Loading...
HomeMy WebLinkAboutResolution - 2021-R0347 - Contract 15905 with Brenntag Southwest 9.14.21Resolution No. 2021-RO347 Item No. 7.32 September 14, 2021 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. 15905 for hydrochloric acid for the North and South Water Treatment Plants as per ITB 21-15905-YB, by and between the City of Lubbock and Brenntag Southwest, Inc. of Lancaster, 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 September 14, 2021 DANIEL M. POPE, MAYOR ATTEST: APPROVED AS TO CONTENT: C-11-�% Jesica cEachern, Assistant City Manager APPROVED AS TO FORM: Am . Si s, Deputy City Attorney Z5 RES. Brenntag Southwest Inc 8-12-21 Resolution No. 2021-R0347 Contract 15905 City of Lubbock, TX Contract for Hydrochloric Acid for North and South Water Treatment Plants THIS CONTRACT made and entered into this 14thday of September, 2021, by and between the City of Lubbock ("City"), and Brenntag Southwest, Inc., ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Hydrochloric Acid for North and South Water Treatment Plants 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 Hydrochloric Acid for North and South Water Treatment Plants. 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 specifications and Contractor's bid, copies of which are attached hereto and made part hereof, Contractor will deliver to the City, Hydrochloric Acid for North and South Water Treatment Plants and more specifically referred to as Item one (1) 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 contract shall be for a term of one (1) year, with the option of four (4), one year extensions, said date of term beginning upon formal approval. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid 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. Prices quoted shall be set for a period for one (1) year, said date of term beginning upon City Council date of formal approval. The rate may be adjusted upward or downward at this time at a percentage not to exceed the effective change in Consumer Price Index (CPI) or Product Price Index (PPI), which ever is most appropriate for the specific contract for the previous 12-months at the City's discretion, the effective change rate shall be based on either the local or national index average rage for all items. If agreement cannot be reached, the contract is terminated at the end of the current contract period. 5. 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. 6. 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. 7. Insurance Requirements SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall furnish and contain all required information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY. SECTION B. The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s): TYPE OF INSURANCE COMBINED SINGLE LIMIT GENERAL LIABILITY ® Commercial General Liability General Aggregate $1,000,000 ❑ Claims Made ® Occurrence Products-Comp/Op AGG X ❑ W/Heavy Equipment Personal & Adv. Injury X ❑ To Include Products of Complete Operation Endorsements Contractual Liability X AUTOMOTIVE LIABILITY ® Any Auto ❑ All Owned Autos Owned Autos Per Occurrence $1,000,000 EXCESS LIABILITY ® Umbrella Form Each Occurrence $4,000,000 Aggregate ® POLLUTION $1,000,000 ® WORKERS COMPENSATION STATUTORY AMOUNTS OR OCCUPATIONAL MEDICAL AND DISABILITY ® EMPLOYERS' LIABILITY $1,000,000 OTHER: COPIES OF ENDOSEMENTS ARE REQUIRED ® City of Lubbock named as additional insured on AutolGeneral Liability on a primary and non-contributory bases. ® To include products of completed operations endorsement. ® Waiver of subrogation in favor o the City of Lubbock on all coverages, except IMPORTANT: POLICY ENDORSEMENTS The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto and may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor. REQUIRED PROVISIONS The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions: a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as the interest of each insured may appear) as to all applicable coverage; b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; c. Provide for notice to the City at the address shown below by registered mail; d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance; e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. NOTICES The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE. All notices shall be given to the City at the following address: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1314 Avenue K, Floor 9 Lubbock, Texas 79401 SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the Contractor from liability. 8. 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. 9. The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the 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. 10. 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 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. 11. 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 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. 12. 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. 