Loading...
HomeMy WebLinkAboutAgenda Report - February 7, 2018 C-07TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C- 7 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Contract with Univar USA, Inc., of Kent, WA, for Surface Water Treatment Facility and Well Improvement Chemical Supply ($18,500) MEETING DATE: PREPARED BY: February 7, 2018 Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to Contract with Univar USA, Inc., of Kent, WA, for Surface Water Treatment Facility and well improvement chemical supply, in the amount of $18,500. BACKGROUND INFORMATION: The Surface Water Treatment Facility (SWTF) requires various chemicals throughout the treatment process to produce potable water. One of those chemicals is soda ash, used to adjust the pH of the treated water after the filtration process in order to prevent corrosion in the distribution system. In 2012, the City initiated a two-year contract (with two, two-year extensions, for a total of six years) with Univar USA, Inc. for the supply and delivery of various chemicals used in the water treatment process. The delivery of soda ash to the SWTF varies with the amount of water being treated at the facility. Due to higher than anticipated surface water production over the past year, Staff is requesting additional funding to purchase soda ash through the end of the contract term which expires on June 30, 2018. Since all allowable contract extensions have been exhausted, staff will solicit bids for a new contract for the supply of these water treatment chemicals that will commence on July 1, 2018. Staff recommends authorizing City Manager to execute Amendment No. 1 to Contract with Univar USA, Inc., of Kent, WA, for Surface Water Treatment Facility and well improvement chemical supply, in the amount of $18,500, for a total not -to -exceed amount of $480,500, over the six-year contract term. FISCAL IMPACT: Funding for chemical purchases is included in the Water Operations budget. This purchase will not impact the General Fund. FUNDING AVAILABLE: Water Operating Fund/ SWTF (56052005). Andrew Keys Deputy City Manager/Internal Services Director a -,cur,) Charles E. Swimley, Jr. Public Works Director Prepared by Travis Kahrs, Water Plant Superintendent Attachment cc: Andrew Richie, Utilities Superintendent Lance Roberts, Utilities Manager APPROVED: en Sc' -ba er, City Manager R:\GROUP\WWW\SWTF\CONTRACTS PSA\COUNCIL COMMUNICATIONS\CC_UnivarAmend No 1.doc 1/29/2018 AMENDMENT NO. 1 UNIVAR USA, INC. 2012/2014 SURFACE WATER TREATMENT FACILITY AND WELL IMPROVEMENT CHEMICAL SUPPLY CONTRACT THIS CONTRACT AMENDMENT, made and entered this day of February, 2018, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and UNIVAR USA, INC., a Washington corporation (hereinafter called "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into the Surface Water Treatment Facility and Well Improvement Chemical Supply Contract — 2012/2014 on October 12, 2012, Extension No. 1 on July 12, 2014, and Extension No. 2 on October 20, 2016 (the "Agreement"), as set forth in Exhibit 1, 1A, and 1B, attached hereto and made a part hereof; and 2. WHEREAS, CITY requested to increase the fees by $18,500, for a total not to exceed amount of $480,500, within the existing fee schedule; and 3. WHEREAS, CONTRACTOR agrees to said amendment; and NOW, THEREFORE, the parties agree to amend the not to exceed amount of the Agreement as set forth above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation UNIVAR USA, INC., a Washington corporation Herein above called "CITY" Hereinabove called "CONTRACTOR" By: By STEPHEN SCHWABAUER Shawnasey McCarthy City Manager Municipal Commercial Manager Attest JENNIFER M. FERRAIOLO City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney SWTF/WeII Chemical Supply Contract 2012-14 CONTRACT Exhibit 1 PAGE 1 CITY OF LODI, CALIFORNIA THIS CONTRACT, made by and between the CITY OF LODI, State of Califomia, herein referred to as "City" and UNIVAR USA, INC., herein called "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete contract consists of the following documents, which are filed in the Public Works Department, which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Exhibit A — Well Locations and Modification Drawings Exhibit B — SWTF Chemical Plan and Chemical Storage Drawings The July 1992 Edition Standard Specifications, State of California Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City and under the condition expressed in the bond bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to perform and complete in a good workmanlike and substantial manner and to the satisfaction of the City as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE Ii The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5-600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE Ill The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, R:IGROUPIWWW1Water SWTP\Chemical Supply Conlract\Univar Conlract.doc 07/24/2012 SWTF/Well Chemical Supply Contract 2012-14 CONTRACT PAGE2 travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the contractor. ARTICLE IV And the Contractor agrees to receive and accept the following prices as full compensation for furnishing the work contemplated and embraced in this agreement; also for all Toss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until it's acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work; and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Contract Documents, to -wit: Perform the work necessary