Loading...
HomeMy WebLinkAboutResolution - 2018-R0249 - Chameleon Industries, Inc. - 08/09/2018Resolution No. 201 8-R0249 Item No. 6.7 August 9, 2018 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 14211 for Water Treatment Facilities — Treatment Chemicals as per ITB 18-14151-JM, by and between the City of Lubbock and Chameleon Industries, Inc., of Mesquite, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on August 9 2018 DANIEL M. POPE, MAYOR ATTEST: '-Q ZL'4�_f 0 , '�c Re 'tc ca Garza, City Secretary U APPROVED AS TO CONTENT: Qgc=�(_ Jesica McEacTiem, Assistant City Manager APPROVED AS TO FORM: Deputy City Attorney vw:ccdocs/PES.Contract 14211. Water Treatment Facilities -Treatment Chemicals 07,24.2018 Chil Brock Changed On Description 08ail-1018 Approved User 10 08ril."018 Completed 081l Complete Date 0812112018 Item Review Status ID 08121,2018 Passed 08/2112018 Statu5ChangedDate Jesica McEachern ChangedOn Description 0EY2011-018 Approved User ID 011,20=18 completed OM012018 Complete Date OMO/2018 Item Revem &aWs ID OWD;2018 Passed 011 StatusChangedDate Lainey Morrison Changed On Description 08�23,:018 Approved User 10 08�3P!318 Completed OW3, �018 Complain Date OfI -018 Item ReYm Status ID 0V13QG18 Passed 01123--,alfl StatusChanladDam Safe. After CummotBalance Cost ofGooWSomices Additional Into [none] Brock. Cheryl S3.038�43180 S410.939.00 itern Revwnv (Budget Director) No Yes $3,038,432.80 $410.939,00 Item Reviev (Budget Director) (none] w1allia $3.038,432.80 $410,939.0 Item Rewsov (Budget Director) Unit., Ravin. Approved! $3.038,432.80 $410,939.00 Item Review (Budget Director) No Yes $3.038432AO $410,939.00 Item Re,tew (Budget Director) Inonel Balaoia $3,038 432gO $410,939,00 Item Review (Budget Director) Before Aft., Current Balance Cost of Good/Semices Additional Into jr-one] McEachem. Jesica $3.038,432.80 $410.939,00 Item Reviesv (Assistant City ManagedCFO) NO Yes $3.0311 $410,939,00 Item Revusv (AssiNant City Manager/CFO) Inone] 820aul 8 S3.038.432.80 $410.939�00 Item Revlm (Assistant City ManagerMFO) Under Reve%r Approved! $3.038.432.80 $410.939.0 Item Revim (Assistant City Managl No Yes S3,038,432.80 $410.939.00 Item ReAm (Assistant City ManagerXFO) [none] W0Qo18 $3,038,432.80 $410.93900 Item Rmim (Assistant City ManagedCFO) Before After Cement Balance Cost of GoodlSorvices Additional Info [none] Momison, I-ainey $3,038.432,80 $410.939ZO Item Revisal (Risk Management Coordinator) No Yes 53.038.432�80 $410.939LO Item Revim (Risk Management Coordinator) rmarej mmols $3,038.432.80 $410.93900 Item Revim (Risk Management Coordinator) Under Revies, Approved $3.038.432.80 S410.939,00 Item Revim (Risk Management Coordinator) No Yes $1038.432,110 V110,939b) Item Reviev, (Risk Management Coordinator) (none] mmona S1038.432.80 $410,939.00 Item ReYm (Risk Managernart Coordinator) Augus!23,2018 Page I of 1 Resolution No. 2018-R0249 Contract 14211 City of Lubbock, TX Contract For Water Treatment Facilities — Treatment Chemicals THIS CONTRACT made and entered into this 9th day of August , 2018, by and between the City of Lubbock ("City"), and Chameleon Industries, INC, ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Water Treatment Facilities - Treatment Chemicals and bids were received and duly opened as required by law; and WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery of the said Water Treatment Facilities - Treatment Chemicals. NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's general conditions and Contractor's bid, copies of which are attached hereto and made part hereof, Contractor will deliver to the City, Treatment Chemicals for Water Treatment Plants, and more specifically referred to as Items three, and seven on the bid submitted by the Contractor or in the specifications attached hereto. 2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms and conditions contained herein. 3. The Contractor shall perform the work according to the procedures outlined in the Bid Form General Conditions, and Specifications attached hereto. The contract shall be for a tern of one year with the option of four, one year extensions said date of term beginning upon formal approval. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this proposal and resulting contract. The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 4. This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2) performance of services ordered, or (3) termination of by either party with a 30 day written notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. 5. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 6. The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage with insurance carriers admitted to do business in the State Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis, subject to the following minimum limits of liability: INSURANCE COVERAGE REQUIRED TYPE OF INSURANCE GENERAL LIABILITY ® Commercial General Liability ❑ Other ❑ Claims Made ® Occurrence ❑ W/Heavy Equipment ❑ XCU ❑ To Include Products of Complete Operation Endorsements LIABILITY COMBINED SINGLE LIMIT General Aggregate $1,000,000 Products-Comp/Op AGG x Personal & Adv. Injury x Contractual Liability ® Any Auto ❑ All Owned Autos Per Occurrence $1,000,000 ® POLLUTION $1,000,000 ® WORKERS COMPENSATION — STATUTORY AMOUNTS OR OCCUPATIONAL MEDICAL AND DISABILITY ® EMPLOYERS' LIABILITY $1,000,000 COPIES OF ENDOSEMENTS ARE REQUIRED ® City of Lubbock named as additional insured on Auto/Genera! Liability on a primary and non-contributory basis. ® To include prodrtcts of completed operaltions endorsement. ® Waiver ofstibrogation in favor of lire City of Lubbock on all coverages, except The City of Lubbock shall be named as additional insured on a primary and Non -Contributory basis on Auto/General Liability, with a waiver of subrogation in favor of the City of Lubbock on all coverages. Copies of all endorsements are required. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 30 days' notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contractor shall also maintain workers compensation insurance in the statutory amount. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 7. Neither the City nor the Contractor shall- assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 8. The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or • n t`ri ��• t rl v1 ♦ ! n n Ij. t Ir C .. � ('�h..I'1 � t. .tl t ]11! '1.h lti 1'tlili ti!1t1. t !'i^ill In ,".^C: ",:��l. ( f t� >i �, r tt !' n��• of t Jurisdiction. l urthcr, (lie City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 9. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 10. All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 11. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the Subcontractor that complies with all contract Insurance requirements. 12. This Contract consists of the following documents set forth herein; Invitation to Bid No. 18-14151-JM, Specifications, and the Bid Form. 13. Contractor acknowledges, by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 14. FIB 89 - The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. 15. SB 252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. INTENTIIONAL LEFT BLANK IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed tile day and year first above written. Executed in triplicate. CITY OF LUBBOCK Daniel M. Pope, Mayor ATTEST: Rebecta Garza, City Sec-retakj APPR VED)2AS'1rO NTENT: Obrey,�.E., Director ol'Water Utilities APPROVED AS TO FORM: y4t!!5puty City A104Ly:) ZQ CONTRACTOR BY ALIIhOo,t Zpr Zmative Jason L Garza Print Name PO Box 853027 Address Mesquite, TX 75185 City, State. Zip Code Revised: ® ORIGINAL BID FORM ❑ COPY Water Treatment Facilities — Treatment Chemicals City of Lubbock, TX ITB 18-14151-3M In compliance with the Invitation to Bid 18-14151-JM, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid 18-14151-JM is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. QTY UNIT OF UNIT PRICE* BID EXTENDED Delivery Days ITEM +/" MEASURE DESCRIPTION COST ARO** 1. 30,000 Pounds 78.0% Sulfuric Acid For South Water Treatment Plant, NB asspecified. 2. 927,830 Gallons 12.5% Sodium Hypochloritc NB All 3 Plant Facilities, asspecified. 3. 195,275 Gallons Liquid Ammonium Sulfate 40% w/w 0.992 193,712.80 2 All 3 Plant Facilities, asspecified. 4. 24,500 Pounds 50.0% Citric Acid For South Water Treatment Plant, NB asspecified. 5. 2,056 Pounds 38.0% Sodium Bisulfite For South Water Treatment Plant, NB asspecified. 6. 26,400 Pounds 50.0% Sodium Hydroxide For South Water Treatment Plant, NB asspecified. 7. 949 Tons Aluminum Sulfate/Polymer Blend 228.90f11 217,226.10 2 Total Cost (items 1-7) S 410,938.90 *PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days after Receipt of Order (ARO) Unless otherwise specified herein, the City may award the bid on an all -or -none basis. The City of Lubbock is seeking a contract for Water Treatment Facilities - Treatment Chemicals with one or more contractors. In order to ensure adequate coverage, the City may make multiple awards, selecting multiple vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision to make a multiple award of this Bid, however, is an option reserved by the City, based on the needs of the City. PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of 0 %, net _ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most favored custurrter, fir like +;alit)- and quantity ol' the producis/services; .ions iwt include ,ui element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality and (1) - See attachment for additional chemical pricing ® ORIGINAL ❑ COPy CHAMELEON IN.DUS'rK ES July 9, 2018 Attachment - Product Pricing for Copper Sulfate Additive Bid Title: City of Lubbock, Water Treatment Facilities - Treatment Chemicals Bid Number: ITB 18-14151-JM Bid Date: 9 July 2018 Pricing sheet for chemicals containing supplemental additive (copper sulfate) as defined in Addendum 4 bid ITB 18-14151-JM, dated 3 July 2018. Unit of Delivery Days Item Description Measure Unit Price ARO Hydrate Aluminum Sulfate/Polymer 7a Blend with 1% Copper Sulfate Ton 248.90 2 Additive, as per specifications. Hydrate Aluminum Sulfate/Polymer 7b Blend with 2% Copper Sulfate Ton 268.90 2 Additive, as per specifications. Hydrate Aluminum Sulfate/Polymer 7c Blend with 3% Copper Sulfate Ton 288.90 2 Additive, as per specifications. CHAMELEON INDUSTRIES INC. I PO Box 853027 1 Mesquite, TX 75185 1 972.880.1493 1 Fax 972.692.8642 1 info@chameleonindustriesinc.com quantity; and does not include any provision for discounts to selling agents. If at any time during the contract ptQ9,91elupplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective. INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791. Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would npply? Other governmental entities that might have interests in this contract are Friendship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth. YES NO X • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of I.ubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible I'or another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY Chameleon Industries a corporation organized under the laws of the State of Texas , or a partnership consisting of or individual trading as of the City of Firm: Chameleon Industries Inc. Address: PO Box 853027 city: Mesquite state: Texas Zip 75185 Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 6/27/18 Addenda No. 3 Date 7/2/18 Addenda No. 2 Date 7 Addenda No. 4 Date 7 8 M/WBE Firm: By Authorized Woman I I Black American Native American X I Hispanic American I I Asian Pacific Americ_ . Other (Specify) Officer Name and Title: Please Print = must sign by hand Jason L. Garza 3 Business Telephone Number 513.615.3808 FAX: 972.692.8642 E-mail Address: info@Chameleonindustriesinc.com FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/individual: Date of Award by City Council (Jor bids vvei-,S25,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. Revised: City of Lubbock, TX Water Treatment Facilities — Treatment Chemicals ITB 18-14151-JM SPECIFICATIONS SCOPE It is the intent of these specifications to describe various chemicals and anticipated quantities of chemical products to be used in the water treatment process at the City of Lubbock South Water Treatment Plant, North Water Treatment Plant, and Bailey County Well Field. PRODUCT SPECIFICATION Treatment Chemicals purchased for use at the City of Lubbock South Water Treatment Plant, North Water Treatment Plant, and Bailey county Well Field shall contain no soluble inorganic or organic substances capable of producing deleterious or injurious effects upon the health of those consuming the water, or that would otherwise render it unfit for public consumption. All treatment chemicals must have NSF/ANSI Certification for use in potable water treatment plants. Bidder shall submit a certificate of analysis which will include the specific gravity and pH. The material safety data sheets (MSDS) for the product and NSF/ANSI certification shall also be submitted with the bid. In any event, all products used must have NSF/ANSI certification for use in drinking water treatment plants, any product bid that does not contain NSF/ANSI Certification will be determined unusable and not be considered. PRODUCT PERFORMANCE Bidders must submit a list with a minimum of three (3) potable water treatment plants with phone numbers and contact persons that are currently using the product(s). References will be thoroughly checked and will figure prominently into the selection of a successful bidder. PRODUCT QUALITY PER LOAD Upon delivery of each load of product, the transport driver must present a certificate of analysis containing specific gravity and pH. Plant operations staff may also perform specific gravity and pH analyses on the product in the presence of the transport driver. A delivered product that exhibits any unusual color or appearance compared to previous acceptable deliveries will be refused, as will deliveries containing any form of foreign material. If the product meets the required minimum standards, the product may then be off loaded. If desired, the vendor may provide their own hydrometer and perform an additional specific gravity analysis in the presence of the plant operations staff. In the event the product does not meet the required minimum standards, the load will be refused and the vendor must provide another acceptable load within forty eight (48) hours. No additional freight or shipping charges shall be assessed by vendor. TECHNICAL SUPPORT Vendor shall provide acceptable technical support and response time whenever problems are encountered relating to product use and/or performance. A telephone response time of one (1) business day is required of vendor in cases of product performance problems. A site visit by the vendor may be requested by the owner if owner feels it is necessary to solve any significant problem related to product performance. If a non -routine site visit is requested, the vendor will have five (5) business days to respond and arrive on -site. QUANTITIES AND PRICING The anticipated annual consumption of required treatment chemicals are listed below. Prices quoted for product shall be FOB City of Lubbock South Water Treatment Plant, 5114 East FM 1585 Lubbock, Texas 79404, North Water Treatment Plant 6001 North Guava Lubbock, Texas 79403, and Bailey County Well field 2380 East HWY 84 Muleshoe, Texas 79347. The contract shall be for a term of one year with the option of four, one year extensions said date of term beginning upon formal approval. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this proposal and resulting contract. The rates may be adjusted upward or downward at that time at a percentage not to exceed the effective change in the Consumer Price Index (CPI) for the previous 12 months. The effective change rate shall be based on the index average rate for all items. DELIVERY / SECURITY Successful vendor shall be required to deliver the product(s) to the City of Lubbock South Water Treatment Plant, North Water Treatment Plant, and Bailey County Well Field within five (5) days after order is placed. Unloading to plant storage tanks is to be performed by the driver under the direction of operations personnel. Successful vendor shall provide any and all special equipment necessary to perform unloading at no cost to the City of Lubbock. All deliveries will be unloaded between the hours of 9:00 A.M. and 4:00 P.M., Monday through Friday. No exceptions will be made unless prior approval is agreed upon with the water treatment plant's operations personnel. The transporter is required to furnish certified, dated, and stamped weight tickets with each load of bulk product delivered before and after unloading. All delivery people will display photo security ID upon arrival at the site. All delivery vehicles shall meet OSHA and DOT regulations and be operated in a safe manner while on site. All delivery personnel will be identified