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. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 15. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 16. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 17. The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 18. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 19. This Contract consists of the following documents set forth herein; Invitation to Bid No. 21- 15905-YB, Specifications, and the Bid Form. INTENTIONALLY LEFT BLANK----- IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY OF LU OCK Daniel M. Pope, Mayor ATTEST: Rebe ca Garza, City Seer to APP VED AS TO - ONT T: Aubrey A. Spe P.E., Director of Water Utilities APPROVED AS TO FORM: Amy puty City CONTRACTOR BY a Authorized R presentative W. Thomas Crain, Jr. Print Name 704 E Wintergreen Rd Address Lancaster, Texas 75134 City, State, Zip Code City of Lubbock, TX Purchasing and Contract Management ITB 21- 15905-YB Specifications INTENT It is the intent of these specifications to describe the chemical hydrochloric acid 15.0% co -reactant to be used in the water treatment process at the City of Lubbock North and South Water Treatment Plants. PRODUCT SPECIFICATION Treatment Chemical purchased for use at the City of Lubbock North and South Water Treatment Plants 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 OUALITY PER LOAD Upon delivery of each load of product, the transport driver must present a certificate of analysis containing specific gravity and pH. 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. OUANTITIES AND PRICING The anticipated annual consumption of required treatment chemical is listed below. Prices quoted for product shall be FOB City of Lubbock North Water Treatment Plant, 6001 North Quava Lubbock, Texas 79403, and North and South Water Treatment Plants, 5114 East FM 1585 Lubbock, Texas 79404. Pricing shall be firm for a period three (3) years with price being evaluated and adjusted annually. Written consent from both parties is required for all price adjustments. Listed quantities are estimates only for pricing purposes. Actual usage may vary. DELIVERY / SECURITY Successful vendor shall be required to deliver the product to the City of Lubbock North and North and South Water Treatment Plants 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 North and North and South Water Treatment Plants, 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. Delivery Method: Bulk Unloading Method: The fill pipe connection is located near ground level. The connection is a 2" male camlock fitting. The supplier shall pump the material to the top of the tank, approximately 15' above ground level. Storage Capacity: 5,000 gallons tanks Typical Delivery: 3,300 gallons each tank Delivery Frequency: estimated every 2-3 months There is no storage or chemical feed equipment required to be furnished for this bid. Individual Chemical Specifications 15.0% Hvdrochloric Acid Annual usage of 15.0% Hydrochloric Acid is estimated to be 623,000 +/- pounds. Product will be off loaded into one 5,000 gallon bulk storage tank at the South Water Treatment Plants and a 7,000 gallon bulk storage tank at the North Water Treatment Plant. Product must be NSF/ANSI Certified for use in public water treatment. Specific gravity of 15.0% Hydrochloric Acid shall be 1.075 at 25 C (77F) with a pH of 1.0 at 1.0 wt/wt%. Hydrochloric Acid, HCI, shall be furnished as an aqueous solution of 15.0% by weight. The Hydrochloric Acid will be used in conjunction with Sodium Chlorite (NaC102) and Sodium Hypochlorite (NaOCI) to generate Chlorine Dioxide for Potable Water Treatment. The Hydrochloric Acid shall be reasonably clear liquid and be free from visible foreign matter and sediment. The Hydrochloric Acid shall contain no inorganic or organic substances in quantities capable of producing delirious or injurious effects on health of those consuming water that has been properly treated with Hydrochloric Acid. This material shall be certified as suitable for contact with, or treatment of, drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals — Health Effects. The bid price, per pound, shall be based on the actual pounds of solution. TERM AND CONDITIONS The contract shall be for a term of one (1) year with the option of four (4), one-year renewals, said date of term beginning upon formal approval. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. The Contractor must maintain the insurance coverage required during the tenor 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. 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. II. GENERAL CONDITIONS **** PLEASE READ CAREFULLY **** These General Conditions apply to all bids and become a part of the terms and conditions of any bid submitted. The City shall mean the City of Lubbock. 