actor's subcontractors to ceitify to the Contractox tat the subcontractox does not knowingly employ or .contract -ith an unauthorized alien and that the suhco:ftb.•actor has enrolled and is participating in the E- Vey program. The, Contractor wffi maintainthis certification throughout the duratxot of the tenn of a contract nth a sub contractor. I horeby verify under the p etalty of p e&ry that the, foregoing statement is two. Dated fhxs clay of 20 �signature� (printed flame) Gj�� bo-1 �0 7c�P Pursuant to In diana Coda (IQ 5-22-16.5; Qontractor cues that Contactor is not engaged in investment activffies in Iran. In the event- City determines during the course of this Agreement that this cerdfication. is no longer v&d, City shall notify Contactor in v`xtbag of said deteizination, and. shall .give contractoy nimty (90) days within -which to respond to the mitten notice. In the eveint Contmetoar fails to aemonstrate to the City that the Contractor has ceased .investment ac%-Vities inIran tin ninety (90) days after fhe witten notice is given to the Contractor, the City may proceed with any xennedies it may have puxsuant to IC 5-- -16.5. In the event tho City~ determines during the course of this A.greemenithat this cordfication is no longer valid and said determination -is not -refuted by Contractor inthe rnamox set forth. xn ZC 5 22--i 6.5, to Cityleserves the right to consider the Contractor to be iu bteach of this Agreement and female the agreement Capon the expiration of the ninety (90) day period set forth above. ej-41wbd 4 ?c,4T," { PRICE REQUES t1 Op * gill DIEPARUVMW OF SMUAUON THIS 2J 0 LIB13RTY AV13� UETWq-jMONDr WIANA 47374 JS NOT AN ORDER PHOM (765) 983 7450rFAX(765) 962-2669 -�' '``.i ��.+�� '..' -=-: i; �; r.-,—fir• ; -•' �ti ' �- � • : • :• - �x::-t �:�r��„ .s �[--v�:r �� s..=1� �:~ti- i•!ti 4•�•• ; .•S .. � �.�:._.•.•��.. � . •.� 'ems. r_t ..— �-s'�� ���-��,�. i�3� ::•...:�.•.•:. �••i�::�:isL���w.�L�.�•'L:«'?�r'r�s---.�`r+� '� ��c�'r�r��= ^" ��.'li AJ {�' :4SWV _ ..��..: _t'T .:�....rr. a:M.� 7yYi1•►L-: +11�:'K Sly '`��r�'t �'�1� �.�T's... s VENDOR J C1 Jones Che' Mic al tic, 600 Bethel Avonue Beech Grove, IN 46107 QATMG ,REDLY MUST BE IN January 28, 20119 1 0+40AM on February 20, 2019 INSTRUCTIONS This Is a request for a price for the .services of materials described below. Any additional speclElcalions may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete- your rtrll name and phone number below With 61gnature; itemize all 'prices and charges where requested; and attach any expianaUon for any substitution to specifcaiivns altered. Return in a sealed envelope, In care of RIchinOd Sanitary ❑Istria -Board of Commissioners to the administratlon building at the address above by the specIlled date and time to- be considered, PAYMENT TERM9:, . DELIVE!iy R t,�UIIJED: —^r ... . UPON RECEIPT OF INVOICE.DELIVERED DESCRIPTION This is a request for quotes for purchasing chemicals- from 2019 through 2022. Please see attached specifications and bid sheets. Please Include a Certificate at insurance (including Mrkmanrs Compensation) with quote. E-Verify requirements and Indiana. Local Preference Claims will apply to this quote, Information enclosed, Please. return this sheet and the Provosal sheet hy the above due date in a seated envelope to: Richmond gavitary District Denise Johnson, Carstoiner Service Mauaglor 2380 Liberty Avenue Rich�uond, IN 47374 Re; Chemicals Quoted Valid Un#{l; Questions? Call Pat Smoker at 76.5-9$3-7400. STATE TAX I=XEMPTION 4.0831219D9-001 Richmond Sa i ary [district 6x4l"60J- 8 "f°FIRM Q TING;'. .