Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2023-024 2023-02-13
DocuSign Envelope ID: 3A47A33D-FC64-4827-BA0D-D75A8DF1DADC RESOLUTION NO. R2023-24 A Resolution of the City Council of the City of Pearland, Texas, awarding a unit price contract for utility chemicals to Univar Solutions, in the estimated amount of $940,750.00, for the period of February 14, 2023 through January 23, 2024. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That the City solicited bids for utility chemicals. Section 2. That the City Council hereby awards a unit supply contract to Univar Solutions, in the unit supply amount shown on Exhibit "A", attached hereto. Section 3. The City Manager or his designee is hereby authorized to execute a contract for utility chemicals. PASSED, APPROVED and ADOPTED this the 13th day of February, A.D., 2023. DocuSigned by: 'B4881A61593F4F2... J. KEVIN COLE MAYOR ATTEST: DocuSigned by: FralA.Gt,S QOl ar Cc22G.,1 FFr415 FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: DocuSigned by: -C13CAo90DD1r4DG... DARRIN M. COKER CITY ATTORNEY RFP#1022-16 - Water Chemical and Supply Analysis Item Description UOM EST QTY DXI G20 Hawkins Polydyne PVS Internation Dioxide 1 Liquid Polyphosphate Blend Gallon 10000 15.5 WP 2 Zinc Orthophosphate Gallon 200 12.5 WP 3 Sodium Hypochlorite 12.5%. Enter a price per gallon for a truckload. Gallon 250000 2.05 1.95 WW 4 Sodium Hypochlorite 12.5%. Enter a price per gallon for LESS than a truckload. Gallon 500000 2.95 3.5 2.7 3.14 SW/WP 5 Liquid Ammonium Sulfate. Enter a price per gallon for a truckload. Gallon 130000 3 2.63 SW 6 Liquid Ammonium Sulfate. Enter a price per gallon for LESS than a truckload. Gallon 130000 3.95 2.94 WP 7 Liquid Sodium Bisulfite, 40% Solution. Enter a price per gallon for a truckload. Gallon 185000 2.12 WW 8 Liquid Sodium Bisulfite, 40% Solution. Enter a price per gallon for LESS than a truckload. Gallon 185000 3.5 3.26 WW 9 Liquid Sodium Bisulfite, 40% Solution. Enter a price per 55 gallon drum. Each 10 275 282.9 SW 11 Citric Acid, 50% Solution. Enter a price per gallon for LESS than a truckload. Gallon 300 15 SW 13 Sulfuric Acid, 93% Solution. Enter a price per gallon for LESS than a truckload. Gallon 200 9.5 SW 14 Liquid Sodium Hydroxide, 25% Solution. Enter a price per gallon for a truckload. Gallon 20000 3 1.5857 SW 16 Liquid Sodium Chlorite, 25% Solution. Enter a price per gallon for a truckload. Gallon 10000 6.58 8.6 SW 18 Aluminum Chlorohydrate. Enter a price per gallon for a truckload. Gallon 125000 4.67 5.55 SW 20 Chlorine Gas. Enter a price per pound for a 1 ton cylinder. Pound 150000 1.2247 SW 21 Chlorine Gas. Enter a price per pound for a 150 pound cylinder. Pound 25000 1.7328 WW/WP 22 Clarifloc CE 2374 or approved equal. Enter a price per gallon for a truckload. Offer is in price per gallon for 55 Gal. Drums filled to 450 Lbs. Density conversion factor: 8.6 Lbs/Gallon Gallon 7000 14.104 WW 23 Clarifloc CE 2374 or approved equal. Enter a price per gallon for LESS a truckload. Offer is in price per gallon for 275 Gallon Totes filled to 2 300 Lbs. Densit conversion factor: 8.6 Lbs/Gallon Gallon 7000 14.104 WW 25 Clarifloc A -210P or approved equal. Enter a price per gallon for LESS a truckload. Offer is in price per gallon for minimum 2,000 gallon LTL bulk. Density conversion factor: 8.8 Lbs/Gallon Gallon 7000 14.08 SW 26 Periodic Water Analysis on well water/distribution systems Each 12 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SUPPLY CONTRACT NO. RFP1022-16A WATER TREATMENT CHEMICAL AND SUPPLY SERVICES THIS Contract ("Contract") is entered into by and between the City of Pearland, a Texas home - rule municipal corporation ("City") and Univar Solutions USA, Inc ("Contractor"), and consisting of the following parts: I. Summary of Contract Terms II. Signatures III. Standard Contractual Provisions IV. Special Terms and Conditions V. Additional Contract Attachments I. Summary of Contract Terms. Contractor: Univar Solutions USA, Inc 8201 South 212th Street Kent, WA 98032 Description of Supplies: Water Treatment Chemical and Supply Services Contract Amount: $940,750.00 Effective Date: February 14, 2023 End Date: February 13, 2024 Renewals: 2 Resolution No/Bid No: R2023-24 RFP #1022-16 II. Signatures Lttitol 2DY�ed�ARLAND CONTRACTOR M t&v 2/14/2023 I 2:59 PM C T I 41DCGE469 11 A_. 'l Officer Date Title: Munici a omluerci Purchasing Pu g p a Manager p—DocuSigned by: 2/15/202316:53 AMA' 1 E 3 12 C710123 *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: February 1. 