1Quantities: The quantities appearing in this Invitation to Bid are approximate only and the City reserves the right to increase, decrease or delete any or all items. If the quantities of materials to be furnished are increased, such increase shall be paid for according to the unit prices established for the item. In making its bid hereunder, the Seller expressly recognizes the rights of the City provided herein, and further recognizes that the Seller shall have no claims against the City for anticipated profits for the quantities called for, diminished or deleted. 2 Product Guarantee: Seller guarantees equipment or product offered will meet or exceed specifications identified in this bid invitation. The Seller shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot satisfactorily meet the requirements of the specifications, the Seller shall upon written request from the City, promptly remove such equipment or product without any further expense to the City. At the City's request, Seller will provide evidence sufficient to demonstrate such equipment or product meets the foregoing. 3 Invoices: Seller shall submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, shall be attached to the invoice. Mail to Accounts Payable, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment shall not be due unless and until the Seller shall not be in default under the terms of the contract, and until the above instruments are submitted after delivery. CITY MAY MAKE PAYMENTS FOR PURCHASES UNDER THIS CONTRACT USING THE CITY'S MASTERCARD PURCHASING CARD (PCARD). THE SELLER AGREES TO ACCEPT PCARD PAYMENTS WITHOUT ANY ADDITIONS OR SURCHARGES. 4 Delivery DelLty: When delivery delay can be foreseen, the Seller shall give prior notice to the Purchasing Director, who shall have the right to extend the delivery date if reasons for delay appear acceptable. The Seller must keep the Purchasing Director informed at all times of the status of the order. 5 Damage Assessment: Default in any manner under the contract, including, but not limited to default on promised delivery, without acceptable reasons, or failure to meet specifications hereunder authorizes the Purchasing Director to purchase goods elsewhere and charge any increase in cost and handling to the defaulting Seller, and/or exercise any and all rights available to it by law, equity and/or under the terms of the contract. Every effort will be made by the Purchasing Office to locate the goods at the same or better price as than originally contracted. 6 Late Delivery Fee: The City will also have the option to charge the vendor a fee of $50.00 per vehicle per day for late delivery. Late fee applies when vendor has not requested and received prior written permission and approval from the ordering entity to make delivery after the number of days established by the contract or the purchase. 7 Packaeine: Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a) Seller's name and address. (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e.g., box 1 of 4 boxes, and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 8 Delivery Time: Deliveries will be accepted only during receiving hours: 9:00 A.M. - 3:30 P.M., Monday through Friday, except on City holidays, at the designated location. 9 Damage: The City assumes no liability for goods delivered in damaged or unacceptable condition. The Seller must handle all claims with carriers, and in case of damaged goods, shall ship replacement goods immediately upon notification by the City. 10 No Warranty By The City Against Infringements: As part of the contract for sale, Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to the contract will give rise to the rightful claim of any third person by way of infringement of the like. The City makes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall The City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result, he will notify the City to this effect in writing within two weeks after the signing of the contract. If the City does not receive notice and is subsequently held liable for the infringement or the like, Seller will save The City harmless. If Seller in good faith ascertains the production of the goods in accordance with the specifications will result in infringement or the like, the contract shall be null and void. 11 Material Safety Data Sheets: Seller shall provide the City of Lubbock with current Material Safety Data Sheets (MSDS) for each chemical defined as hazardous under the Texas Hazard Communication Act (every chemical bearing any manner of warning label on the container) to comply with provisions of the Texas Hazard Communication Act, Title 6, Subchapter D, Chapter 502, Texas Health and Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF 1910.1200, which is generally known as the Right to Know Law.) 12 Shipment Under Reservation Prohibited: Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 13 Title & Risk Of Loss: The title and risk of loss of the goods shall not pass to the City until the City actually receives and takes possession of the goods at the point or points of delivery as provided herein. 