for the safe delivery of soda ash to the SWTF with a frequency based on usage. SWTF Chemical Supply Contract 2012-2014 SWTF CHEMICAL SUPPLY Section 2 of the bid proposal consists of the routine delivery of NSF certified chemicals to the surface water treatment facility located at 2001 West Turner Road. Note: The quantity and strength of solution is based on annual estimated usage and the frequency of delivery will change based on water production. Quantity Item Unit Unit Cost Total Item Cost 165 Soda Ash (Dry) Including all delivery costs and fees 2,000 lbs. $400.00 $66,000.00 Delivery must be made within 5 business days of order. ARTICLE V By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within the allotted number of working days: R:\GROUP\WWW\Water SWTP\Chemical Supply Contract\Univar Contract.doc 07/24/2012 SWTF/Well Chemical Supply Contract 2012-14 CONTRACT PAGE3 ARTICLE VIII The term of this contract is for a two (2) year period. At its option, City may extend the terms of this Agreement for an additional two (2) two (2) -year extensions; provided, City gives Contractor no Tess than thirty (30) days written notice of its intent prior to expiration of the existing term. In the event City exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed six (6) years. R:\GROU P\W W W1Water SWTP1ChemIcal Supply Contract\Univar Contract.doc 07/24/2012 SWTF/WeII Chemical Supply Contract 2012-14 CONTRACT PAGE 4 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first written below. t9i/C44-- V Dated: $h- /0 ;I,;1_, CONTRACTOR thorized Signature • °.c7 ` 4 e.� OF OR TYPEGANIZATION Individual, Partnership or Corporation (Affix corporate seal if Corporation) g 1 5 iia `S - ,AALciri8 Address Telephone CITY OF LODI a Muni ipal corporation K■ radt Bartlam City Manager Attest: Randi Jo?+t ify Clerk ApQroved as to Form. D. *7- Al **/ a 104 City Attorney R:\GROUP\WWW\Water SWTP\Chemical Supply Contract\Univar Contract.doc 07/24/2012 SWTF/Well Chemical Supply Contract 2012-14 BID PROPOSAL CITY OF LODI, CALIFORNIA Date: JUNE 2012 TO: The Lodi City Council Lodi City Hall Annex (If delivered by FedEx, UPS or courier): 310 West Elm Street Lodi, CA 95240 SECTION 3 PAGE 3-1 (If delivered by maid: P.O. Box 3006 Lodi, CA 95241-1910 The undersigned declares that the sites have been carefully examined, Information to Bidders, Contract, General Provisions, and Special Provisions for the delivery of chemicals required for the above-named project and submits this schedule of prices as listed in Bid Proposal Items for the items within the bid. If awarded the Contract(s), the undersigned agrees to furnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Information to Bidders, General Provisions, Special Provisions and Contract(s) form adopted for the same and the requirements under them of the City, and will take in full payment therefore the following unit and total prices, to -wit: Well Sites: The frequency of deliveries shall be as required to maintain continuous operation. Chemicals shall be delivered in a safe and efficient manner, in accordance with all codes and regulations, and will prevent employees from contact of said chemicals. The chemical included under this scope of services is: • Sodium Hypochlorite 12.5% Solution Surface Water Treatment Facility: The frequency of deliveries shall be as required to maintain a continuous operation. Chemicals shall be delivered in a safe and efficient manner, in accordance with all codes and regulations, and will prevent employees from contact of said chemicals. The chemicals included under this scope of services are: • Sodium Carbonate (Soda Ash) Dry • Salt 50 Pound Bag • Citric Acid 30% Solution • Sodium Bisulfite 38% Solution • Sodium Hydroxide (Caustic) 25% Solution The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. R:\GROUP\WW W\Water SWTP\Chemical Supply Contract\WTP and Wells Chem Specs 2012-14.doc 6/21/2012 SWTF/WeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-2 SWTF/Well Chemical Supply Contract 2012-2014 BID PROPOSAL BID SECTION 1 WELL CHEMICAL SUPPLY Section 1 consists of the routine delivery of NSF certified sodium hypochlorite 12.5% solution to up to 24 well locations, including loading product into holding tanks/containers and/or storage facility on-site and scheduled monitoring of chemical levels to ensure adequate supply. 1. Estimated annual usage is 26,000 gallons which should include all delivery costs, installation costs, and applicable taxes and fees associated with scope of work. Note: The frequency of deliveries shall be as required to maintain a continuous operation. The quantity and strength of solution is based on annual estimated usage and is subject to change based on the water production of each individual well. Item j Quantity 26,000 Item Unit Unit Cost Total Item Cost 1 Sodium Hypochlorite 12.5% Solution Including all delivery costs and fees Gallon $ LG 55 $ :4-13 Q3p,Q6 * Nee— ivte.