Loading...
HomeMy Public PortalAbout047-2019 - Sanitary - Chemtrade - Liquid Aluminum Sulfate' AGREEMENT R-1 INAL THIS AGREEMENT is made and entered into this day o 2019, by and between the City of Richmond, Indiana., a municipal corporation acti by and through its Board of Sanitary Commissioners, -50 North 5fl' Street, Richmond, Indiana 47374 (hereinafter referred to as the `City") .and Chemtrade Chemicals US, . LLC, 90 East Halsey Road, Parisppany, NJ 07054 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORD. City hereby retains Contractor .for -providing liquid aluminum. sulfate for the Richmond Sanitary District: City sent a Request for Quotes on January 28, 2019, seeking quotes for providing liquid aluminum sulfate for 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: L 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 Ili. 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 Four Hundred Fifty --Four Dollars and No Cents ($454.00) per dry'ton for supplying liquid aluminum sulfate to City from the date of the signing of this Agreement through March 31, 2022. The price rate per ton on the liquid aluminum sulfate :. supplied by Contractor is set forth in Exhibit `B". Contract No. 47--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 3-1, 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 suff cient 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 liable 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 $loo,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 $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $13000,000 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 showing 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 properly, 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. MAN INVESTMENT ACTIVITIES 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 Page 3 of 6 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--1,6.55 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. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1.--1 o, .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 shall 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 4 of 6 ' 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 interpretation 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 5of6 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' aff xed on different dates. "CITY" THE CITY OF RICHMOND, INDLANA by and through its Board of Sanitary Commissioners By: e Miller, President 2akshi. Vice -President "CONTRACTOR" CDEMTRADE CHEIHCALS US, LLC By: Printed: PARUL KACHHIA--P.ATEL Title: MARKETING SPECIALIST Date: MAY 20, 2019 APPROVED: . Snow, City of Richmond, rdiana Date: S_ 1199119 Page 6 of 6 PRICE REQUE-S � A { d C[T.i�. O-F WCEMOND �.ARTNEW of SYN x ##HON THIS IS'NOT AN ORDER PHA (765) 983 74' 500AX(765) 962-2669 Tw ss t!- :s `a'� G-i.a • .ti ^ :r tier--- VENDOR INSTRUCTIONS This Is a request fora 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 natne anAjhone number below with signature; Itemize all prices and charges where requested; and attach any explanation for any pubstitutlon to specificcationS altered. Mum in a seated envelope, in care of Richmond Sanitary Dlstrlct ]Board of -Cornmissichers to the administration building at the address above by the specified date and time to be considered. DATE: - REPLY M ST BE IN BY: PAYMENT TERMS: DELIVERY REQUIR91): January 28, 2❑19 10:00AM on February 26, 2019 UPON RECEIPT OF INVOICE DELIVERED D ES CRIPTIO N This is a request for quotes for purchasing chemicals from 2019 through 2022. Please see attached speciftcaffons .arid bid sheets. Please Include a Certificate of Insurance (including Wor kmanls Compensation) with quote. E- Verify reggirements and Indiana Local Preference Claims will apply tothis quote, information enclosed. Please -return this sheet and the proposal sheet _by the above due date in a sealed envelope to Richmond Sanitary Dishict Denise Johnson, Customer Sex -vice Manager 2380 Liberty.Avenue �e-hM ond,1' 47374 Re: Chemicals _ Quoted Valid Until: Questions? Cali Pat Smoker at 766-983-7480. NAME OF FIRM QUOTING: STATE TAXf EYEMPTION # 0n319'1 AM"0 I - - BY.