2023 Superintendent/Manager — up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + City Council Resolution over $50,000 Supply Contract Standard Form Page 1 of 6 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide supplies ("Supplies") in response to RFP #1022-16 ("Solicitation"), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Supplies in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Contract is for one (1) year, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to two (2) additional one-year periods ("Option Period(s)"), provided, the parties do so by written amendment prior to the expiration of the original term or the then -current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Contract is for an amount not to exceed $940,750.00, subject to approved extensions and changes. Payment will be made for Supplies completed and accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated, in its entirety, by reference into this Contract. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be emailed to the following email address with a copy provided to the Contract Administrator: City of Pearland Attn: Accounts Payable Email: accountspayable@pearlandtx.gov 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Contract, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Contract is as follows: Name: TAMMY SUE AKIF Department: ENGINEERING & PUBLIC WORKS Phone: 281.652.1826 Email: takif@pearlandtx.gov 5. Insurance; Bonds. (A) Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance ("COI"), as proof of the required insurance coverages, to the Contract Administrator. Additionally, the COI must state that the City shall be provided Supply Contract Standard Form Page 2 of 6 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 no less than thirty (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 ten (10) days of the City Manager or his designee's written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B) I Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Agreement. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C, and such content, the entirety of which, shall be incorporated into this Contract y. 6. Purchase Release Order. For multiple -release purchases of Supplies to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Supplies to be delivered in the following manner: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Supplies shall not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Supplies before acceptance. Any Supplies or products that are provided but not accepted by the City must be corrected or re -worked immediately at no charge to the City. If immediate correction or re -working at no charge cannot be made by the Contractor, replacement Supplies may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, shall be paid by the Contractor within thirty (30) days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract 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 Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is incorporated into this Contract. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule 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 Contract 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 Contract 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 Contract 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 Contract. 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 all work required by this Contract as an Supply Contract Standard Form Page 3 of 6 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 independent contractor and will furnish such Supplies in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. 13. Waiver. No waiver by either party of any breach of any term or condition of this Contract waives any subsequent breach of the same. 14. 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. 15. Notice. Any notice required under this Contract must be given by hand delivery, or certified mail, postage prepaid, and is deemed received on the day 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 Pearland Attn: SHAUN GILMORE Title: SURFACE WATER TREATMENT PLANT MANAGER Address: 2016 OLD ALVIN ROAD, PEARLAND, TX 77581 Phone: 281.652.1961 IF TO CONTRACTOR: UNIVAR SOLUTIONS USA, INC Attn: ROISE HOLIDAY Title: MUNICIPAL SPECIALIST Address: 8201 SOUTH 212th STREET, KENT, WA 98032 Phone: 253.872.5068 16. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR'S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD - PARTY DEFENDANT AS ALLOWED BY LAW. 17. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party Supply Contract Standard Form Page 4 of 6 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator's fees. 18. Attorney's Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney's fees or other costs relating to the suit. 19. Termination. (A) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City's own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all Supplies provided in accordance with this Contract to the date of termination. (B) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default shall provide the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract pursuant to this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. 20. 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 Contract. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 21. Limitation of Liability. The City's maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 22. Assignment. No assignment of this Contract 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 Contract by the Contractor is of the essence of this Contract, 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. 23. Severability. Each provision of this Contract is considered to be severable and, if, for any reason, any provision or part of this Contract is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Contract that are valid, but this Contract shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 24. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: Supply Contract Standard Form Page 5 of 6 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 A. this Contract (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 25. 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 Contract if required by said statute for items approved by City Council. 26. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Contract. The applicable law for any legal disputes arising out of this Contract 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 Brazoria County, Texas. 27. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory executing this contract on behalf of company verifies that the company does not boycott Israel and will not boycott Israel during the term of this contract. This clause is subject to companies with ten or more full time employees and the contract value is $100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 28. 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, regarding certain entities requirement to provide contracting information to governmental bodies in connection with a public information request, 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. 29. Entire Contract. This Contract constitutes the entire agreement between the parties concerning the subject matter of this Contract and supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. IV. Special Terms and Conditions. None. V. Additional Contract Documents Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFP #1022-16 Exhibit 2: Contractor's Bid/Proposal Response Supply Contract Standard Form Page 6 of 6 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 ATTACHMENT A - SCOPE OF WORK The scope of contract requires the vendor to supply and deliver less than truckloads of bleach to the WPs and SWTP, as well as truckloads of LAS, caustic soda, and sodium chlorite to the SWTP on an as needed basis throughout the contract period of one (1) year. The vendor is to make certain that all chemical supplies described are readily available to meet regular and unexpected demands. DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 ATTACHMENT B - BID/PRICING SCHEDULE RFP Number 1022-16 Title Water Treatment Chemicals and Supplies Services Univar Solutions USA, Inc Line Items Description UOM EST QTY Unit (not to exceed) Extended 4 Sodium Hypochlorite 12.5%. Enter a price per gallon for LESS than a truckload. Gallon 250000 $3.14 $785,000.00 5 Liquid Ammonium Sulfate. Enter a price per gallon for a truckload. Gallon 130000 $2.63 $341,900.00 14 Liquid Sodium Hydroxide, 25% Solution. Enter a price per gallon for a truckload. Gallon 20000 $1.5857 $31,714.00 16 Liquid Sodium Chlorite, 25% Solution. Enter a price per gallon for a truckload. Gallon 10000 $8.60 $86,000.00 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 ATTACHMENT C - INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland. TX 77581 l urchasing Department 281.652.1775 ebidsCnea rla nd Ix.gov Contractor Insurance Requirements & Agreement Contractors performing work on City property or public right-of-way for the City of Pearland shalt provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy. All insurance companies and coverages must be authorized by the Texas Department of Insuranea to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of Insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE Of INSURANCE Workers' Compensation Employers' Liability (WC) 2 Commercial General {Public} Liability (CGL) to include coverage for: a} Premises/Operations b) Products/Completed Operations c) Independent Contractors Personal injury e) Contractual Liability AMOUNT OF INSURANCE Statutory Limits $1,000,000 per occurrence PROVISIONS Personal Injury - $1,000,000 per person: Property Damage - S1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to Combined Single Limit - incJude coverage for: $1,000,000 a) OwnediLeased vehicles b) Non -owned vehicles c) Hired vehicles For WC, CGL. and BAL, the City is to be provided a WAIVER OF LSUBRdGATJON. CGL and DAL, City to be listed as additional insured and provided 3D - day notice of cancellation or material change in coverage. IWC, CGL and SAL. City shall be provided 30 -day notice of cancellation or material change in coverage. CGL will include a noncontributory addendum. If the contract involves a professional service, the contractor will also be required to provide the City with professiona l liability insurance in an amount of at least $1,0O0,000. Certificate of Insurance forms may be amailed to Purchasing Department atebidst@peeriandtx.nov.Questions regarding required insurance shered be directed to City of Pearl and Purchasing Department, at ids sari dtx. y. This form must be signed and returned with your bid/quotation. You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order with not be Issued without evidence of required Insurance. Agreement I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Pearland. I also agree to provide the CRy evidence of insurance coverage on any and all subcontractors performing work on the project. ProjectlBide 1122-16 Water Chemicals & S +ply Anal Company: Univ_r Solution USA Inc Signature and PrintRetNam$: Roiae Holida DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 ATTACHMENT D — WARRANTY Items or services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 AC ROT° CERTIFICATE OF LIABILITY INSURANCE DATE{iAWOO.Pfrfr 0.22 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NC3 RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND CR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS}, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT; Ii the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed, II SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain polities may require an endorsement. Asletement on this certificate does not canter rIghIs lo the certificate holder In lieu of such bndorsement(s). PRODIUCERAOr Ann Risk Services Central , Inc. Philadelphia PA office 1OO Perth 18th Street 15th Floor Philadelphia PA 191O3 0SA NAME - PHONE FAA A00-363 0145 tA'C Ho- Ex(505 283-7],?. q:I (y, ,; E-MAIL ADDR£55: IMAMS) AFFORDING COVERAGE NAIC at Il$LHiEU univar S01LJtyQh5 USA Inc. 3O75 Highland Parkway suite 2OO Downers Grove IL 60515 LISA INSURER A. ACE American Insurance Company 22.6.67 INSURERS: ACE Fire Underwriters Insurance co. 70702 INSURER C: ihdel.nity In F uranCe Co of North America 43575 INSURER D: Il1inlYiS Unlen insurance Company 279€0 INSURER E: INSURER F; VISION JVUMBER• THIS IS TO CERTIFY THAT THE POLICIES OF RJSUFIANCE LISTED UELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR C,p10FuION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO wHc H 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 HY PAID CLAIMS. Limits shown are AA requested LTR TYPE OF INSURANCE INSD MO POLICY NUMBER MY EFF thVOIYFYVYl POLICY DIP MPN ry YY LIMITS A )l COMMIE NCIALGENERALLIARerre XSLG47304775 06J01/202 06/O1/1O2 EACH❑CCURREKE $3,000,000 J CLAIIA5 MM1DE M OCCUR SIR applies per policy ter S & COndi'iahs DAMAGE TO REFUTED PREMISES lEa cmnrq,cel $3,000,000 MED EiP (Any ugpurnen) Excluded PERBOrIAL a ADV NJURY S3,000,000. am_ ALiGREOATELIMITAPPLIESPER: PILQ i:{ENERALAGGREGATE 53,040,000 X POLIO),■JF T 0 LOC PRCOUCTS-CC6APA¢P AGO 13.000 004 OTHER: A AUTDIIDRILE LLABILRT ISA H1O6990S1 Commercial Auto 06/0112027 O6/U1/2 L123 DOWNED SINGLE LIPNT fE.Rr lanlS f5,000,OQQ s ANYAUTO DODELY INJURY{ OWpernen1 OWNED- AUTOS ONLY 'SCAEGi1LED AUTOS 00 0LY INJURV4Per wake') HIRED AUTOS — NON -OWNED AUTOS ONLY PROFERTVDAhihGE LPgr Nrckren4 D I UIIBRELLALIAR X I OCCUR xteG77380566009 SIR 46/01/2O22 06/0i..