&cuoe 5 d -1 -7 --Sr 1,41) 1( Ree a. 0 33 -/, 6 /.655 The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. The list of well locations is found in Section 6-01 under Description of Work Delivery must be made within 5 business days of order if different than regularly scheduled deliveries. BID SECTION 2 SWTF CHEMICAL SUPPLY Section 2 of the bid proposal consists of the routine delivery and loading product into holding tanks/containers and/or storage facility on-site of NSF certified chemicals to the surface water treatment facility located at 2001 West Turner Road, Lodi, California. These chemicals include, but may not be limited to: Soda Ash; Sodium Bisulfite; Citric Acid and Sodium Hydroxide. Delivery and all applicable taxes and associated fees shall be included in per unit cost. Note: The quantity and strength of solution is based on annual estimated usage and the frequency of delivery will change based on water production. R:IGROUPIWWW1WaterSWTP\Chemical Supply Contract\WTP and Wells Chem Specs 2012-14.doc 6/21/2012 L. SWTF/Well Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-3 /t4 /I!7&<to4QI-'de1'e$ The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. Delivery must be made within 5 business days of order. References must be submitted with bid proposal as described in Section 2.1400. R:\GROUP\WWW\Water SWTP\Chemical Supply Contract\WTP and Wells Chem Specs 2012-14 doc 6/21/2012 Quantity Item Unit Unit Cost Total Item Cost 1 12 Salt 50 Ib/bag Pallet $ $ Including all delivery costs and fees 505.40 A /15e ao 2 165 Soda Ash (Dry) 2000 lbs. $ $ Including all delivery costs and fees o, al Taa r p 3 12 Sodium Bisulfite 38% Solution 330 $ Including all delivery costs and fees Gallons /049/ 4 I 12 Citric Acid 30% Solution 330 $ $ Including all delivery costs and fees Gallons N� ,I2 5 12 Sodium Hydroxide 25% Solution 330 $ $ Including all delivery costs and fees Gallons 340 15.t%R`Qc /t4 /I!7&<to4QI-'de1'e$ The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. Delivery must be made within 5 business days of order. References must be submitted with bid proposal as described in Section 2.1400. R:\GROUP\WWW\Water SWTP\Chemical Supply Contract\WTP and Wells Chem Specs 2012-14 doc 6/21/2012 SWTFIWeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-4 The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned upon receivin the executed contract. Accompanying this Bid Proposal is /'cal5 vl (INSERT THE WORDS "CASH," "CERTIFIED CHECK," "CASHIER'S CHECK," OR "BIDDER'S BOND," AS THE CASE MAY BE) payable to the City of Lodi in the amount equal to at least ten percent of the total bid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in the case of default in executing the required contract, within ten working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered null and void. However, if the undersigned shall execute the contract required within the time aforesaid, the deposit shall be retumed forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. All representations made herein are true and are made under penalty of perjury. The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. R:\GROUP\WWW\WaterSWTPIChemical Supply Contract\WTP and Wells Chem Specs 2012-14.doc 6/21/2012 SWTF/WeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-5 The undersigned is licensed in accordance with the laws of the State of California, License No. Classification , License Expiration Date G)1`r06 roSE_ �S,�vte55 Xie-IAsG° sle-0C594- 3o--7cozfoo 0006_6 Federal Contractor/Employer I.D. No. /—/3���13 . 5.4 Bidder Author e rgnature TYPE OF ORGANIZATION Individual, Partnership or Corporation Address Dated: -IL�y_ Title (Affix Corporate Seal if Corporation) //r ley/ (g.53 FiZa- 5000 Phone Number /.0Q-- Kms, w, if3D3� 0.4001' -rte 1.,ent' ✓a rdl5 . Cocu., Email address R:\GROUP\WWW1WaterSWTP\Chemical Supply Contract\WTP and Wells Chem Specs 2012-14.doc 6121/2012 0 un AR AUTHORIZED BID SIGNERS UNIVAR USA INC. Western Region RESOLUTION RESOLVED: That the Corporate Secretary shall maintain a list of the agents of this Corporation who are vested with authority to execute in the Corporation's behalf formal, written bids or proposals for the sale or other disposition of products handled by the Corporation. Said list shall be as established initially by the Board of Directors and thereafter, the President, or a Vice President shall have the authority, by written directive to the Corporate Secretary, to add agents to or eliminate agents from said list, and it is further RESOLVED: That the Corporate Secretary or any Assistant Secretary of the Corporation is authorized to certify this resolution or certify to the name or names of persons on the list maintained by the Corporate Secretary and such certificate will be conclusive evidence of the authority of such person or persons so to act. END OF RESOLUTION CERTIFICATION I, the undersigned, as Corporate Secretary of UNIVAR USA INC. do hereby certify as follows: 1. That the above resolution was duly adopted by the Board of Directors of said Corporation at a n looting duly held on December 24, 1986, and is in full force and effect. 2. That the list of persons authorized to execute, for and on behalf of this Corporation, written bids or proposals for the sale or other disposition of products handled by this Corporation, as initially established by the Board of Directors and thereafter added to by the President, or a Vice President of this Corporation is as follows: All officers and the following: Jennifer Perras Scott Donahoe Shawnasey McCarthy Michelle Wick 3. That all of the foregoing persons are now authorized to execute bids pursuant to the resolution above referred to. Dated this th day of ,34 , 201,2 Usq Iityo C`'�' . /986 • z i r Corporate Secretary SWTFNVeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-6 PAGE INTENTIONALLY LEFT BLANK R:\OROUP\WWW\WaterSWTP\Chemical Supply Contract\WTP and Wells Chem Specs 2012-14.doc 6/21/2012 U n VAR AUTHORIZED BID SIGNERS UNIVAR USA INC. Western Region RESOLUTION RESOLVED: That the Corporate