- Richmond Sanitary District DATE AUTHOROM BY SIdNATuRE PHONE NUMBER MTL.E Proposal Sheet for Liquid Aluminum sulfate (Alz(so4)3 ol4H?.o) Description Nice Estimated 100,000 gallons of -Aluminum Sulfate per year. $ Dry ton Each vendor shall quote price per dry ton of Aluminum Sulfate in liquid state delivered to the Wastewater Treatment Plant and transferred to the Districts'bulls storage tanks in accordance with the attached "Minimum Specifications." 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 per'lod for which the quoted price shall remain valid. Vendor may be required to submit samples bf technical evaluation prior to quote award. Testing to be performed by independent lab at.no cost to RSD. Vendor to perform bench test at least once a year to determine performance of product for RSD atno cost, Vendor may submit one (1) quart of chemical, Quote will be for three (3) year period of time after award of quote (4/1/19 to 3J31/22). if emergencies occur with the Vendor's manufacturer andf or manufacturing ofthe product,' he Vendor will he held responsible for providing product to the District -at quoted price. Vendor is to inciudeAl shipping cost in the price quote. Richmond Sanitary District will not pay any shipping. Richmond Sanitary District has authority to refuse delivery due to unsafe manner and 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 Dale Contact Person Phone Number Company Name Minimum Specification for Liquid Aluminum Sulfate (Al2(SO4)31D14H20) Liquid Aluminum Sulfate shall contain water Aidder Complies soluble aluminum of not less than 4.23%as Al or'8.0f as AL 03. It shall be composed of 48.5 yes No dry Aluminum Sulfate have a density of 11.14 pounds. per gallon. The water -insoluble matter shall 'not exceed 0.2%. The delivered mixture shall meet the AV[ WA standard for Aluminum -Sulfate (B403-04). The product shall be analyzed for metals (cadmium, capper, chromium, lead, nickel; metcury,' molybdenum, and zinc) and date submitted as part of bid specs. Delivery shall be made by vehicles properly equipped to transfer liquid Aluminum Sulfate into the District's bulk storage tanks without spillage. Delivery shall 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 orderfrom the District. The District will admit delivery from 7:30arn to 1:30pm Monday through Friday with exceptions for holidays. The District's orders will be for approximately 4,000 gallons each. The District shall have the right to require a small sample from each load for laboratory purposes. Lfx �n i G't Q 3 of �6 -VerifyuiremneImts: Defmitions: E Voti-fy Programs --- .A. electronic ver cation of work authorization program of the Megal migration Refoim and Tmaaigxation Responsibility Act -of 1996 (P.L. 1 04-208), Division C, 'Title IV,sAO3 (a), as amended, operated by the United States Department of Homeland S ecuxity or successor work authorisation program. designated by the United States Depart of Homeland Semity or other federal agency authorized to ve ify the -work authorization status of newly hired employees -under the I nnugration Refoxm anal control Act of 1986 (P.L. 99 -603). No performance of services shall commence until. the following has been met: 1. The City is inn, receipt of any requfted certificates of insurance; 2. The, City is ix'receipt of any requfted aff.davit-saigned. by Contractor in accordance with l'n&ma Code 22-5-1.7-11(a) (2); and 3. .A. purchase order has been issued by the Purchasing Depatment. UilflnnnaAnun ilLiiinun Mona ams][apan aR=ZiTIOman aaaat7tiuiJi=aaaannuunaananAx1anaaa139:aU. llaamnunmarI� CONWLL4NCE NUTR INDMA E -VEWFY.PR0 GR" RE QUIREMMINTS Puxsumi to Jndiaua Code 22.5.1,7, Conf.