14 No Replacement of Defective Tender: Every tender of delivery of goods must fully comply with all provisions of the contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach of the contract and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify the City of his intention to cure and may then make a conforming tender within the Contract time but not afterward. 15 Gratuities: The City may, by written notice to the Seller, cancel the contract or purchase order without liability to Seller if it is determined by the City that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing of such a contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 16 Special Tools & Test Equipment: If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filing this order, such special tooling or equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 17 Non -Arbitration: The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the 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. 18 Warranty -Price: a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by other parties for products of the kind and specification covered by the contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by other, or in the alternative. The City may cancel the contract without liability to Seller for breach or Seller's actual expenses. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure the contract upon an agreement or understanding for commission, percentage brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel the contract without liability and to deduct from the Contract price, or otherwise recover the full amount of such claimed commission, percentage, brokerage, or contingent fee. 19 Safety Warranty_ Seller warrants that the product sold to the City shall conform to the standards promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970 and/or any other governmental agency standards or regulations. In the event the product does not conform to each OSHA or other standards, Seller shall be in default hereunder, and the City may exercise and of the remedy provided for herein, including but not limited to return of the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by the City will be at the Seller's expense 20 Right of Inspection: The City shall have the right to inspect the goods at delivery before accepting them. 21 Vendor retrieval of Vehicles: Vendor shall remove noncompliant vehicles (s) form City premises within five working days after receiving written notification from the ordering entity. If vehicle is not removed by vendor within the five working days time frame, the city may arrange for vehicles to be removed and secured by a local towing and storage facility. Vendor will be responsible for payment of all related towing and storage charges. The City will not be responsible for payment of all related towing and storage charges. The City will not be responsible for liable for damage or loss of noncompliant vehicles with remain on City premises, or which are removed by towing company, five working days after vendor is notification. 22 Cancellation: The City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent and/or files bankruptcy or has bankruptcy filed against it. Such right to cancellation is in addition to and not in lieu of any other remedies which the City may have in law, equity or hereunder. 23 Termination: the City may terminate the contract or purchase order in whole, or in part. Termination hereunder shall be effected by the delivery to the Seller of a "Notice of Termination" specifying the extent to which the contract or purchase order is terminated and the date upon which such termination becomes effective. In the event of said termination, in whole or in part, provided that Seller shall not be in default under the Contract, the Seller shall be entitled to payment only for goods actually delivered, and/or services actually performed under and in compliance with the terms of the contract or purchase order. 24 Force Majeure: Neither party shall be held responsible for losses or damages hereunder, if the fulfillment of any terms of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or public enemy, fire, or flood. 25 Assignment -Delegation: No right or interest in the contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 26 Waiver: No claim or right arising out of a breach of the contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. 27 Interpretation -Parole Evidence: This writing, plus any specifications for bids and performance provided by the City in its advertisement for bids and any other document provided by Seller as part of his bid, is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. Whenever a term defined by the Uniform Commercial Code is used in the contract, the definition contained in the Code is to control. 28 Applicable Law: The Contract shall be governed by the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of the contract. 