Secretary shall maintain a list of the agents of this Corporation who are vested with authority to execute in the Corporation's behalf formal, written bids or proposals for the sale or other disposition of products handled by the Corporation. Said list shall be as established initially by the Board of Directors and thereafter, the President, or a Vice President shall have the authority, by written directive to the Corporate Secretary, to add agents to or eliminate agents from said list, and it is further RESOLVED: That the Corporate Secretary or any Assistant Secretary of the Corporation is authorized to certify this resolution or certify to the name or names of persons on the list maintained by the Corporate Secretary and such certificate will be conclusive evidence of the authority of such person or persons so to act. END OF RESOLUTION CERTIFICATION I, the undersigned, as Corporate Secretary of UNIVAR USA INC. do hereby certify as follows: 1. That the above resolution was duly adopted by the Board of Directors of said Corporation at a meeting duly held on December 24, 1986, and is in full force and effect. 2. That the list of persons authorized to execute, for and on behalf of this Corporation, written bids or proposals for the sale or other disposition of products handled by this Corporation, as initially established by the Board of Directors and thereafter added to by the President, or a Vice President of this Corporation is as follows: All officers and the following: Jennifer Perras Scott Donahoe Shawnasey McCarthy Michelle Wick 3. That all of the foregoing persons are now authorized to execute bids pursuant to the resolution above referred to. Dated this 1 th day of , 20102... Corporate Secretary RESOLUTION NO. 2012-129 A RESOLUTION OF THE LODI CITY COUNCILAWARDING CONTRACTS AND AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND NEGOTIATEAND EXECUTE CONTRACT EXTENSIONS FOR SURFACE WATER TREATMENT AND WELL FACILITIES CHEMICAL SUPPLY WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on July 12, 2012, at 11:00 a.m., for the Surface Water Treatment and Well Facilities Chemical Supply, described in the specifications therefore approved by the City Council on June 20, 2012; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bid Item Univar USA Sierra Chemical Hypochlorite $43,030.00 $39,520.00 Salt $6,115.20 $3,882.00 Soda Ash $66,000.00 $70,125.00 Sodium Bisulfite No Bid $8,276.40 Citric Acid No Bid $21,780.00 Sodium Hydroxide $15,048.00 $5,385.60 WHEREAS, staff recommends awarding the contract for soda ash to the low bidder for that bid item, Univar USA, inc., of Kent, Washington, in the amount of $66,000, and the contract for all other surface water treatment and well facilities chemicals to the low bidder on those bid items, Sierra Chemical Company, of Sparks, Nevada, in the amount of $78,844; and WHEREAS, the contracts contain provisions for two 2 -year extensions, and staff recommends the City Manager be authorized to negotiate and execute the extensions should that be in the best interest of the City. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award a two-year contract for soda ash to the low bidder for that bid item, Univar USA, Inc., of Kent, Washington, in the amount of $66,000 per year, and a two-year contract for all other surface water treatment and well facilities chemicals to the low bidder on those bid items, Sierra Chemical Company, of Sparks, Nevada, in the amount of $78,844 per year; and BE IT FURTHER RESOLVEDthat the City Manager is hereby authorized to execute the contracts and to negotiate and execute up to two 2 -year extensions. Dated: August 15, 2012 hereby certify that Resolution No. 2012-129 was passed and adopted by the City Council of the City of Lodi in a regular meeting held August 15, 2012, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Nakanishi, and Mayor Mounce NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None 2012-129 1 JOHL City Clerk Exhibit 1A CONTRACT EXTENSION AGREEMENT 2012/2014 SURFACE WATER TREATMENT FACILITY AND WELL IMPROVEMENT CHEMICAL SUPPLY CONTRACT �-r_xitiv`L THIS CONTRACT EXTENSION AGREEMENT, made and entered this R. day of July, 2014, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and UNIVAR USA, INC., (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into the Surface Water Treatment Facility and Well Improvement Chemical Supply Contract – 2012/2014 on October 12, 2012, (the "Contract"), providing that the contract could be extended by mutual agreement of both parties; and 2. WHEREAS; At its option, CITY has advised CONTRATOR of its intent to extend the terms of the Contract an additional two years; and 3. WHEREAS, both parties desire to extend the contract in accordance with Article VIII thereof; and 4. WHEREAS; the Contract shall not exceed the original contract price of $66,000.00 for the duration of this extension. 5. TERM AND TERMS: The term of this Contract Extension Agreement shall be for a period of two (2) years, commencing October 12, 2014, and terminating October 12, 2016. All other terms and conditions will remain as set forth as reflected in the Surface Water Treatment Facility and Well Improvement Chemical Supply Contract -2012/2014 Contract, attached hereto as Exhibit 1 and made a part hereof as though fully set forth herein. 