�ones �iemicals, %e. AUTHORIZ j BYSiGNA7URrz MILE DATE; PHONAUMSER AFFIDAVIT a]FLI, C oMPzL&NCE CHLORINE ORINE It JCI Jones Chemicals, Inc. hereby guarantees that the chlor'm` e comprising each shipment or other delivery wade to the buyer complies with all appheable requirements of the AWWA Standard for Liquefied. Chlorine, AWWA B3 01 -1 0. We believe the above certification holds brae until such a time as the AWWA Standard for Liquefied Chlorine is amended or the above cerfifxcation. is revolted in writing. In addition, this product is certified under the .ANSINSF Standard 60. Very ti-Ldy yours, 6,� .e a - Summer Mello National Sales Coordinator JCI JOKES CHEMICALS, INC. 1765 liligling Blvd Sarasota, F. 34236 (941) 330--1537 e.. k I; t' 6;A g � 0- f /D { Proposal Sheet for 010dne (C12) aescrit[oriPrice Estimated 20 +j- tons of Chlorine per year n Tank Deposit (if any) { Each vendor shall attach the chemical analysis of their material to the proposal sheet. Each vendor shall attach -a MSDS sheet upon delivery -of the product. Each vendor shall state the fame period for Whilc1i the quoted price shall reMaln valid. Vendor maybe required to -submit samples of technical evaluation pri❑rto quote award. Testing to be performed by Independent lab at no cost to RSD, Quote will be for three (5) year period of time after award of quote (411/19 to. 5/k/22). If emergencies occur vi h -the Vendol'rs tnariufac�urer aridjor manufacturing of the product, the Vendor v�rill be held responsible for providing product to -the 5is1Tjct at quoted price. Vendor fs to include all shipping cost in the price quote. Richmond Sanitary district vv�il not paY ainy . shipping. Vendor is to include all tank deposit charges in the price quote if any, Richmond Sanitary District has authority to refuse delivery due to unsafe manner and not be held responsible forany charges. Vendor is to supply expgriericedfsafe drivers and equipment. Vendor is tp state delivertime after receipt of order clays. Authorized Signature Date A. - Contact Person Phone Number JC .1 Jones C hewi Inq Company Name �xG�b�l � 3uF/0 Minimum Spe'cificat;on fur Uquid Chlorine (02) Liquid Chior#ne shall be 99.5% minimum (by- Bidder Comgl�es volume) and not have a moisture content Yes �a exceeding 0.01 . Chlorine is to be dellvered in standard one ton containers. Chlorine1z conta#n�rs and valves shall meetAWWA, DOT, . and Federal Ste ndards for the ChMin e Instifute. i Delivdry shall be made by vehicles properly � equipped to. unload one -ton containers. (District has overhead crane inside Chlorine building for off loadjog) Trucktraiter must be able to navigate throw h overhead doors. Reliver shall g g � not be made at the convenience of the Vendor. -. They shall be made within a reasonable length of time following either a written or telephoned order from the District. The District will admit delivery from 7:30am to ISOpm Monday through Friday with exceptions for holidays. ' �jxl,ebi} FS �l��lu _ jnrn��:�tent`.l'i1LiIE1C. ,A►,FFIDA'VIT OF COMPLIANCE SULFUR DIOMDE _ JCI Jones Chemicals, Inc. hereby guarantees that the sulfur dioxide comprisi-ng each shipment or other del vexy made to the buyer complies with all applicable requirements of the AWWA Standard for Sulfiu, Dioxide, A WA. B512--08. We believe the above certification holds true until such a time .as tho AWWA Standard for Sulfur Dioxide is amended or the above certification is revolved in writing. Very truly yours, JCI JONES CB EMICALS, ITC. Summer Mello National Sales Coordinator &7,4;,L4 9 <�O 04' Proposal Sheiaf for sulfur MoMde (SO2) Description Estimated 20 +•f tens of Sulfur ploxide per year Tank Deposit .