29 Right To Assurance: Whenever one party to the contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of this intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 30 Indemnification: Seller shall indemnify, defend, keep and save harmless the City, its agents, officials and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may in anywise arise or accrue against the City in consequence of the granting of the contract or which may anywise result there from, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subcontractor or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising there from or incurred in connection therewith, and, if any judgment shall be rendered against the City in any such action, the Seller shall, at its own expenses, satisfy discharge the same. Seller expressly understands and agrees that any bond required by the contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City as herein provided. 31 Nonappropriation: 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 nonappropriation 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. 32 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of the contract, and failure by Seller to meet the time specifications of the contract will cause Seller to be in default of the contract. 33 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial products and practices are to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the specifications in this bid shall be made on the basis of this statement. The items furnished under this contract shall be new, unused, of the latest product in production to commercial trade, and shall be of the highest quality as to materials used and workmanship. Manufacturer furnishing these shall be experienced in design and construction of such items and shall be an established supplier of the item bid. 34 Environmental Stewardship The City of Lubbock is fully committed to environmental excellence. It is the policy of the City to demonstrate sound environmental performance by controlling and mitigating the environmental impact of City activities, operations, and services. This commitment extends to the procurement and contracting process. Contractors and suppliers selected to provide services and materials to the City are required to uphold an equally high standard. To that end all contractors and suppliers hired by the City agree to maintain full compliance with any and all applicable environmental regulations. In addition, contractors and suppliers agree to implement whatever processes and procedures necessary to reduce and eliminate pollution and wastes and conserve natural resources while under contract with the City. To the greatest extent possible, while still delivering the highest quality service or material, City contractors and suppliers, as well as any sub -contractors under their supervision, will: • minimize waste and pollution generation; • conserve natural resources and energy; • minimize the use of hazardous materials by choosing the least toxic - yet effective - materials and products; • use the highest available post -consumer content materials and products; • recycle and/or reuse as much as is possible, waste materials; and • incorporate into project design energy efficient fixtures, appliances and mechanical equipment. 35 The Cif Right to Audit 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. 36. CONTRACTOR ACKNOWLEDGES, 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. 37. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 38. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. City of Lubbock, TX Purchasing and Contract Management Bid Submission Information In compliance with the Invitation to Bid, 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 in the invitation to bid and agrees to deliver said items at the locations and for the prices associated with this bid. 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 is by reference incorporated in this contract. Where applicable, prices are quoted as: F.O.B. Destination, Freight Pre -Paid and Allowed Where applicable, delivery days are: Days After Receipt of Order (ARO) Unless otherwise specified herein, the City may award the bid either item -by —item or on an all -or - none basis for any item or group of items shown on the bid. The City of Lubbock is seeking a contract for with one or more contractors. In order to assure 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 30 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 FAVORED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most favored customer, for like quality and quantity of the products/services; does not include an 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 quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the supplier 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 apply? Other governmental entities that might have interests in this contract are Frenship 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 • 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 Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. Addenda Bidder acknowledges receipt of