6. INSURANCE: CONTRACTOR shall provide CITY proof of current insurance coverage as set forth in the attached Exhibit 1, Insurance Requirements for CONTRACTOR. IN WITNESS WHEREOF, c iTY _to CONTRACTOR have executed this Contract Extension Agreement on_J- i :� ;, of 2014=DC7 CITY OF LODI, a municipal corporation UNIVAR USA, INC. Hereinabove called "CITY" Hereinabove called "CONTRACTOR" --)41,4t S SE H jWABA U ER City Manager Attest: JE # IFERFERRAIOLO, City C rl� k CAS Shawnasey McCarthy Title: nnN�, �� f".1 C �.�r.."1" � ,• Owl 7t.., Approved as to Form: //( JAN ICE'D. MAGDICH City Attorney SWTF/WeII Chemical Supply Contract 2012-14 CONTRACT PAGE1 CITY OF LODI, CALIFORNIA THIS CONTRACT, made by and between the CITY OF LODI, State of California, herein referred to as "City" and UNIVAR USA, INC., herein called "Contractor," WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete contract consists of the following documents, which are filed in the Public Works Department, which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Exhibit A — Well Locations and Modification Drawings Exhibit D — SWTF Chemical Plan and Chemical Storage Drawings The July 1992 Edition Standard Specifications, State of California Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as If mentioned in all said documents. ARTICLE I That for and in consideration of the payments and agreements hereinafter rnentioned to be made and performed by the City and under the condition expressed in the bend bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to perform and complete in a good workmanlike and substantial manner and to the satisfaction of the City as shown and described in the Contract Documents which are hereby made a part of the Contract, ARTICLE 11 The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5-600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code, The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, F.:W?u it Sapp y'".pnl'9rHur,io,'r':m i,c dc:; D'lr_1:2012 SWTFJWeII Chemical Supply Contract 2012-14 CONTRACT PAGE 2 travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the contractor, ARTICLE IV And the Contractor agrees to receive and accept the following prices as full compensation for furnishing the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until it's acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work; and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Contract Documents, to -wit: Perform the work necessary for the safe delivery of soda ash to the SWTF with a frequency based on usage. SWTF Chemical Supply Contract 2012-2014 SWTF CHEMICAL SUPPLY Section 2 of the bid proposal consists of the routine delivery of NSF certified chemicals to the surface water treatment facility located at 2001 West Turner Road. Note: The quantity and strength of solution Is based on annual estimated usage and the frequency of delivery will change based on water production, Quantity 165 Item Soda Ash (Dry) Including all delivery costs and fees Unit 2,000 lbs. Unit Cost $400,00 Delivery must be made within 5 business days of order. Total Item Cost $6-k000,00 ARTICLE V By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor. then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of sald proposal conflicting herewith. ARTICLE VII The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within the allotted number of working days: IV,GR7UPI NNVIWatar &Wr hACncmh»I SI,ppry GonlracnUnivar ConlrFlcl.doc 07/202012 SWTF/Weil Chemical Supply Contract 2012-14 CONTRACT PAGE ARTICLE VIII The term of this contract is for a two (2) year period. At its option, City may extend the terms of this Agreement for an additional two (2) two (2) -year extensions; provided, City gives Contractor no lass than thirty (30) days• written notice of its intent prior to expiration of the existing term. In the event City exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain In full force and effect. The total duration of this Agreement, Including the exercise of any option under this paragraph, shall not exceed six (6) years. R:\(ROUP\WW NW'Ialer SWtPVChemical Supply Conlractlllnlvor Contracl.doe 0712412012 SWTFIWeII Chemical Supply Contract 201214 CONTRACT PAGE 4 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS, CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first written below, Dated: .ff i*--- It? -Pa CONTRACTOR ithorized Signature "WeTil YCkSr TYPE OF RGANIZATION Individual, Partnership or Corporation (Affix corporate seal if Corporation) Ad"dress CITY OF LODI a Municipal corporation Rtiracil Bartlam City Manager Attest: Randi 1❑ TI Clerk Approved as to Form. L D. thnFrUclSwal7riut4r City Attorney Telephone R:\GROUPNM VM Vacoi SWTPlChernical Supply ContracllUnivar Conllacl,doo 0?i2l!2D12 Exhibit 1B CONTRACT EXTENSION AGREEMENT 2012/2014 SURFACE WATER TREATMENT FACILITY AND WELL IMPROVEMENT CHEMICAL SUPPLY CONTRACT 11-iIS CONTRACT EXTENSION P,GREEMENT, made and entered this ; +E501 day of UGG�apteffi, 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter 'CITY"). and UNIVAR USA, INC.. (hereinafter called "CON MACTOR"') WITNESSETI-l. 1. WHEREAS, CONTRACTOR and CITY entered into the Surface Water Treatment Facility and Well Improvement Chemical Supply Contract — 2012/2014 on October 12, 2012 (the "Contract"), attached hereto as Exhibit 1, providing that the contract could be extended by mutual agreement of both parties; and 2. WHEREAS, CONTRACTOR and CITY mutually agreed to extend the Contract on July 12, 2014, attached hereto as Exhibit 2; and 3. WHEREAS, At its option, CITY has advised CONTRACTOR of its intent to extend the terms of the Contract an additional two (2) years and both parties desire to extend the contract in accordance with Article VIII thereof; and 4. TERM AND TERMS: The term of this Contract Extension Agreement shall be for a period of two (2) years, commencing October 12, 2016 and terminating October 11, 2018. All other terms and conditions will remain as set forth as reflected in the Surface Water Treatment Facility and Well Improvement Chemical Supply Contract — 2012/2014 Contract, and made a part hereof as though fully set forth herein. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Contract Extension Agreement on C.ar.l : z ..,.;z1•1.)_ _ . 2016. CITY OF LODI, a municipal corporation Herein above called "CITY" ST rte` N City Manager Attest: -R IFER M F. F.RAIOLO C1tsfClerk Approved as to Fo. r is ~)r (JANICE D) MAGDICH City Attorney UNIVAR USA, INC. Hereinabove called "CONTRACTOR" Shawnasey McC. y Municipal Comm • iat Manager SWTFIWeII Chemical Supply Contract 2012-14 CONTRACT PAGE 1 CITY OF LODI, CALIFORNIA THIS CONTRACT, made by and between the CITY OF LODI, State of California, herein referred to as "City" and UNIVAR USA, INC., herein called "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete contract consists of the following documents, which are filed in the Public Works Department, which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Exhibit A — Well Locations and Modification Drawings Exhibit B — SWTF Chemical Plan and Chemical Storage Drawings The July 1992 Edition Standard Specifications, State of California Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City and under the condition expressed in the bond bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to perform and complete in a good workmanlike and substantial manner and to the satisfaction of the City as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE 11 The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5-600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, R;IGROUPIWWWIWater SWTPIChemical Supply CanlractkUnivar Cantracl.doc 07/24/2012 SWTF/Well Chemical Supply Contract 2012-14 CONTRACT PAGE 2 travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the contractor. ARTICLE IV And the Contractor agrees to receive and accept the following prices as full compensation for furnishing the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until it's acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work; and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Contract Documents, to -wit: Perform the work necessary for the safe delivery of soda ash to the SWTF with a frequency based on usage. SWTF Chemical Supply Contract 2012-2014 SWTF CHEMICAL SUPPLY Section 2 of the bid proposal consists of the routine delivery of NSF certified chemicals to the surface water treatment facility located at 2001 West Turner Road. Note: The quantity and strength of solution is based on annual estimated usage and the frequency of delivery will change based on water production. Quantity 165 Item Soda Ash (Dry) Including all delivery costs and fees Unit { 2,000 lbs. Unit Cost Total Item Cost $400.00 Delivery must be made within 5 business days of order. $66,000.00 ARTICLE V By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within the allotted number of working days: R:‘GROUP\WW\MWaler SWTPChemical Supply Conlract\Univar Cor tract.doc 07/24/2012 SWTF/WeII Chemical Supply Contract 2012-14 CONTRACT PAGE 3 ARTICLE VIII The term of this contract is for a two (2) year period. At its option, City may extend the terms of this Agreement for an additional two (2) two (2) -year extensions; provided, City gives Contractor no less than thirty (30) days written notice of its intent prior to expiration of the existing term. In the event City exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed six (6) years. R:\GROUP\WWW\Water SWTP\Chemical Supply Contract\Unlvar Contract,doc 07124/2012 SWTF/WeII Chemical Supply Contract 2012-14 CONTRACT PAGE4 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first written below. L5A( `C_- Dated: $-&- CONTRACTOR thorized Signature TYPE OF ORGANIZATION Individual, Partnership or Corporation (Affix corporate seal if Corporation) g7 -2e3 2i Ss . /k)L-a,� e3-� Address CITY OF LODI a Munifipal corporation Kirit Bartlam City Manager Attest: Randi J o , y Clerk A. .roved as to Form. D. .he -1- wabau r City Attorney { } Telephone R:IGROUPIWWWMWater SWTPICharnica I Supply ContractUUnivar Contract.doc 07/24/2012 SWTFIWeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-1 CITY OF LODI, CALIFORNIA Date: JUNE 2012 TO: The Lodi City Council Lodi City Hall Annex (if delivered by FedEx, UPS or courier): f if delivered by mail): 310 West Elm Street P.O. Box 3006 Lodi, CA 95240 Lodi, CA 95241-1910 The undersigned declares that the sites have been carefully examined, Information to Bidders, Contract, General Provisions, and Special Provisions for the delivery of chemicals required for the above-named project and submits this schedule of prices as listed in Bid Proposal Items for the items within the bid. If awarded the Contract(s), the undersigned agrees to furnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Information to Bidders, General Provisions, Special Provisions and Contract(s) form adopted for the same and the requirements under them of the City, and will take in full payment therefore the following unit and total prices, to -wit: Well Sites: The frequency of deliveries shall be as required to maintain continuous operation. Chemicals shall be delivered in a safe and