•actor is xequhed to emoll in and verify the work eligibility status of an newly hired employees of the contractor through the Jndiana E -Verify program. Cox�.�aetor is not required tp verify the work eRgibility status of all newly hired employees of the con�•actor Rough the Indiana E-verify program if the Indiana E--Verify program no longer exists. Prior to the exfa�nnace of the.Agreement eement, Conuactor shall provide to the City its signed davit g that p � Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). Xn the event Gong*actor violates IC 22.5 -1.7 the Contractor shall be rewired to remedy the violation no later than. ffihty 3 0. clays after the City noes tie Contactor of the violation. If the Contractor fails to remody the violation. -within-the thi-.ty (3 0) day period provided above, the City shad consider iiie Contractor to be. in breach of this .A�greemeut and this . greeme�nt be terminated. If the City . deteimines that tennina&g this Agreement would be, detimental to the public interest or publip property, the City may,allo this Agreement to terrain in. effect until the City procures a new co�n�.tractor. If this Agreement is terminated under- this section, then pursuant to IC 22-5-1.7-�13 (a) the Contractor wMxenmain. liable to the City for aotasl damages. . .Affldvit of Employment- Eligib.'. `ty Vafication The Contractor, affirms under the penalties of pe1jilly that Contractor does- not Imowi gly . employ aaLmauthofizad alien. If -Contractor is self-employed and does not employ any employees, Contractor.• vefiftes he or she is a United States citizen or qualified mien. . The Contraotor has not Im6v&gly employed or contracted viffi an maufhorized alien and shag not retain an employee or contract with a person that the Contractor subsequently leans is an unauthorized alien. Pursuant to Xn diana Code 22-5--1.7, Contractor has enrolled in and veriflea -ffie wotk eligibility status of all nearly hired employees of sae contractor through. tho Indiana E-- Velify PTO gram The Contraotor has requg* ed Contractor's subcontractors to cei tify to tho Confx-actor that the subcontractor does not knowingly employ -or co:dract wiffi an uj.authorize d alien and that the subcontractox has enrolled and is participating in the E-Verify program. The Contractor wM �aaai faxn.this ee1•dfication. tivo-ughout the duxation ofthe term of a contract vvith a su'bcon.tractox. Y hereby verify under the penalty of perjury that the foregoing statement is -brae. bated this day of 520 (signatare) quinted name) .AST RT STN1-ITT ACTIVITIES Pursuant to Tn.cHan.a Code (IC)- 5--22--16.5, Contractor cediRes that Contractor is not engaged in . = Yn. ostm ent ac itzes in. Tian. In the event City -determines during the comse of this Agreement ent that thi� ca tificatioa is no longer valid... City shah notify Contractor in. .xting of said detemaination and shall give contactor ninet(90) days vdtbffi which to respond to the wdtten notice. In the event Contractor fails to demonstrate to the City that. the Contractor has ceased investment activiff es in -liars -withk ninety (90) days der the written notice is gto the Contractor, the City may proceed nth any xemedies it may have pursuant to IC 5-22 1.6.5. In the event the City. deternlines dming the ,course of this Agroement that this cepcation is no longor valid and said determinationis notrefated by Cantractorinthe. manner set forth in IC 5-22--16.5, the, Cityresm'Ves ' the right to consi er the Contractor to be in breach of this .A.greoment and terminate the agreement upon the expiration of the ninety (90) day period set forth above. ti4 A &of& 0 PR- ICE REQLJES t C1W0F1WC"0M DE MRWENT OF SANITATION 2380 LIBERTY AVENUE.FjCHWA)NP, INDIANA 47374 • THis is NOT AN ORDER Pid (766) 983-7430.FAX (765) 962 2669 ��'+f��ti f'e7r,,3.e.r�r+l.,y�-L}�.