by the vendor before arrival at the site; preferably at the time an order is placed. Upon arrival at the City of Lubbock South Water Treatment Plant, delivery personnel will check in with plant representative, present photo identification, and then be directed to the unloading site. All shipments shall be sealed and the seal will be broken only in the presence of the plant representative. If any of the security measures are violated, the shipment will be refused. Individual Chemical Specifications 78.0% Sulfuric Acid Annual usage of 78% Sulfuric Acid is estimated to be 30,000 +/- lbs. 78.0% Sulfuric Acid will be received in totes and offloaded at the chemical receiving station located at the City of Lubbock South Water Treatment Plant. Product must be NSF/ANSI Certified for use in public water treatment. Specific gravity of 78.0% Sulfuric Acid shall be 1.71 at 16 C (61F) with a pH of 1.0 at 1.0 wt/wt%. 12.5% Sodium Hypochlorite Annual usage of 12.5% Sodium Hypochlorite is estimated to be 927,830 +/- gallons. 12.5% Sodium Hypochlorite must adhere to American Water Works Association specification B300-10 or latest revision thereof. Specific gravity of 12.5% Sodium Hypochlorite shall be 1.2 g/ml or 101b/gallon at 20 C (68 F) with a 1.0% solution pH of 11.2-11.4. (See below for individual facility and storage tank sizes) Liquid Ammonium Sulfate 10% w/w Annual usage of Liquid Ammonium Sulfate (LAS) is estimated to be 195,275 +/- gallons. Specific gravity of Liquid Ammonium Sulfate at 21 C (71 F) shall be 1.216-1.228. Neat pH shall be 3.0-5.0 with a density of 10.15-10.25 lbs/gal. (NH4)2SO4 percentage shall be 3840% with equivalent NH3 of 9.8- 10.3%. (See below for individual facility and storage tank sizes) 50.0% Citric Acid Annual usage of 50.0% Citric Acid is estimated to be 24,500 +/- lbs/year. Delivery of 50.0% Citric Acid will be received in totes and offloaded at the chemical receiving station located at the City of Lubbock South Water Treatment Plant. Product must be NSF/ANSI Certified for use in public water treatment. Specific gravity of 50% Citric Acid shall be 1.24 with a pH of 0.6. 38% Sodium Bisulfite Annual usage of 38.0% Sodium Bisulfite is estimated to be 2,056 +/- Ibs/year. Delivery of 38.0% Sodium Bisulfite will be received in totes and offloaded at the chemical receiving station located at the City of Lubbock South Water Treatment Plant. Product must be NSF/ANSI Certified for use in public water treatment. Specific gravity of 38% Sodium Bisulfite shall be 1.33 with a ph of 3.8-5.2. 50.0% Sodium Hydroxide Annual usage of 50.0% Sodium Hydroxide is estimated to be 26,400 +/- lbs/year. Delivery of 50.0% Sodium Hydroxide will be received in totes and offloaded at the chemical receiving station located at the City of Lubbock South Water Treatment Plant. Delivered 50.0% Sodium Hydroxide must adhere to American Water Works Association specification B501-08 or latest revision thereof. Specific gravity of 50% Sodium Hydroxide shall be 1.53 at 15.5 C (60 F) with a as is pH of 13.7. Coagulant for South Water Treatment Plant The City of Lubbock owns and operates a membrane filtration plant, only Aluminum Chlorohydrate(ACH) will be considered. No product containing polymer will be considered due to membrane fouling. The coagulant purchased for use at the City of Lubbock South Water Treatment Plant shall strictly adhere to AWWA Standard B408-14 for ACH Aluminum Chlorohydrate or latest revisions thereof. The coagulant blend must have NSF/ANSI Certification for use in potable water treatment plants. Bidder shall submit a certificate of analysis which will include the specific gravity and pH. The material safety data sheets (MSDS) for the product shall also be submitted with the bid. If the successful bidder is not the manufacturer of the coagulant bid, bidder must provide a copy of a legal contract between the bidder and the coagulant manufacturer that will be used to produce the blend. In any event, all products used must have NSF/ANSI certification for use in drinking water treatment plants. The same coagulant manufacturer must be used throughout the term of the contract. Throughout the term of the contract, the successful bidder may not change the formulation of the coagulant in any way without the express written consent of the Water Treatment Superintendent. No exceptions, an unauthorized change in the formulation of the product will result in contract termination. If product being bid has not been previously tested for performance at the City of Lubbock South Water Treat Plant bidder may be required by the City to visit the site and perform testing using standard jar testing methods. The test results must include settled water and final water turbidities, pH and temperature. A sample of the product being tested will be left at the facility for additional jar testing by Operations personnel. At the Cities' discretion full plant testing will be required based on results of previous tests; the City will pay for a full delivery (approximately 48,000 lbs.) at the price submitted in the bid document to conduct full plant testing. Water Treatment Operations personnel will evaluate product performance based on settled water quality, pH, filter effluent turbidities, and cost effectiveness. Bidders must submit a list with a minimum of three (3) potable water treatment plants with phone numbers and contact persons that are currently using the product. References will be thoroughly checked and will figure prominently into the selection of a successful bidder. SUPPLEMENTAL ADDITIVE SPECIFICATION Buyer requests the option of having copper sulfate, containing at least 99% CuSO4.5H2O, added