= EACH OCCURRENCE $4,040.000 ENEE99LIAe cLAIb 4lADe applies per policy ter s 8 eandi ions REOATE 54,000,400 DED I X IRETENTQN C WORIfERSCDMPEHSATIONAND EMPL(NER€' I.IAeILITY 'if N WLIlC70303a$5 ADS 6 O1 2O22 06 x PERSIATUTE am. ER A ANN PRCIPRETORr PARTNER 1 LAEcVrIVS ., OFFICEPnJEUBER EXCLUDED? PIfA IFtISC7D3O3O4$ OBI41/2422 06/41!2423 6'1.. EACH ACCIDENT 31,044,000 1 1 i$dndalary In N41 II yet, dP1O ,d en 'rap MA E.L. DISEASE -EA EMPLOYEE ,OO_ S1.0000 DESCRIPTION OF OPERATIONS ueIUW E.L. DISEASE•POLEYLIMrT 51,000,000 DESCRIPTION OF OPERATIONS r LOCATIONS,' VEHICLES {ACORD UM, Atltlllianal Rrrnarks SchstAlle, ;swim atlacnad II Filmy space Is roqulrsdl Evidence of insurance, Iron Mountain statutory Trust -1999 and Iron Mountain Retards management. Inc. are included as Additional Insured in accordance with the polity provisions of the General Liability policy. CERTIFICATE HOLDER CANCELLATION univar solutions 075 Highland Pkwy ste 200 Downers Grove IL 60515-5560 USA SHOULD ANY OF INC A60Va DESCRIBED POLICIES DE CANCELLED BEFORE THE ENPJRATIon DATE THEREOF. lI TTl*E WILL BE DELIVERED in ACCOHUAHCE WITH THE POLICY PROVISIONS. Holder Identifier 570093377459 Certificate No ti AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. Alt rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 AGENCY CUSTOMER ID: 570000014538 LOC It ADDITIONAL REMARKS SCHEDULE Page _ of _ AelENCY Aon Risk Services Central. Inc. •,AtJtb ii,sun ED univar Solutions USA Inc. POLICY NLIMBEA see certificate Number: 570493377459 CARRIER See certificate Number: 570093377459 NAIC CEDE EFFECTIVE. DATE THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORMr FORM NUMBER: ACORD 25 FORM TITLE: C©rtificate of Liability Insurance INSURER(S) AFFORDING COVERAGE f NAIL ii INSURER INSURER INSURER INSL1 RF,R ADDITIONAL POLICIES 1I a policy below dues not include limit information, refer to the corresponding pulicy on the ACORD certificate form For policy limits. 1 tiK 1IR 'FYI% OF INSURANCE ,IjDL INSI1 Sl1Nk WVU POLICY NUM RI R r'oucy I'.NYRCI'It'li 'PATE 141M,UUJYYYYI POLCY IanRATIONEMITS HAIL (MM'0IlryyyyJ ALJT0M06LLE LIAeTLITY : NMT H10699125 Truckers Liability 06/01/2022 D6/01/2023 Ciwebfhed Single Limi 15,000,000 'PORKERS COMPENSATION 8 N!h 5CFC703O2462 WI 06/0112022 Ob/01/2023 A + NA WCUC70303UO4 Excess WC --CA OH QR,WA SIR applies per policy terms 06/01/2022 a. :onditions 06/01/2023 ACDRD 1111 p{lCupyt} The ACORD name and logo are reglslered marks of ACORD a 2005 ACORD CORPORATION. All rights reserved. DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 RFP 1022-16 Addendum 1 Univar USA, Inc. Supplier Response Event Information Number: RFP 1022-16 Addendum 1 Title: Water Chemical and Supply Analysis Type: RFP-Sealed Issue Date: 11/16/2022 Deadline: 12/14/2022 02:00 PM (CT) Notes: Join from the meeting link https://pearlandtx.webex.com/pearlandtx/j.php? MTI D=mde75774d58421251 da885a6a944f9689 Join by meeting number Page 1 of 3 pages Vendor: Univar USA, Inc. RFP 1022-16 Addendum 1 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 Meeting number (access code): 2555 160 9692 Meeting password: yEYniFE3J92 Tap to join from a mobile device (attendees only) +1-408-418-9388„25551609692## United States Toll Contact Information Contact: Vanessa Elam Address: City Hall Annex 3523 Liberty Drive Pearland, TX 77581 Phone: (281) 652-1790 Email: velam@pearlandtx.gov Page 2 of 3 pages Vendor: Univar USA, Inc. RFP 1022-16 Addendum 1 DocuSign Envelope ID: DF56AA05-9474-4097-BB61-FFDD11687315 Univar USA, Inc. Information Address: 8201 South 212th Street Kent, WA 98032 Phone: (253) 872-5000 Web Address: www.univarusa.com By submitting your response, you certify that you are authorized to represent and bind your company. Roise Holiday Signature Submitted at 12/12/2022 12:01:13 PM (CT) Response Attachments muniteam-west@univarsolutions.com Email City of Pearland 2023 Bid.pdf Full bid packet completed. Exhibit E - Pricing Sheet -Bid line (1).xlsx Price Sheet Bid Lines 1 Total Quantity: 1 UOM: EA Unit Price: $1,869,243.00 Total: $1,869,243.00 Response Total: $1,869,243.00 Page 3 of 3 pages Vendor: Univar USA, Inc. RFP 1022-16 Addendum 1