� rCC4b��-•; L•+,tit *� = t : •••,; • • •. • . • S • • Z. • • •� •. � �.2.�'M%� 'y' ...,• w. i� r... _ rti U •rr�'rA�i*:• siUF)� KJ-i, Y, i { ••• �•�5. ... _ :.t ...1 j• ' [ Z ,�� '; y+j1 [Z:i},i },. ��?�a, y►��5~i�,'�',. �l ' -� F�"` .r� L#•�� ri�i� a 'Sr�K. t'i1 �Y � {rr•. •tilk:f.i..i• [ • • , • •.. [ _ •i • -. �•..� +j+:i i•1iiti:'e'.i:: �. �'. '5+R'ec��� .S � -r} .��� 'r xsCt�-;x��r�4':'f.%.;�r:s;i;LC:l.j VENDOR -NSTRUCTIONS This is -a request for .a price for the services of materials described below. Any additional specIticatlons may be. attached hereto. WS Is NOT an order and the City reserves Chemtrade Chemicals U LLC the right to accept all or pelf, ar decline the entire propn-af. ' Please, complete your full name and phone number below, 90 East Halsey Road with Signature,, itemlze all prices and charges where ,ls �- 07054 , � requested; and attach any explahation for any sub§titutton to .� y3 specifications altered, Return 1n a sealed envelope, In. care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the - specified date and time to be considered. DATE; REPLY MUST BE IN BY: PAYMENT TERMS: bELfVLRY REQUIRED: January 28,-2019 1 Q:OOAM en February 26, 2019 UP -ON RECEIPT OF INV010E DELIVERED DESCRIPTION This Is a request for quotes fvr purchasing' chemicals from 2019 through 20-22. Please see attached speciffcatiohs and hid sheets, please include a Certificate of Insurance (including Workman's Compensation) with quote. E•-Vedfy requirements and Indiana Local Preference Claims will apply to this Quote, iriformatidn enclosed, Please return this shoat and the- projgosahshe2fby the -above due date in a sealed envelope to Mchmond Sanitary District Denise Johnson, Customer Service Manager 2380 Liberty Avenue _ Richmond, IN 47374 Re: Chemicals Quoted Valid Until: 03131/2022 Questions? Call Pat Smoker of 765-99:$-7490. STATE -TAX EXEMPTION # 00312190MOl Richmond S tary District NAIVE OF,FVM QUOTING, CAE E CHEIIC . S S LLC .OWB FAR_ L KACRWA -PATELAu-nioRMa BY srGMAWfirz MAMCETING SPECLALIST //� �7 r S FEB ✓� 2019 800-4412659 DATE PHONE NUMBER ,CX t, d%1 6 10 f 1.1 BTU I Proposal -sheet for Uqufd Alp-MInurn SIMate (Alz(SOja *14HzD) i Description rice Estimated 100,000 4-gallons ❑fAluminum Sulfate per year 45�-.0�00ryton Each vendor shall quote price per dry ton of Aluminum Sulfate in liquid state delivered to the. Wastewater Treatment Plant and transferred to the Districes bulk storage tanl(s In accordance, wl h the attached "Minsmum Specifications." Each vendor shall attach the chemical analysis of their material to the proposal.sheet, each vendor shall attach a MSD5 sheet upon delivery of the product. ' Each vendor shall state the timaperied for which the quoted Orke shall remain valid. Meador may be required to submit samples of technical evaluation prier to quote award. Testing to he Performed by independent Jab at no cost to HSD. Vendor to perform bench test at least once a year to determine performance of product for RSD at no cost, Vendor'may submit one (1) quart of chemical. Quote will he for three. (3) ydar period of Vine after award of quote W1/19 to 3/31/22). If emergencies occur With the Vendors manufacturer anOlor manuFacturing of the product, the Veridorwill be hddd responsible for providing product -to the DIstrict at quoted price. Vendor is to Include all shipping cost in the price quote. Richmond Sanitary District will not pay any shipping. Richmond Sanitary Distill has authority to -refuse delivery due to unsafe manner and not be held respon a for any -Charges: Vandor is to supply experienced/safe drivers and equipment. Ve oto st del" er ime aft r roc � t o order 3 - days. PEBRUARY 5, 201 Apthorized Signature - Data PARUL XACBMA-P'A.TEL, .MARIMTMG SIPF-C ALIST 800- 44I 2659 - Contact Parson phone- Number CIEMUTRAIDEQ1MCALS US LLC Company Name ev f JrA -7 Minimum SpecRication for Uquid Aluminum Sulfate (AQS04) *14H2.0) Llyutd Aluminum Sulfate shall cbntaln wafer_ soluble -aluminum of not less than 4.23 % as Al or 8.6% as AL2.0a. It -shall be composed of 48.5 dry Aluminum sulfate have a density of 11.14 Pounds per gallon. The watd-insoluble mattat small not exceed 0.2r. The delivered mixture shall meet the AVI WA standard for Aluminum Sulfate.