efficient manner, in accordance with all codes and regulations, and will prevent employees from contact of said chemicals. The chemical included under this scope of services is: • Sodium Hypochlorite 12.5% Solution Surface Water Treatment Facility: The frequency of deliveries shall be as required to maintain a continuous operation_ Chemicals shall be delivered in a safe and efficient manner, in accordance with ail codes and regulations, and will prevent employees from contact of said chemicals. The chemicals included under this scope of services are: ▪ Sodium Carbonate (Soda Ash) Dry • Salt 50 Pound Bag • Citric Acid 30% Solution • Sodium Bisulfite 38% Solution • Sodium Hydroxide (Caustic) 25% Solution The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. R:IGROUPIWWW\WaterSWTPIChemical Supply Contract/WTP and Wells Chem Specs 201214.doc 6/21/2012 SWTF/WeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-2 SWTF/Well Chemical Supply Contract 2012-2014 BID PROPOSAL Bid SECTION 1 WELL CHEMICAL SUPPLY Section 1 consists of the routine delivery of NSF certified sodium hypochlorite 12.5% solution to up to 24 well locations, including loading product into holding tanks/containers and/or storage facility on-site and scheduled monitoring of chemical levels to ensure adequate supply. 1. Estimated annual usage is 26,000 gallons which should include all delivery costs, installation costs, and applicable taxes and fees associated with scope of work. Note: The frequency of deliveries shall be as required to maintain a continuous operation. The quantity and strength of solution is based on annual estimated usage and is subject to change based on the water production of each individual well. Item Quantity Item Unit Unit Cost Total Item Cost 1 26,00D Sodium Hypochlorite 12.5% Solution Including all delivery costs and fees Gallon $ 1e4I 5 $ 'I}3 e Qa -ik r •r r.,- 4,144L9 -a e 5 01/ 16 % t 1J It Fee ce v. 0 3S ,--/, The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. The list of well locations is found in Section 6-01 under Description of Work Delivery must be made within 5 business days of order if different than regularly scheduled deliveries. BUD SECTION 2 SWTF CHEMICAL SUPPLY Section 2 of the bid proposal consists of the routine delivery and loading product into holding tanks/containers and/or storage facility on-site of NSF certified chemicals to the surface water treatment facility located at 2001 West Turner Road, Lodi, California. These chemicals include, but may not be limited to: Soda Ash; Sodium Bisulfite; Citric Acid and Sodium Hydroxide. Delivery and all applicable taxes and associated fees shall be included in per unit cost. Note: The quantity and strength of solution is based on annual estimated usage and the frequency of delivery will change based on water production. R:\GROUP\WWW1WaterSWTPIChemical Supply Contract\WTP and Wells Chem Specs 2012-14,doc 6/2112012 SWTF/WeII Chemical Supply Contract 2012-14 BID PROPOSAL. SECTION 3 PAGE 3-3 *' re, N frul tom re.‘' The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. Delivery must be made within 5 business days of order. References must be submitted with bid proposal as described in Section 2.1400. R,IGROUP\WWW1WalerSWTP\ChemIcal Supply ConlracllWTP and Wells Chem Specs 2012-14 dao 6/21/2012 Quantity Item Unit Unit Cost Total Item Cost 1 12 Salt 50 Ib/bag Including all delivery costs and fees Pallet $ 50/.40 $ 6j 115. alt) 2 165 Soda Ash (Dry) Including all delivery costs and fees 2000 lbs. $ /. al $ IQ�. OO �[ 3 12 Sodium Bisulfite 38% Solution Including all delivery costs and fees 330 Gallons $ a0 i llit 4 12 Citric Acid 30% Solution Including all delivery costs and fees 330 Gallons $ Ne , $ A.0 5 12 Sodium Hydroxide 25% Solution Including all delivery costs and fees 330 Gallons $ 7, go $ ni/R. pd *' re, N frul tom re.‘' The City reserves the right to multiple awards based on the lowest responsive bid of each individual bit item within the summary. Delivery must be made within 5 business days of order. References must be submitted with bid proposal as described in Section 2.1400. R,IGROUP\WWW1WalerSWTP\ChemIcal Supply ConlracllWTP and Wells Chem Specs 2012-14 dao 6/21/2012 SWTFIWeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-4 The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be retumed upon receivin the executed contract. Accompanying this Bid Proposal is arec. . me (INSERT THE WORDS "CASH," "CERTIFIED CHECK," "CASHIER'S CHECK," OR "BIDDER'S BOND," AS THE CASE MAY BE) payable to the City of Lodi in the amount equal to at least ten percent of the total bid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in the case of default in executing the required contract, within ten working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered null and void. However, if the undersigned shall execute the contract required within the time aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. All representations made herein are true and are made under penalty of perjury. The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. R:IGROUP\W'WW\Water SWTPIChemical Supply ContractlWTP and Wells Chem Specs 2012..14.doc 6/2112012 SWTFIWeII Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-5 The undersigned is licensed in accordance with the laws of the State of California, License No. , Clas sification , License E xpiration Date C.; 1!r cod 54w ro 5t° ,rJS. `vt p 5 5 X` Se 5",g-eO* 3O -.7cLIdticio DOOb S 44#41 -- Federal Contractor/Employer I.D. No. /—/3�f��1�� . Bidder J• ✓, d4 Author ze tgnature TYPE OF ORGANIZATION Individual, Partnership or Corporation Address `j 8103.