addenda issued in regard to this solicitation by initialing: GMT Submission Information THIS BID IS SUBMITTED BY Brenntag Southwest, Inc. a corporation organized under the laws of the State of Texas of or individual trading as the City of Address: 704 E Wintergreen Rd City: Lancaster M/WBE Firm: Woman or a partnership consisting State: Texas Zip: 75134 Black American Asian Pacific American Native American Other (Snecifv) Please complete the information below for the person submitting this bid. Officer Name and Title: Gayle Tullier, Sr. Contract Administrator Business Telephone Number (972) 218-3500 FAX: (972) 218-3501 E-mail Address: gtullier@brenntag.com of City of Lubbock Water Operations Bid Tabulation ITB 21-15905-YB Hydrochloric Acid for North and South Water Treatment Plants Estimated Delivery Unit DescriptionNendor Location Qty (+/-) UOM Days Price Extended Cost #0-1 - 15.0% Hydrochloric Acid, as per specifications. Brenntag Southwest, Inc. Lancaster, TX 623000 Lbs 4-5 0.252 $ 156,996.00 Cheryl Brock Changed On Description Before After Current Balance Cost of Good/Services Additional Info 05/25/2021 Approved User ID [none] Brock, Cheryl $0.00 Item Review (Budget Director) 05/25/2021 Completed No Yes $0.00 Item Review (Budget Director) 05/25/2021 Complete Date [none] 5/25/2021 $0.00 Item Review (Budget Director) 05/25/2021 Item Review Status ID Under Review Approved $0.00 Item Review (Budget Director) 05/25/2021 Passed No Yes $0.00 Item Review (Budget Director) 05/25/2021 StatusChangedDate [none] 5/25/2021 $0.00 Item Review (Budget Director) Lainey Morrison Changed On Description Before After Current Balance Cost of Good/Services Additional Info 05/27/2021 Approved User ID [none] Morrison, Lainey $0.00 Item Review (Risk Management Coordinator) 05/27/2021 Completed No Yes $0.00 Item Review (Risk Management Coordinator) 05/27/2021 Complete Date [none] 5/27/2021 $0.00 Item Review (Risk Management Coordinator) 05/27/2021 Item Review Status ID Under Review Approved $0.00 Item Review (Risk Management Coordinator) 05/27/2021 Passed No Yes $0.00 Item Review (Risk Management Coordinator) 05/27/2021 StatusChangedDate [none] 5/27/2021 $0.00 Item Review (Risk Management Coordinator) 08/03/2021 Attachment added $0.00 Attachment (15959 ins req.pdf) 08/03/2021 Approved User ID [none] Morrison, Lainey $0.00 Item Review (Risk Management Coordinator) 08/03/2021 Completed No Yes $0.00 Item Review (Risk Management Coordinator) 08/03/2021 Complete Date [none] 8/3/2021 $0.00 Item Review (Risk Management Coordinator) 08/03/2021 Item Review Status ID Under Review Approved $0.00 Item Review (Risk Management Coordinator) O8/03/2021 Passed No Yes $0.00 Item Review (Risk Management Coordinator) 08/03/2021 StatusChangedDate [none] 8/3/2021 $0.00 Item Review (Risk Management Coordinator) August 19, 2021 Page 1 of 1 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1of1 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: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-779460 Brenntag Southwest, Inc. Longview, TX United States Date Filed: 07/15/2021 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 08/11/2021 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. 15905 Hydrochloric Acid for North and South Water Treatment Plants 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Brenntag North America, Inc. Reading, PA United States X 5 Check only if 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 provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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: 2021-779460 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Brenntag Southwest, Inc. Longview, TX United States Date Filed: 07/15/2021 2 Name of governmental entity or state agency that is a party to 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. 15905 Hydrochloric Acid for North and South Water Treatment Plants 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Brenntag North America, Inc. Reading, PA United States X 5 Check only if there is NO Interested Parry. ❑ 6 UNSWORN DECLARATION My name is W. Thomas Crain, Jr. and my date of birth is My address is 7132 Tabor Dr Dallas TX 75231 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. h Executed in Dallas County, State of Texas , on the 15th ay of July 2021 (month) (year) �lJ• � r Signature of au&orized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a Aubrey Spear Changed On Description 05/03/2021 Scope 05/03/2021 Plan Description 05/03/2021 Approved User ID 05/03/2021 Completed 05/03/2021 Complete Date 05/03/2021 Item Review Status ID 05/03/2021 Passed 05/03/2021 StatusChangedDate Cheryl Brock Changed On Description Before After PURPOSE OF PURPOSE OF GOODS: GOODS: The purpose of this bid is to provide The purpose of this annual pricing for the chemical treatment bid is to provide of water at the North Water Treatment annual pricing for Plant and the South Water Treatment the chemical Plant. Chemical included: 15.0% treatment of water Hydrochloric Acid Co -Reactant. at the North Water Treatment Plant and 15.0% Hydrochloric Acid Co -Reactant the South Water will be used for the treatment of water Treatment Plant. for public consumption, and also, to be Chemical included: combined with two other chemicals for 15.0% Hydrochloric the disinfection of treated water. The use Acid Co -Reactant. of this chemical is needed for maintaining 15.0% Hydrochloric compliance for required TCEQ Acid Go -Reactant regulations. will be used for the treatment of water for public consumption, and also, to be combined with two other chemicals for the disinfection of treated water. The use of this chemical is needed for maintaining compliance for required TCEQ regulations. Hydrochloric Acid Hydrochloric Acid 15.0% Co -Reactant 15.0% Co -Reactant Used for Water Treatment at the SWTP & NWTP [none] Spear, Aubrey No Yes [none] 5/3/2021 Under Review Approved No Yes [none] 5/3/2021 Before After Current Balance Cost of Good/Services Additional Info $1,212,663.00 $100,000.00 Plan (PUR-2021-15905) $1,212,663.00 $100,000.00 Plan (PUR-2021-15905) $1,212,663.00 $100,000.00 Item Review (Purchasing Approval) $1,212,663.00 $100,000.00 Item Review (Purchasing Approval) $1,212,663.00 $100,000.00 Item Review (Purchasing Approval) $1,212,663.00 $100,000.00 Item Review (Purchasing Approval) $1,212,663.00 $100,000.00 Item Review (Purchasing Approval) $1,212,663.00 $100,000.00 Item Review (Purchasing Approval) Current Balance Cost of Good/Services Additional Info August 17, 2021 Page 1 of 3 05/03/2021 Approved User ID [none] Brock, Cheryl $1,212,663.00 $100,000.00 Item Review (Budget Director) 05/03/2021 Completed No Yes $1,212,663.00 $100,000.00 Item Review (Budget Director) 05/03/2021 Complete Date [none] 5/3/2021 $1,212,663.00 $100,000.00 Item Review (Budget Director) 05/03/2021 Item Review Status ID Under Review Approved $1,212,663.00 $100,000.00 Item Review (Budget Director) 05/03/2021 Passed No Yes $1,212,663.00 $100,000.00 Item Review (Budget Director) 05/03/2021 StatusChangedDate [none] 5/3/2021 $1,212,663.00 $100,000.00 Item Review (Budget Director) 08/05/2021 Approved User ID [none] Brock, Cheryl $1,212,663.00 $100,000.00 Item Review (Budget Director) 08/05/2021 Completed No Yes $1,212,663.00 $100,000.00 Item Review (Budget Director) 08/05/2021 Complete Date [none] 8/5/2021 $1,212,663.00 $100,000.00 Item Review (Budget Director) 08/05/2021 Item Review Status ID Under Review Approved $1.212,663.00 $100,000.00 Item Review (Budget Director) 08/05/2021 Passed No Yes $1,212,663.00 $100,000.00 Item Review (Budget Director) 08/05/2021 StatusChangedDate [none] 8/5/2021 $1,212,663.00 $100,000.00 Item Review (Budget Director) Jesica McEachern Changed On 06/04/2021 06/04/2021 06/04/2021 O6/04/2021 O6104/2021 06/04/2021 Description Before After Approved User ID [none] McEachem, Jesica Completed No Yes Complete Date [none] 6/4/2021 Item Review Status ID Under Review Approved Passed No Yes StatusChangedDate [none] 6/4/2021 Current Balance Cost of Good/Services Additional Info $1,212,663.00 $100,000.00 Item Review (Assistant City Manager/CFO) $1,212,663.00 $100,000.00 Item Review (Assistant City Manager/CFO) $1,212,663.00 $100,000.00 Item Review (Assistant City Manager/CFO) $1,212,663.00 $100,000.00 Item Review (Assistant City Manager/CFO) $1,212,663.00 $100,000.00 Item Review (Assistant City Manager/CFO) $1,212,663.00 $100,000.00 Item Review (Assistant City Manager/CFO) Lainey Morrison Changed On Description Before After Current Balance Cost of Good/Services Additional Info 05/27/2021 Attachment added $1,212,663.00 $100,000.00 Attachment (15905 ins req pol.pdf) 05/27/2021 Approved User ID [none] Morrison, Lainey $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 05/27/2021 Completed No Yes $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 05/27/2021 Complete Date [none] 5/27/2021 $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) O5127/2021 Item Review Status ID Under Review Approved $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 05/27/2021 Passed No Yes $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 05/27/2021 StatusChangedDate [none] 5/27/2021 $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 08/05/2021 Approved User ID [none] Morrison, Lainey $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 08/05/2021 Completed No Yes $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 08/05/2021 Complete Date [none] 8/5/2021 $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 08/05/2021 Item Review Status ID Under Review Approved $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 08/05/2021 Passed No Yes $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) 08/05/2021 StatusChangedDate [none] 8/5/2021 $1,212,663.00 $100,000.00 Item Review (Risk Management Coordinator) August 17, 2021 Page 2 of 3 Renata Martinez Changed On Description 05/03/2021 Plan added Before After Current Balance Cost of Good/Services Additional Info $1,212,663.00 $100,000.00 Plan (PUR-2021-15905) August 17, 2021 Page 3 of 3