(B403-09). The product shall be analyzed for:metals (cadmfium, copper, chromium, lead, nlckel� mercury, molybdenum, and zinc) and date submitted as,part of hid specs. L Delivery shall be made by vehicles properly equipped to transfer liquid Aluminum Sulfate Into the District's bulk storage tanks Without . Spillage. Delivery shall nQt be inade at the convenience of the Vendor. They shalt be made within a reasonable length of time following' either a written a telephoned order from the Distr' L The District will admit delivery from 7:30am to :X:3Opm Monday through Friday with oxceptlons for holidays. The DlstrlcVs orders will be for approximately 4,000 gallons each. The District shall have the right to require a small sample from each load for iaboraitory purposes. ' Bidder Com fies Yes No X a - - A da-vjt of- Rmpio e.ut Eligiboy vexfxeat w The Cvmt a tor, _CHEMT ADE CIEMICALS US LLC �s uMde-r the �pe�aMOfpV&rYAatPL ' Contractor does not knowingly a ploy . au iwauthorized alien. If Cozatraetox is self-employed and .does not employ any employees, CQnfractor ve xes he ox she is a TJn&d States etton vx gUalifxod alleu. The Contactor has riot Jm6wingly employed oy cottracted mdffi an unauthorized alian and shall not retain an employca or contract wih aparson that the Contractor subsequently seam is au . uaaauthorzed Wien. Putsu= to LcUana Cede 22-5-1. `, Con-fractox has =oUed in and verified tha work eligibility status of AU nowly hixed employees of the contractor throw h the hdiana - VexiyFograM J • • The Coutraotor has Zec red Cont�raotojes s�conirwtoxs ' to cmtify to the Contractor that the subcontractor does not Iiowhigly employ or contract vdth as uaaautho d alien and that the suhGon#'actax• hqs wrolled.and Is par6pipatingin the - '� proWam, The Coj&actor will Maintairithis cefcation thraughout the dumttou of the term of a contract with a sub contradox. I hereby very under thG penalty of-pex, y flat fhe f'oxegoi g statement -is trae. Dated the day o FEBiiUAR y, r (siguatare) PARUL I ACB A'PA.TEL MARKETING SPECIALIST (printed Vie) . • �o CERTIFICATE OF LIABILITY INSURANCE pA 4501l2107120ID�IYYYYj 018- 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 pollcy(ies) must have ADDITIONAL INSURED previsions or be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions -of the Polley, certain policies may require an endorsement. A statement on this certificate does (riot confdr rights to the certificate holder in 11ou of such andDrsement(s). PRODUCER Marsh USA, Inc. 9830 Colonnade Blvd Sulle 400 Sari Anlonlo, TX 78260 CONTACT NAME: (AfG. N FAX Nfl E-MAIL DD r;SS: INSURER(S) AFFORDING COVERAGE NAIL 11 INSURER A ; Allianz Global Risks US insurance Company CN10220N84-STND•GAWOL -18-19 GAW INSURE© Chemirade Holdco US Inc INSURER B : Llbefly Mutual Insurance Company 23043 INSURER C : Greenwich Insurance Company 22322 90 E Halsey Road INSURER D : Parsippany, NJ 07064 INSURER E : INSURER F : CnVFRAnPR r.FRTIFIr..ATF h111MRFR, I-ICiI1_nni9n2Rw4 RFV1R1r7A1 MIIMRFR- (I THIS IS TO CERTIFY THAT THE POUCIES OF WSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER D-OCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. t R TYPE OF INSURANCE ADDL INSDPOLICY SLIER NUMER POLICY EFF MMIDDIYYYY POLICY EKP MMIDD/YYYY LIMITS A x COMMERCIALGSNERALLIAHILITY CLAIMS -MADE � OCCUR � SIR4100,000 USL00049318 0510112018 . 