to the coagulant. The copper sulfate must have NSF Certification for use in potable water treatment plants. The copper sulfate would be added per load at the buyer's request to control algae growth. Algae growth occurs when the water reaches a temperature of 72°F. The yearly average of this temperature is between the middle of April to the end of September. The amount of additive will be based on the coagulant feed rate at the time the load was ordered and would be determined by the operations staff, a 1.0% copper sulfate additive is to be expected. Coagulant for North Water Treatment Plant The aluminum sulfate/polymer blend purchased for use at the City of Lubbock Water Treatment Plant shall contain no soluble inorganic or organic substances capable of producing deleterious or injurious effects upon the health of those consuming the water, or that would otherwise render it unfit for public consumption. The aluminum sulfatelpolymer blend must have NSF/ANSI Certification for use in potable water treatment plants. Bidder shall submit a certificate of analysis which will include the specific gravity and pH. The City of Lubbock North Water Treatment Plant will require the product to have a pH in the range of 1.3 to 2.8 (slightly more stringent than AWWA Standard). The material safety data sheets (MSDS) for the product shall also be submitted with the bid. Due to the fact that successful aluminum sulfate/polymer blends are 90% or more aluminum sulfate by weight, it is preferable that the bidders be a manufacturer of liquid aluminum sulfate. If the successful bidder is not a manufacturer of aluminum sulfate, bidder must provide a copy of a legal contract between the bidder and the aluminum sulfate manufacturer that will be used to produce the blend. In any event, all products used must have NSF/ANSI certification for use in drinking water treatment plants. The same aluminum sulfate manufacturer must be used throughout the term of the contract. Throughout the term of the contract, the successful bidder may not change the formulation of the alum / polymer blend in any way without the express written consent of the Water Treatment Superintendent. No exceptions, an unauthorized change in the formulation of the product will result in contract termination. Products to be considered for bid will he tested by the manufacturer using, standard jar testing methods at the C'ity's North Water Treatment Plant site. The test results must include settled water and final water turbidities, pl-I and temperature. A sample of the product being tested will be left at the facility for additional jar testing by Operations personnel, if additional pilot plant testing is necessary an additional amount of sample will be required. At the Cities' discretion full plant testing will be required based on results of previous tests; the City will pay for a full delivery (approximately 48,000 lbs.) at the price submitted in the bid document to conduct full plant testing. Water Treatment Operations personnel will evaluate product performance based on settled water quality, pH, filter effluent turbidities, and cost effectiveness. Bidders must submit a list with a minimum of three (3) potable water treatment plants with phone numbers and contact persons that are currently using the product. References will be thoroughly checked and will figure prominently into the selection of a successful bidder. SUPPLEMENTAL ADDITIVE SPECIFICATION Buyer requests the option of having copper sulfate, containing at least 99% CuSO4.51-12O, added to the Aluminum Sulfate/Polymer blend. The copper sulfate must have NSF Certification for use in potable water treatment plants. The copper sulfate would be added per load at the buyer's request to control algae growth. Algae growth occurs when the water reaches a temperature of 72°F. The yearly average of this temperature is between the middle of April to the end of September. The amount of additive will be based on the coagulant feed rate at the time the load was ordered and would be determined by the operations staff, a 2.0% or 3.0% copper sulfate additive is to be expected. Facility and Storage South Water Treatment Plant = 2 — 6,000 gallon 12.5% Sodium Hypochlorite bulk storage tanks 2 — 3,000 gallon Liquid Ammonium Sulfate 10.0% w/w bulk storage tanks North Water Treatment Plant = 3 — 18,000 gallon 12.5% Sodium Hypochlorite bulk storage tanks 2 — 7,000 gallon Liquid Ammonium Sulfate 10.0% w/w bulk storage tanks Bailey County Well Field = 2 — 8,000 gallon 12.5% Sodium Hypochlorite bulk storage tanks 2 — 8,000 gallon Liquid Ammonium Sulfate 10.0% w/w bulk storage tanks ---104N CHAMIND-01 KR A404CORO" DATE (rOWONYYYY) CERTIFICATE OF LIABILITY INSURANCE 1 07 2312018 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 cartificste holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the torms and conditions of the policy, certain policies may require an endorsement. A statement an this certificate does not confer rl hts to the certificate holder in lieu of such endorsements). PRODUCER �hCT United Insurance • Madawaska " a E,g; (207) 728.6366 Nd ; 207 728-6369 116 Main Sit, Suite 105 — Madawaska, ME 04756 U/SURED Chameleon Industries, Inc PO Box 853027 Mesquite, TX 7SIU4027 f•AUCIDArice CCDTICICATC RIIfRRRCD- slsuRER[sl AFFORDt1iG COYE7tAQE _ — I NAIL F . DCU141nU MI IYDCO THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INER TYPE Of W SUAANCE ADO SMA am VAM POLICY NUMBER POU Y aPF PCLICY EVtTR LNtRS A X CONVERCIALOENERALLIAaIutY CLARUSMUM 7 OCCUR x MEBOSMIS 03/ =018 0312312019 IMACHOCCURRENCE S 1,000,000 O RENTED 300,000 M� EJP _ PGEEINMOtNA 10,000 1.000.000 X x POLICY 19%, toc ( COAC UMffAP ffoER LA 000,000 2,000,000 A AUTOMOBILE X LIABILITY ANYAUTO �A�gqU��T��O��S ONLY � SSW AUTOS AIROS ONLY ONLY X MECO692715 0312312016 0312312019 C SINED SlN(TLE LIMIT 1,000,000 Egollf jtg na.Y Y _ B I UMBRELLA UAB X OCCUR ( X I EXCESSLUU!I CLAIMS -MADE QED X RETENTIONS 10,000 NEF0692715 03=2018 03/23/2018 19000,000 1,000,000 C w�RMOMESENSAT�ION c dssaftuedsr M Mo,I XSF-00012869 0412412018 0412412019 X 1,0000MNIA 1,000.000 DISEASE! - POLICY 2 1,000,000 DESCRIPTION Or OPERATIONS I LOCATIONS! VEHICLES IlACORD 101, AddItImsl Remaks Schedule, may he sttaehsd If mom spw Is "trod) Gonarol ilabliity and auto liability polleles Ineludo blanket additional Insured, waiver of subrogation and primary b non-contributory language and 30 day NOC whom requirod by contract. City of Lubbock Purchasing Department PO Box 2000 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WIT" THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I/ _ . --. _ s ACORDa5 (2016103) Q 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Texasmutui WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILt+tY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce cur right against the person or organization named to the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for wham the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which It Is attached effective on the Inception date of the po4cy unless a different date Is Indicated below. (The following attaching clause` need be completed only when this endorsement Is Issued subsequent to preparation of the policy.) This endorsement, effective on 4/24118 at 12:01 a.m. standard time, forms a part or. Policy no. 0001268709 of Texas Mutual Insurance Company effective on 4124118 Issued to CHAMELEON INDUSTRIES INC m-,e de- . This is not a bill Authorized representative NCCI Carrier Code: 29939 U9rma PO Box 12058, Austin, TX 78711.2058 1 of 1 texasmutuat.com 1 (800) 859-5995 I Fax (800) 3594850 WC 42 03 04 B COMMERCIAL AUTO CA 99 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLLUTION LIABILITY - BROADENED COVERAGE FOR COVERED AUTOS - BUSINESS AUTO AND MOTOR CARRIER COVERAGE FORMS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Covered Autos Llabllity Coverage is changed as follows: 1. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or agreement. 2. With respect to the coverage afforded by Paragraph A.I. above, Exclusion B.B. Care, Custody Or Control does not apply. B. Changes In Definitions For the purposes of this endorsement, Paragraph D. of the Defr4flons Section is replaced by the following: D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "Insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or 2. Any claim or "suiC by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "Pollutants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or b. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". Paragraphs a. and b. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property In which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. CA 99 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTO CA 04 49 1116 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following Is added to the Other Insurance Condition In the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form end supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage Is primary to and will not seek contribution from any other insurance available to an "Insured" under your policy provided that: 1. Such "insured' is a Named Insured under such other insurance; and 2. You have agreed in writing In a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such 'insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary. This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other Insurance; and 2. You have agreed in "Ong In a contract or agreement that this insurance would be primary and would not seek contribution from any other Insurance available to such "insured". CA 04 49 1116 0 insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: MZC0692715 COMMERCIAL AUTO CA 04 44 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage Form apply unless modi. fled by the endorsement. This endorsement changes the policy effective on the inception dale of the policy unless another date is indicated below. Named Insured: Chameleon industries Endorsement Effective Date: 03/23/2018 SCHEDULE Name(s) Of Person(s) Or Organization(s): Information required to complete this Schedule, it not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown In the Schedule, but only to the extent that subrogation is waived prior to the "ac- cidenr or the 'loss' under a contract with that person or organization. CA 04 44 0310 € Insurance Services Office, Inc., 2009 Page 1 of 1 0 POLICY NUMBER: MEB0692715 COMMERCIAL GENERAL LIABILITY CO 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by those entities with whom the named insured executes a written contract prior to a lose. Information required to complete this Schedule if not shown above will be shown in the Declarations. The following Is added to Paragraph S. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included in the 'products - completed operations hazard'. This waiver applies only to the person or organization shown In the Schedule above. CG 24 04 05 09 0Insurance Services Office, Inc., 2008 Page 1 of 1 0 COMMERCIAL GENERAL LIABILITY CO2001 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other Insurance available to an additional insured under your policy provided that: (1) The additional insured Is a Named Insured under such other insurance; end (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other Insurance available to the additional insured. CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 1- 4 and 6 it there are Interested parties. -19 OFFICE USE ONLY Complete Nos.1. 