HomeMy WebLinkAboutAgenda Report - November 15, 2018 C-13 SMTM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C- 1 3
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to
Professional Services Agreement with Pacific Star Chemical, LLC, of Sherwood,
Oregon, dba Northstar Chemical, for Well Improvement Chemical Supply at Surface
Water Treatment Facility ($131,820)
MEETING DATE: November 15, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1
to Professional Services Agreement with Pacific Star Chemical, LLC, of
Sherwood, Oregon, dba Northstar Chemical for well improvement
chemical supply at Surface Water Treatment Facility, in the amount of $131,820.
BACKGROUND INFORMATION:
The City of Lodi's drinking water requires various chemicals for water
treatment to ensure its drinking water is safe and clean. One of those
chemicals is sodium hypochlorite, which is used for disinfection at each
well site in Lodi.
On June 6, 2018, Council approved a three-year Professional Services Agreement, with two, one-year
extensions, with Pacific Star Chemical, LLC, for the supply and delivery of citric acid and caustic soda,
chemicals used at the surface water treatment plant. Based on bids from local chemical suppliers, staff had
expected to contract with another supplier for the supply and delivery of sodium hypochlorite. Due to a
misinterpretation of the bid documents related to delivery cost, this chemical supplier was not able to honor the
original price bid for the sodium hypochlorite. For this reason, staff is recommending an amendment to include
sodium hypochlorite supply and delivery with Pacific Star Chemical, LLC, the second -lowest bidder for this
chemical.
Amendment No. 1, if approved, would add $131,820 to the original agreement amount of $120,000, for a total
not -to -exceed amount of $251,820. It would also expand the scope of services to include the supply of 12.5
percent sodium hypochlorite. Based on anticipated, City-wide demand, it is expected that the funds included in
Amendment No. 1 will be sufficient to provide sodium hypochlorite for the five-year term of the Professional
Services Agreement, if all extensions are executed.
Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement
with Pacific Star Chemical, LLC, of Sherwood, Oregon, for well improvement chemical supply, in the amount of
$131,820.
FISCAL IMPACT: Funding for chemical purchases is included in the Water Operations budget.
This purchase will not impact the General Fund.
APPROVED:
w
Sch
er, City Manager
R:\GROUP\ADMIN\Council\2018\11072018\Pacific Star\CC_Northstar Amend No 1.doc 11/5/2018
Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Pacific Star Chemical, LLC, of Sherwood, Oregon, dba
Northstar Chemical, for Well Improvement Chemical Supply at Surface Water Treatment Facility ($131,820)
November 15, 2018
Page 2
FUNDING AVAILABLE: Water Operating Fund/ Production (56052003) - $131,820
a‘ivf.- )6 2
Andrew Keys
Deputy City Manager/Internal Services Director
CG'
Charles E. Swimley, Jr.
Public Works Director
Prepared by Travis Kahrs, Water Plant Superintendent
CES/TK/tw
Attachment
cc: Andrew Richle, Utilities Superintendent
Lance Roberts, Utilities Manager
R:\GROUPWDMIN\Council\2018\11072018\Pacific Star\CC__NorthstarAmend No 1.doc 11/5/2018
AMENDMENT NO. 1
PACIFIC STAR CHEMICAL, LLC
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1, made and entered this day of November, 2018, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PACIFIC STAR
CHEMICAL, LLC, a Delaware corporation, qualified to do business in California and dba
NORTHSTAR CHEMICAL (hereinafter called "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
July 12, 2018, (collectively, the "Agreement") as set forth in Exhibit 1, attached hereto and
made part hereof; and
2. WHEREAS, CITY seeks to increase the fees by $131,820, for a total not to exceed amount of
$251,820, and amend the existing scope of services to include the supply of 12.5% sodium
hypochlorite, as set forth in Exhibit 2, attached hereto and made part of; and
3. WHEREAS, CONTRACTOR agrees to said amendments.
NOW, THEREFORE, the parties agree to amend the not to exceed amount under the
Agreement and expand the scope of services 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
Herein above called "CITY"
PACIFIC STAR CHEMICAL, LLC,
dba NORTHSTAR CHEMICAL,
Hereinabove called "CONTRACTOR"
By: By:
STEPHEN SCHWABAUER DENNIS MOORE
City Manager Account Manager
Attest:
JENNIFER M. FERRAIOLO
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on Tull } , 2018, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PACIFIC STAR
CHEMICAL, LLC, a Delaware limited liability company, qualified to do business in
California and dba NORTHSTAR CHEMICAL (hereinafter 'CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for citric acid and
sodium hydroxide supply (hereinafter "Project") as set forth in the Scope of Services
attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide
such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Compfotion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
corn ments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on July 1, 2018 and terminates upon the
completion of the Scope of Services or on June 30, 2021, whichever occurs first.
Section 2.7 Option to Extend Terrn of Aq reernont.