0510112019 EACHOCCUF(RENCE $ 510001000 AMAGE PREMISES Ea occuErrence $ 100,000 X GEN'L x MED EKP (Any ono person) $ 51000 PERSONAL&ADV iNjuRY $ r 11000,000 AGGREGATE LIMIT APPLIES PER: PRO- POLICY ,1ECT LOG OTHER; GENERALAGGREGATE $ 5,000,000 PRODUCTS - COMPIOP AGG $ 5,000,000 8 B AUTOMOBILE LIABILITY x MY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS'ONLY A51-B71-072790-0$8 A81-B71-072790-078 0510112016 05101/2018 001112019 05101f2019 COMBINED SINGLE LIMIT Es accIdetsl $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per acclde.nt) $ PROPERTY DAMAGE Per aceld nt $ X UMBRELLA LIAR EXCESS 1.1AB x OCCUR CL41MS•MADE USL00049118 051D1f201$ 05 if2419 F=ACH oCCU Ri~NcE K000,00o AGGREGATE $ 50,000,000 ❑Eo I X I RETENTION $ 100,000 $ B 8 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOWARTNER!EXECUTIVE � OFFICERJMEMBEREXCLUDED? r•• E (Mandatory In NH) IF yye�ss, describe under DESCRIPTION OF OPERATIONS below N 1 A WA2 B7D-072790-088 WC2-e��-o7�7saa�e - 0510112018 a5��l���s 0510112019 051411 019 j( PER OTH- STATUM ER E.L. EACH ACCIDENT $ 1,000,000 EL. DISEASE- EA EMPLOYEE $ 1,000,000 E.LIDISEASE - POLICY LIMIT S 1,000,000 C . Pollullon legal Liability PEC000967413 'SIR'.000,000' o510112018 osjolr2020 Occurrence Aggregate .151000,400 30,000po DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached If more space Is required) 1 C1=RT11=1r. -tF HnLnFR CANCELLATION Richmond Sanitary District SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 2380 Libertykdnue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Richmond, IN 47334 ACCORDANCE WITH THE POLICY PROVISIONS. • r J AUTHORIZED REPRESENTATIVE ofNlaish USA Inc. Manashi Mukhegee @ 1988-2016 ACORD ,CORPORATION. All rights reserved. ACORD 25 (2016f03) The AGORA name and logo are registered marks of ACORD Ive 1 / % �. vy,75 Employment Eligibility VorificatiQn Ylc.Cu�rrr Uzu 1p pavrim hiaYes PMAY1064 LmiLvg1n 92:36Ki-43.fQ4Q014 •Log Out Clickvany for help °me Company Information f,ly Cases f. Now Case , Company Name: Chemirade Vlew Cases --- View/ Edit 5t„arrrh Cases — Company lC Nurnber: 759558 ki}=Tyrnflte Cuing Bus€ less As (DBA) Edit PraG1e Name: Cirnnge Password DUNS Number Change Security aues5ons My cranpany Physical Location: Marling Address: ' Etiil Company Profile Address 1: JO E. Halsey Rd Address 1: Add Nevi User Address 2: Address 2: ' View 1Wsling Users - city: Parsippany City: Close Cvmpany Account State: NJ State: My Rep*tis Zip Code: D7054 Zip Code: View Reparis County: MORRIS Jay RusotrrcCs Vievi Essenftj Resources Additional information: Take Tutorial Employer Identification Humber; 980354442 Maw User Manual Total Numbetol Employees: 540 [a 999 Share Ideas Parknt Organization: Coniact Us Administrator: Organization Designation: Employer Catecgaly: None•of tliese calegories apply NAILS Code: 325 - CHEMICAL MANUFACTURING - ew Total Hiring Sites: 37 View t Edit E'.. Total Points of Contact: Vlew ! Edit r1 • • View Mou U.S. paparmeal of Homeland Sscvriry-vAw4dha,Qov U.S. CiftenShip and Immograllan Sirvlz_es- v 4Avvsdz.gov AccessiMy Do nfasd Viewus 1. .. r t.' • 4'd V: https:lie-verify.uscis.govlemplEmployerWizard.aspx 314/2014 a - � r Water Treatment Group �� ' � � � :,Ti3 O x . � r kA I is i.'I '- 90 Eastlake Road Parsippany, NJ 07054 Tel. 1-800-441 ,2659 Fax: (973) 515-4461 www.chemtradelojisti'cs.com RROIDUCT CERTIFICATION Ceatrade chemicals US LLC certifies that all grades of Aluminum Sulfate as produced by our manufacturing locations MI meet National Sanitation Foundation dat on Standard 60 and ANSI/AWWA B 403-16 standard in evely respect. Safety Data Sheet, NO'Certification and related . . e technical information is attached for rev'iew. . Parul Kachhia Patel Marketing Specialist . HleC AN"VA AIum.doex:rev 611512DI7