2, 3, 5, and 6 if there are no Interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-390156 Chameleon Industries Inc. Mesquite, TX United States Date Filed: 08/09/2018 2 Name of governmental entity or state agency that Is a party to the contract for c t e orm rs being filed. City of Lubbock Date Acknowledged: 08/09/2018 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 18-14151 Liquid Ammonium Sulfate; Aluminum Sulfate Polymer Blend 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Garza, Faustino Mesquite, TX United States X Garza, Jared Maineville, OH United States X Garza, Jason Dallas, TX United States X 5 Check only It there Is NO Interested Party. 6 UNSWORN DECLARATION My name Is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms arovided by Texas Ethics Commission www_ethics_state.tyms Varcinn V1 n A711 CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l - Complete Nos.1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3.5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: i Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-390156 Chameleon Industries Inc. Mesquite, TX United States Date Filed: 08/09/2018 2 Name of governmental entity or state agency that Is a party tot the contract for which the form Is being filed. City of Lubbock Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to track or Identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 18-14151 Liquid Ammonium Sulfate; Aluminum Sulfate Polymer Blend 4 Name of Interested Party City, State, Country (place of business) Nature of Interest (check applicable) Controlling Intermediary Garza, Faustino Mesquite, TX United States X Garza, Jared Maineville, OH United States X Garza, Jason Dallas, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Jason L. Garza , and my date of birth Is My address is PO Box 853027 Dallas TX_, 75185 USA (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct Executed In Dallas County, State of TeX8S , on the 9th day of August , 20 B-. (month) (year) Sign?6 of authorize gent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1,0.6711 BUSINESS AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - AUTOMATIC STATUS FOR CONTRACTS OR AGREEMENTS This endorsement modifies insurance provided under the icllowing: BUSINESS AUTO COVERAGE FORM Under Section II., A. Coverage, the following is added to 1. Who Is An Insured: Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional Insured only with respell to liability for `bodily injury" or 'property damage", or "covered polluticn cost or expense", caused by your ongoing operations for the additional Insured and only to the extent that such "bodily injury" or "property damage, or "covered pollution cost or expense" is caused by your negligence, acts or omissions or the negligence, acts or omissions of those performing operations on your behalf. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. All other policy terns, conditions, definitions and exclusions remain unchanged. 48 47 CA 09 09 inCUldes 0WIFi6hted material of Insuranco Senrkes ofRoe, Inn. vAth as permissian. Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number i POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE MECO692715 03/23/2018 STATE NATIONAL INSURANCE CO. - CHEMPLAN NAMED INSURED AUTHORIZED REPRESENTATIVE Chameleon Industries Program Ins. Mgt. of Sarasota, Inc. 220 S Proctor Ave DBA: ChemPlan Odessa, TX 79762 8121 Vicela Dr. Sarasota, FL 34240 COVERAGE PARTS AFFECTED Commercial Auto CHANGES It is hereby agreed and understood that the policy has been amended as follows: Added blanket 30 day Notice of Cancellation. Authorized Representative Signature Copyright, Insurance Services Office, Inc., 1983 Copyright, ISO Commercial Risk Services, Inc., 1W3 IL 12 01 11 85 Page 1 of 1 13 O: i.31:14L1 POLICY NUMBER: MECO692715 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fled by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: 03/23/2018 Named Insured: Chameleon Industries Authorized Representative) SCHEDULE Number of Days' Notice 30 Name 01 Person Or Organization As required by those entities with whom the named insured executes a written contract prior to a loss. Address If this policy is canceled or materially changed to reduce or restrict coverage, we will mall notice of cancellation or change to the person or organization named In the Schedule. We will give the number of day's notice Indicated in the Schedule. CA L2 44 06 04 @ ISO Proparties, Inc., 2003 Page i of 1 0 POLICY NUMBER: M 290692715 It. 12 06 04 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Effective Date of Change: Change Endorsement No.: Named Insured: The following item(s): TEXAS POLICY CHANGES 03/23/2018 i Chameleon Industries P.O. Box 853027 Mesquite, TX 75185 ❑ Insured's Name ❑ Insured's Mailing Address ❑ Polley Number ❑ Company ❑ Effective/Expiration Date ❑ Insured's Legal Status/Business of Insured ❑ Additional Interested Parties ❑ Premium Determination C) Limits/Exposures ® Coverage Farms and Endorsements ❑ Covered Property/Location Description ❑ Deductibles ❑ Rates ❑ Classification/Class Codes Is (are) changed to read (See Additional Pags(s)): Tha ahnve amendments result in a thane In the oremium as follows: ❑ NO CHANGES 1111 TO BE ADJUSTED AT AUDIT ADDITIONAL PREMIUM RETURN PREMIUM Countersigned By: (Aut OMea Agent) IL 12 06 04 03 © ISO Properties, Inc., 2002 Page 1 of 2 0 oxiginal Added Blanket 30 day Notice of Cancellation REMOVAL PERMIT If this policy Includes the Commercial