(If any) . Price • Each vendor shall attach tbe-chemical analysis of their material to the proposal sheet. Each -vendor shall attetch a MSDS sheet upon delivery of the product, Bach vendor shall state the time period for which the quoted price shall remain valid. Vendor may be required to submit samples of tech nical'evaluation priorto quota award. Tetingto be performed by Independent lab at no costto R5D. Quote will be for three (3) year period of Untie after award of quote (4/1f 19 to 3f 31/27.). If emergencies occur with the Vendor's manufacturer and/or manufacturing ofthe product, the Vendor will be held responsible for•provlding product to the Districtat quoted price. Vendor is to Include all shipping cost: in.the price quote.',iciiri-acid sanitary pistHcf 'will"iiot pay dny shipping. Vendor is to include all tank deposit charges in the price quote if any. • Richmond Sanitary District has authority to refuse delivery due to unsafe manner and not be held responsible for.any charges, vendor is to supply experlenced/safe drivers and equipment. deliver time after �ecei t of order �`� days* Vendor- Is to state deli r r ft r p �' Authorized Signature Date CQ Contact Person . phone Number JC1 Jonbs Chdhficals,,Mc. Company Name g Minimum Specification for Sulfutbiwdde Sulfur Dioxide shall be 99.9% th.WrOum (by Uldder Coo lie$ volume) and not have a motis ure content exceeding .27S rn. Sulfur acid cobtent shall fifes No Ali not exceed 8.0 ppm. Sulfur Dioxide is to be delivered in standard one --ton containers. Sulfur Dioxide containers and valves shall meet. ' AWWA, DOT, and Federal Standards forthe _ handling and storage of sulfur dioxide. Delivery shall be made by vehicles properly equipped to unload one ton.contalners.(District has overhead crane inside Chlorine building for off-loading) Truck traller trust be able io- navigate through overhead doors, Delivery sh all not be made at the colive'lence of the Vendoir. They shall bemade within a reasonable length ...... �, __ �... .of fte following 91ther a written or telephoned order from tfie District. The Disirld will admit delivery from 7;30am to 1:30pm Monday . through Friday with exceptions for hol'days. t 1 AffidaVit o:Mmjj1..oyment Eflov ty verification jC1 Jonog C. lie., Micah � ouw The Cactor, .. - - _... ..� 8 ulwde the pe�aaaties ofpariz.� y that -Cou aetot does not Imowaugxy- employ au wauthoiizeA alien., ff Cnutractol! is se��employed and does tot employ auy eMj)1OYees, Contractox Ve1�es ho Ox S.e �� a United Mates c�t��� or e �ual��xed ai.�eu. Ile Conb:actox has not Im6y&g1y =ployed ur contracted vA h au unautbofized aRM and shau ' not xetak an omployee or couthiact - -h a. parson that the Contractor subsogaeutly 1mm is are umauthoxzed a eu. ' to jufana. Code 22r. --1.7, -Contaotor has enro.11ed in and ge ed the vio-rk ougib ty status of aU uew1y hixed employees of the contra otox through tho Indiana E-, Velifyproggram. The Coutaotor has xequked Contractoes 5600-atVactm to cO� to the vntractol: that tho mib c8nt L-actox does not Imowingly employ oi,! crruftact Mtn. au imauthoAzed A= and that the subcoutactox has enrolled and xs pardexpaing i4 the E--Veer pxogram The Cotftacbx WM mWntaiu ibis aerfificatioAfl4oughout the duration of the texts of a contract vdth a subcoutxactox, I hexeby verify undox the peug1V of p4ury that the foxegoing statement is tLue. Dated ft dayof 20•_. [s�g�a�•�� Oiinted 4ahie) f>Lr:Iil %S d`df /o AC�1�1� E CERT'IFICAT'E OF LIA ILITY INSURANC �r..