At its option, City may extend the terms of this Agreement for an additional two
(2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days
2
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 five (5) years.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
3
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records For a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
4
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or ovemight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Travis Kahrs, Water Plant Superintendent
To CONTRACTOR: Northstar Chemical
872 Codoni Avenue
Modesto, CA 95357
Attn: Dennis Moore, Account Manager
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
5
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
6
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business License and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
0 If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control,
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST
IFER M_ m 'RRAIOLO
Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
Attachments:
Exhibit A - Scope of Services
Exhibit El- Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions
Funding Source: 56062005.72362
(Business Unit & Account No.)
CITY OF LODI. a municipal corporation
STEP CHWABA
City Manager
PACIFIC STAR CHEMICAL, LLC dba
NORTHSTAR CHEMICAL
By:
Name: Dpi Mmr_
Title:r
0 br: tEr
yl SCC
(if applicable) c1
Doc ID:R:IGROUPIADMIN1Counci1120181060620181NorthstarlPSA
CA:Ruv,01.2o1S
6
(0P6
4, C.!
'\.
Exhibit A
MEMORANDUM, City of Lodi, Public Works Department
To: Chemical Suppliers
From: Travis Kahrs, Water Plant Superintendent, PW
Date: 3/29/18
Subject: Chemical Supply contract with the City of Lodi
The City of Lodi is requesting bids for chemical supply at the Surface Water Treatment
Facility located at 2001 W. Turner Road, Lodi, CA 95242, as well as for the 28 Well sites
located throughout the City. Salt, Soda Ash, Citric Acid, and Sodium Hydroxide are all
for use at the water treatment facility. Sodium Hypochlorite used at each of the 28 Well
sites, but in emergency cases, may be needed at the Surface Water Treatment Facility.
The table below shows the name and some detail of each chemical used. Please note that
the chemicals supplied must be NSF/ANSI 61 compliant. The quantity needed is an
estimate, and is subject to fluctuate based on water production and may vary based on
circumstances not controlled by the City of Lodi.
Annual
.Quantity
160
2 I 3000
I
3 2000
Item
Salt (Bulk, Coarse)
Citric Acid 50% Solution
Sodium Hydroxide 50% Solution
26,000 Sodium Hypochlorite 12.5%
Solution
Unit
Ton $
Gallon $
Gallon $
Gallon r $
Unit Cost Total Item
Cost
$
$
This contract will be for an initial term of three years, with two options to extend for one
year for a total contract length of up to five years. Please price each item inclusive of
delivery and any associated fees. The City also requires delivery to be made within 5
business days of order. Contact me with any questions or comments at 209-333-6878 or
by email at lkLlhis a lulls gt . Quotes are due by noon on April 30`h, 2018. Thank you,
Travis Kahrs
rK.}R:10ROUP1Vw1NASw1�1CONTRACT9 PSAICHEMICAI_ SUPPLY CONTRACTIChemical bids /018 doc 129/21119
Exhibit B
Noir tint -01.763177/ca/
RFQ Due: 4/30/18
To: Travis Kahrs, Water Plant Superintendent PW.
Subject: Chemical Supply Contract with the City of Lodi, CA:
Please see the following Northstar Chemical pricing in reference to the city of Lodi 2018 Chemical
Supply RFQ.
Annual Quantity ltem - — 1 Urt-ii I I Total
c'r•st • item
i Cosi
i 160Salt (131Aik Couts T,.3r.,
•.- • • - --
IN A N, A
t1 —•
Citric A.cid 50%. Solution ion
._... Sodium f fr_lcux it.i.._501',ri, i - Gallon ."a) s9 S16,770
2000
•. ••__ _____ _
1 _ .1.3.58 $7.160
-1 i 26,000_ _. . odiurnIkriticoi•Int.: 1-1''Y,Noitinon I Gallon
''i 6). _1 ,...._•14.4 1:Ltk40
If you have any question please contact me.
Dennis Moore
Account Manager
Aloft/7stLirChern/ca/
N;artfisi I. (.11t.ArticA
•dd;
l'hont:.
7 ;{
I •
Not to exceed $120,000
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been
awarded a contract you will receive an email from the City's online insurance program requesting you to
forward the email to your insurance provider(s). Please see attached flyer regarding PINS Advantage.
Insurance Reouirentents for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, In the event Contractor's insurance cannot fully cover arty hired subcontractor,
the tem -is of insurance herein shall be requirements far the subcontractor. The amount of such insurance shall be as
follows:
COMPREHENSIVE GENERAL LIABILITY
$2,000,000 Each Occurrence
$4,000,000 General Aggregate
2 COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO fomt
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form
When project specific insurance is required, all limits are to be designated strictly for the City of Lodi, its elected
and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured
retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set
forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to
provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the Califomia Tort Claims Act (California Govemment Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
Jrtsurance fienujreiftents for Q,putractor (continued)
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides commercial
general liability coverage at least as broad as this form) such insurance as is afforded by this policy shall also
apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and
volunteers as additional named insureds. An additional named insured endorsement is also required for Auto
Liability.