Property Coverage Part, or the Capital Assets Program (Output Policy) Coverage Part with all property scheduled on the Scheduled Location Endorsement OP 14 01, the following ap- plies with respect to that Coverage Part: If Covered Property is removed to a new location that is described on this Policy Change, you may extend this Insurance to include that Covered Property at each location during the removal. Coverage at each location will apply in the proportion that the value at each location bears to the value of all Covered Property being removed. This permit applies up to 10 days after the effective date of this Policy Change: after that, this Insurance does not apply at the previous location. Page 2 of 2 Q ISO Properties, Inc., 2002 IL 12 06 04 03 13 Original POLICY NUMBER:ME8o692715 COMMERCIAL GENERAL LIABILITY CO 02 2410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 30 (If no entry appears above, information required to complete this Schedule will be shown In the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is Increased to the number of days shown in the Schedule above. CG 02 24 10 93 Copyright, lat urance Services Oti;ca, Inc., 1902 Page 1 of 1 0 1. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT Under Section II - Who is An Insured, Paragraph 4. is added as follows: S.a. Any person or organization with whom you agreed, because of a written contract. Written agreement or permit, is an insured, but only with respect to: (1) "Your Work" for the additional insured(s) at the location designated In the contract, agreement or permit. (2) Facilities owned or used by you. This insurance applies on a primary basis if that is required by the written contract, written agreement or permit. However: (1) The Insurance afforded to such additional insured only applies to the extent permitted by taw; and (2) If coverage provided to the additional insured is required by a contract or agreement, the Insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. This provision does not apply: (1) Unless the written contract or written agreement has been executed or permit has been Issued prior to the "bodily injury, "property damage", "personal injury or "advertising Injury". (2) To any person or organization Included as an Insured by an endorsement issued by us and made part of this Coverage Part. (3) To any person or organization Included as an insured under item 2. of this endorsement. (4) To any lessor of equipment: (a) after the equipment lease expires: or (b) If the "baddy injury, "property damage", "personal injury or "advertising injury arises out of sole negligence of the lessor. (5) To any: (a) Owners or other interests from whom land has been leased which takes place after the lease for that land expires; or (b) Managers or lessors of premises if: (1) the occurrence takes place after you cease to be a tenant in that premises; or (ii) the "bodily injury, "property damage", "personal injury" or" advertising injury" arises out of structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. c. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance. (1) Required by the contract or agreement; or (2) Available under the applicable Limits of Insurance shown In the Declarations; whichever Is less. This endorsement shall not increase the applicable Whits of Insurance shown in the Declarations. 2197 GL 0814 (T)) rretudes capyrightod mate W of tnsarame SerWws orrce. Inc. wt h ft pem+taston. Page 2 of 9 I ADDITIONAL INSURED BROAD FORM VENDORS Under Section 11- Who Is An Insured, Paragraph 5. is added as follows: 6.e. Any person or organization with whom you agreed, because of a written contract or. written agreement to provide Insurance, but only with respect to "bodily Injury' or " property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by taw; and (2) If coverage provided to the additional insured is required by a contract or agreement, the Insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional Insured. b. The Insurance afforded the vendor does not apply to: (1) "Bodily Injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability In a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have In the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change In the product made intentionally by the vendor; (4) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instruction from the manufacturer, and then repackaged in the original container, (5) Any failure to make such inspection, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make In the usual course of business in connection with the sale of the product; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any thing or substance by or for the vendor. c. This insurance does not apply to any Insured person or organization, from wham you have acquired such products, or any ingredient, part or container, entering Into, accompanying or containing such products. d. With respect to the Insurance afforded to these vendor additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional Insured is required by a contract or agreement, the most we will pay on behalf of the additional Insured Is the amount of Insurance: (3) Required by the contract or agreement; or (4) Available under the applicable Limits of Insurance shown In the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 3. AGGREGATE LIMIT PER LOCATION A. Under lit - Umits Of Insurance the General Aggregate Limit applies separately to each of your g R/ne owned by or rented to you. B. Under Secdon V - Definitions, the following definition is added: . 2197 GL 0814 (TX) Includes copyrighted matarial of Insurance Servkes Office, Inc. with its pemisdan. Page 3 of 9