- Dated: 717://c9 4:3 2 c'�5 f'�crC� Ste. Title (Affix Corporate Seal if Corporation) f,9-5 i 5? • ,Uo& Phone Number 1140// ;lee, Email address R:IGROUP\W WW\Waler SWTP\Chemical Supply Conlract\WrP and Wells Chem Specs 2012-14.doc 6/2112012 unIVAR AUTHORIZED BID SIGNERS UNIVAR USA INC. Western Region RESOLUTION RESOLVED: That the Corporate Secretary shall maintain a list of the agents of this Corporation who are vested with authority to execute in the Corporation's behalf formal, written bids or proposals for the sale or other disposition of products handled by the Corporation. Said list shall be as established initially by the Board of Directors and thereafter, the President, or a Vice President shall have the authority, by written directive to the Corporate Secretary, to add agents to or eliminate agents from said list, and it is further RESOLVED: That the Corporate Secretary or any Assistant Secretary of the Corporation is authorized to certify this resolution or certify to the name or names of persons on the list maintained by the Corporate Secretary and such certificate will be conclusive evidence of the authority of such person or persons so to act. END OF RESOLUTION CERTIFICATION I, the undersigned, as Corporate Secretary of UNIVAR USA INC. do hereby certify as follows: 1. That the above resolution was duly adopted by the Board of Directors of said Corporation at a meeting duly held on December 24, 1986, and is in full force and effect. 2. That the list of persons authorized to execute, for and on behalf of this Corporation, written bids or proposals for the sale or other disposition of products handled by this Corporation, as initially established by the Board of Directors and thereafter added to by the President, or a Vice President of this Corporation is as follows: All officers and the following: Jennifer Perras Scott Donahoe Shawnasey McCarthy Michelle Wick 3. That all of the foregoing persons are now authorized to execute bids pursuant to the resolution above referred to. Dated this /9 th day of J P CciEpSE41)) , 201,.Z. Corporate Secretary SWTF1Weil Chemical Supply Contract 2012-14 BID PROPOSAL SECTION 3 PAGE 3-6 PAGE INTENTIONALLY LEFT BLANK R:IGROUPIWWW1Water SWTP\Chemical Supply Contr ctWTP and Wella Chem Specs 2012-14.doc 6/21/2012 �J U f IVAR AUTHORIZED BID SIGNERS UNIVAR USA INC. Western Region RESOLUTION RESOLVED: That the Corporate Secretary shall maintain a list of the agents of this Corporation who are vested with authority to execute in the Corporation's behalf formal, written bids or proposals for the sale or other disposition of products handled by the Corporation. Said list shall be as established initially by the Board of Directors and thereafter, the President, or a Vice President shall have the authority, by written directive to the Corporate Secretary, to add agents to or eliminate agents from said list, and it is further RESOLVED: That the Corporate Secretary or any Assistant Secretary of the Corporation is authorized to certify this resolution or certify to the name or names of persons on the list maintained by the Corporate Secretary and such certificate will be conclusive evidence of the authority of such person or persons so to act. END OF RESOLUTION CERTIFICATION I, the undersigned, as Corporate Secretary of UNIV.AR USA INC. do hereby certify as follows: 1. That the above resolution was duly adopted by the Board of Directors of said Corporation at a meeting duly held on December 24, 1986, and is in full force and effect. 2. That the list of persons authorized to execute, for and on behalf of this Corporation, written bids or proposals for the sale or other disposition of products handled by this Corporation, as initially established by the Board of Directors and thereafter added to by the President, or a Vice President of this Corporation is as follows: All officers and the following: Jennifer Perras Scott Donahoe Shawnasey McCarthy Michelle Wick That all of the foregoing persons are now authorized to execute bids pursuant to the resolution above referred to. Dated this JO th day of ,sip,R US,q Colp E4i)/986 Corporate Secretary RESOLUTION NO. 2018-10 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE CONTRACT WITH UNIVAR USA, INC., OF KENT, WASHINGTON, FOR SURFACE WATER TREATMENT AND WELL FACILITIES CHEMICAL SUPPLY WHEREAS, on August 15, 2012, City Council adopted a resolution awarding the contract for Surface Water Treatment and Well Facilities Chemical Supply to Univar USA, Inc., of Kent, Washington; and WHEREAS, due to higher -than -anticipated water production, all funds have been expended; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute Amendment No. 1 to the contract with Univar USA, Inc., of Kent, Washington, for Surface Water Treatment and Well Facilities Chemical Supply, in the amount of $18,500. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to the contract with Univar USA, Inc., of Kent, Washington, for Surface Water Treatment and Well Facilities Chemical Supply, in the amount of $18,500. Dated: February 7, 2018 I hereby certify that Resolution No. 2018-10 was passed and adopted by the City Council of the City of Lodi in a regular meeting held February 7, 2018, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, Mounce, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None iE,NNIFER�I. FERRAIOLO City Clerk 2018-10