(b) Primary and Non-Contnbutt f insurance Endorsement
Additional insurance coverage under the Contractor's commercial general liability and automobile liability policy
shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and
shall be at least as broad as ISO form CG 20 01 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a
description of the project that it is insuring.
(c) Waiver of Subrogation
Page 1 1 of 2 pages ; Risk: rev.08,28 2017
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Comple[eci Operations Endorseminl
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(e) Limits of Cgverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess
insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision
that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the
City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(f) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of mare than one insured shall
not operate to increase the limit of the company's liability under the Contractors commercial general liability and
automobile liability policies.
(g) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(h) Continuity 9f Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall fumish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall
provide proof of continuing insurance an at least an annual basis during the Term. If Contractor's insurance
lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain
replacement insurance.
(i) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage,
the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the
premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify
Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s)
of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day
of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor
fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of
insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall
immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of
its personal property from the site or facilities.
(j) Qualified lnsurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable
to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent
list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the tatter's employees unless such employees are covered by the protection afforded by the Contractor In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 21 of 2 pages
Risk: rev 08 28.2017
Exhibit 2
Northst�rChemica/
AS A ORA OF PACIFIC STAR CHEMICAL LLC
To: Travis Kahrs, Water Plant Superintendent PW.
Subject: Chemical Supply Contract with the City of Lodi, CA:
Please see the following Northstar Chemical pricing in reference to the city of Lodi 2018 Chemical
Supply RFQ.
If you have any question please contact me.
Dennis Moore
Account Manager
Northst �rChemica/
Northstar Chemical
872 Codoni Avenue
Modesto CA 95357
Cell: 916-436-6562
Phone: 855-355-7014
Fax: 916-978-1571
Email: dmoored. :northstarchemical.com
Website: www.northstarchemical.com
ti ' ('ochoI!i I Iv llor/i'slo (' 19j_i_ A'Sz_ i SJ _ 0/
i!'! .irrr
Annual Quantity
Item
Unit
Unit
Cost
Total
Item
Cost
1
160
Salt (Bulk Course
Ton
N/A
N/A
2
3000
Citric Acid 50% Solution
Gallon
$5.59
$16,770
3
2000
Sodium Hydroxide 50%
Gallon
$3.58
$7,160
4
26,000
Sodium Hypochlorite 12.% Solution
Gallon
$1.69
$43,940
If you have any question please contact me.
Dennis Moore
Account Manager
Northst �rChemica/
Northstar Chemical
872 Codoni Avenue
Modesto CA 95357
Cell: 916-436-6562
Phone: 855-355-7014
Fax: 916-978-1571
Email: dmoored. :northstarchemical.com
Website: www.northstarchemical.com
ti ' ('ochoI!i I Iv llor/i'slo (' 19j_i_ A'Sz_ i SJ _ 0/
i!'! .irrr
RESOLUTION NO. 2018-232
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING THE CITY MANAGER TO EXECUTE
AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES
AGREEMENT WITH PACIFIC STAR CHEMICAL, LLC, OF
SHERWOOD, OREGON, DBA NORTHSTAR CHEMICAL,
FOR WELL IMPROVEMENT CHEMICAL SUPPLY AT THE
SURFACE WATER TREATMENT FACILITY
WHEREAS, at the June 6, 2018 meeting, City Council approved a Professional Services
Agreement, with Pacific Star chemical, LLC, for the supply and delivery of citric acid and caustic
soda chemicals; and
WHEREAS, one of the chemicals required to keep the City of Lodi's drinking water safe
and clean is sodium hypochlorite, which is used for disinfection at each well site; and
WHEREAS, Amendment No. 1 would expand the scope of services to include the supply
of 12.5 percent sodium hypochlorite, in the amount of $131,820; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 1 to the Professional Services Agreement with Pacific Star Chemical, LLC, of Sherwood,
Oregon, dba Northstar Chemical, for well improvement chemical supply at the Surface Water
Treatment Facility, in the amount of $131,820, for a total not -to -exceed amount of $251,820.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 to the Professional Services
Agreement with Pacific Star Chemical, LLC, of Sherwood, Oregon, dba Northstar Chemical, for
well improvement chemical supply at the Surface Water Treatment Facility to include the supply
of 12.5 percent sodium hypochlorite, in the amount of $131,820, for a total contract not -to -
exceed amount of $251,820, over the five-year term of the agreement, should all extensions be
executed.
Dated: November 15, 2018
I hereby certify that Resolution No. 2018-232 was passed and adopted by the City
Council of the City of Lodi in a special meeting held November 15, 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
?5-5W.0-.4.4
r ■ ■
NNIFEII r. FERRAIOLO
City Clerk
2018-232