•� � - °A�(MM`218 I I!1 5IZD1 8 `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 PoIicy(Ies) must have ADDITIONAL INSURED provislonsf or be endorsed. If SUBROGATION IS WAIVED, subject td the fears and conditions of the policy, certain pvlicles may require an endorsement. A statement on this certificate does not confer rights to the certiflcate holder In lieu of such endorsement(s). PRODUCER Arthur J. Gallagher Risk Management Services, Inc. 2850 Golf Road Roiling Meadows IL 60008 CONTANAME., Both Lubertazzi PHONE a=Ax Svc mo Ext ,, 630-69 -5058 arc Na : 63D-2B5-39 2 E-MAIL Beth Lubertozzl@?jg.com - INSURER S AFFORDING COVERAGE NAIL# INSURERA: Starr Indemnity & Liability Company 38318 INSURED JCIJONE-06 JCI Jones Chemicals, Inc.. 1705 Ringling Boulevard INSl3Ri~RB : transhare S ecialt Insurance Co 25445 INtURE~R C : INSURER D : Sarasota *FL 34236 INSURER E : INSURER F : C;0VEHACiFS r.FRTIFIr.ATF NI 1MRFR* 91A4ARQRRR Rt~LII.q1[lAI RII IMRFR+ 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 NTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND -CONDITIONS OF SUCH POLICIES. -LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OFINSURANCE A©DI. SUOR POLICYNUMBER MMIDaYYYY UDDYYLTR_ MIYYY LIMITS B X COMMERCIAL GENERAL LIABILITY CLAIMS-MA01;[K] OCCUR 003B78400 11/1512018 11115/2619 EACH OCCURRENCE $1,000,000 DAMAGE PREMISES EaENTE rence $ 500, 0N0 GEN'LAGGREGATE • MED EXP (Any one person) $ 25.000 PERSONAL & ADV INJURY S 1,000.000 LIMIT APPLIES PER: [:] 5�Rol- POLICY C_ LOC OTHER. GENERAL AGGREGATE $ 2,000.000 PRODUCTS - COMPIOP AGG $ 2,000.000 $ A AUTOMOBILE LIABILITY X AW AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY Hxx $1,000 Call I x $1.000 Comp 1000190781181 -11/1512018 1111512019 COMRNED SINGLE LIMIT Ea aWdent $ 2,000,D00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ r110PI±RTY DAMAGE Per accident $ $ B X UMBRELLA t.IAH EXCESS !_LAB X OCCUR CLAIMS -MADE 003870500 11/1512018 1111512019 EACH OCCURRENCE $ 25.000.000 AGGREGATE $ 25,000,000 DE❑ RETENTION $ 5 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y f N ANYPROPRIETORIPARTNERIEXECUTIVE ❑FFICERIMEMBER EXCLU DED? (Mandatary1h Nil If yes, dasarba under DESCRiPTION OF OPERATIONS below MIA 100000344700 - 1111=019 11/15/2019 x PER STATUTE ER E.L. EACH ACCIDENT 31,009.000 E.L. bi8EASE-EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $ J.000,000 B Pollution Legai LIabIIlty OD3878400 111i512018 1111612oig Aggregala Limit Each Loss Limit 2,000,000 1,0Q0,000 DESCRIP7[0N'OF OPERATIONS 1 LOCATIONS /VEHICLES (ACORD 101, AddlUonal Remarks Schedule, may be attached If more space Is required) Per the attached endorsment the folloMng ate Included .as additional Insured: City of Rlchinond, Its officers and employees. Wolver of Subrogation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE A13OVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Richmond .ACCORDANCE WITH THE POLICY PROVISIONS. Departinent of Sanitation 2386 Libe1ty Avenue AUTHORIZED REPRESENTATIVE Richmond IN 47374 D 1988-2015 ACORD CORPORATION, All rights reserved. ACORD 25 (2018103) The ACORD name and logo are registered marks cif ACORD 4 ;3 erI J.011esclicfnicak Inc. JCI Jones Chetnicals, inc ATTN: Summer Mello- Nat'l Sales Admin 1765 Ringling Blvd Sarasota., FL34236 Ph: (941) 330"61537 x, 122 Fax: (941} 330-9657 Email: summer@icichem.com Thank you very much! Gxlc�d;� s �oo�'��