CC - Item 5L - First Amendment to Professional Services Agreement with Knorr Systems Int'l for Purchase & Delivery of Swimming Pool ChemicalsROSEMEAD CITY COUNCIL
STAFF REPORT
TO: THE HONORABLE MAYOR AND CITY COUNCIL
FROM: BEN KIM, CITY MANAGER 4�"���
DATE: JUNE 10, 2025
SUBJECT: FIRST AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT
WITH KNORR SYSTEMS INT'L FOR PURCHASE & DELIVERY OF
SWIMMING POOL CHEMICALS
SUMMARY
The City Council will consider approving a one-year extension to the agreement with Knorr
Systems Int'l, for an amount not -to -exceed $87,000 beginning July 1, 2025. The Knorr Systems
Int'l Company is the current vendor for the purchase and delivery of swimming pool chemicals
at Rosemead Park and Splash Zone at Garvey Park.
DISCUSSION
On June 27, 2024, the City Council approved a one-year agreement with a one-year extension
with Knorr Systems Int'l to provide the purchase and delivery of swimming pool chemicals at
Rosemead Park and the Splash Zone at' Garvey Park. Staff is requesting the City Council to
authorize a one-year extension to the Agreement to provide the purchase and delivery of
swimming pool chemicals services, from July 1, 2025, to June 30, 2026.
The amount of chemicals used can vary at each facility depending on the size of the water
feature, amount of use, time of year, and weather. Staff has evaluated past usage history and
provided an average amount per location.
Rosemead Aquatic Center and Splash Zone Chemical Pricing
Knorr Systems Int'l
Chlorine
$3.43
per gallon
Acid Cost
$3.43
per gallon
Sodium Bicarbonate
$32.15
per 50 lb. bag
Calcium Chloride
$56.43
per 50 lb. bag
Sodium Carbonate
$45.00
per 50 lb. bag
Delivery Fee
$0.05
per gallon
Mil Tax
$0.05
per gallon
Applicable Sales Tax
9.5%
AGENDA ITEM 5.1,
City Council Meeting
June 10, 2025
Page 2 of 3
Knorr Systems Int'l. was founded in 1977 and has been serving the pool industry ever since,
from commercial pool owners to resort properties, public works, and collegiate aquatic facilities.
Knorr Systems Int'l. provides technical expertise to the engineering and contracting community
as well as supporting pool owners with a team of experienced Sales Specialists and a highly
trained service division. Knorr provides a myriad of pool products and services, including
chemicals, throughout the State of California and Nevada.
Safety practices are implemented at the Rosemead Park Aquatic Center and Splash Zone in order
to minimize and eliminate dangers associated with the storage of hazardous materials. The
contractor is required to meet or exceed the required environmental standards set by local and
state agencies.
Based on historical data and pricing, staff recommends that the agreement not -to -exceed the total
amount of $87,000.
STAFF RECOMMENDATION
Staff recommends that the City Council approve the first amendment of a proposed one-year
extension agreement with Knorr Systems Int'l. from July 1, 2025, to June 30, 2026, and
authorize the City Manager to execute the contract on behalf of the City.
FISCAL IMPACT
Approval of the recommended action will result in an appropriation not -to -exceed $87,000 from
the General Fund, Parks and Recreation Department account numbers 101-4015-5560.
STRATEGIC PLAN IMPACT
The project is consistent with the Strategic Plan's guiding principle for fiduciary responsibility of
providing for transparency in financial management of City's finances and providing quality of
life enhancement.
PUBLIC NOTICE PROCESS
This item has been noticed through the regular agenda notification process.
Submitted by:
Tom Boecking
Director of Parks and Re eation
City Council Meeting
June 10, 2025
Page 3 of 3
Attachment A: Purchase and Delivery of Swimming Pool Chemicals — Knorr Systems Int'l
Agreement Extension
Attachment B: Purchase and Delivery of Swimming Pool Chemicals — Knorr Systems Int'1
Agreement
Attachment C: Knorr Systems Int'l Proposal
Attachment D: Staff Report — June 27, 2024 Only
Attachment A
First Amendment to Professional Services
Agreement
MAYOR:
MARGARET CLARK
MAYOR PRO TE1%I:
SANDRA ARMENTA
COUNCIL MEMBERS:
SEAN DANG
POLLY LOW
STEVEN LY
City of W9semead
8838 E. VALLEY BOULEVARD P.O BOX 399
ROSEMEAD, CALIFORNIA 91770
TELEPHONE (626) 569-2100
FAX (626) 307-9218
AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT
KNORR SYSTEMS INT'L
This FIRST AMENDMENT ("Amendment") is made and entered into this 1st day of
Jam, 2025 ("Effective Date"), by and between the City of Rosemead, a municipal organization,
organized under the laws of the State of California with its principal place of business at 8838
East Valley Blvd., Rosemead, California 91770 ("City") and Knorr Systems Int'1 a Corporation
with its principal place of business at 2221 South Standard Ave, Santa Ana, CA 92707
("Contractor"). City and Contractor are sometimes individually referred to herein as "Parry"
and collectively as "Parties."
WHEREAS, City and Contractor entered into an agreement on June 27, 2024, for the
purchase and delivery of swimming pool chemicals services (the "Agreement"); and
WHEREAS, this Agreement is set to expire on June 30, 2025; and
WHEREAS, the City and the Contractor may mutually agree to extend the term of this
Agreement for one additional one-year extension.
NOW, THEREFORE, the Parties agree as follows:
SECTION 3. Section 3.1.1 Term shall be amended to read:
3.3. Fees and Payments.
3.3.1 Compensation. Contractor shall receive compensation, including authorized
reimbursements, for all Services rendered under this Agreement and shall not exceed eighty-seven
thousand dollars, $87,000, and in accordance with consultant's proposal dated March 26, 2025.
Consultant's proposal is hereby incorporated and found in Exhibit "A". Extra Work may be
authorized in writing, as described below, and will be compensated at the rates and manner set
forth in this Agreement.
SECTION 2. All other terms, condition, and provisions of the Original Agreement not in
conflict with this Amendment, shall remain in full force and effect.
SECTION 3. The City Clerk shall certify to the adoption of this Amendment and hereafter the
same shall be in full force and effect.
IN WITNESS WHEREOF, City and AUDITOR have caused this Agreement to be executed
by their duly authorized representatives as of the day and year first above written.
CITY OF ROSEMEAD Knorr Systems Int'l
Ben Kim, City Manager
IC
Name:
ATTEST: Title:
By:
Ericka Hernandez, City Clerk
APPROVED AT TO FORM:
LIM
Rachel Richman, City Attorney
Attachment B
Pool Chemical Agreement with Knorr Systems
CITY OF ROSEMEAD
AGREEMENT FOR SERVICES
POOL CHEMICALS
KNORR SYSTEMS INT'L
1. PARTIES AND DATE.
This Agreement is made and entered into this 1st Day of July, 2024 (Effective
Date) by and between the City of Rosemead, a municipal organization organized under
the laws of the State of California with its principal place of business at 8838 E. Valley
Blvd., Rosemead, California 91770 ("City") and Knorr Systems Int'l, a Corporation with
its principal place of business at 2221 South Standard Ave, Santa Ana, CA 92707
("Contractor"). City and Contractor are sometimes individually referred to herein as
"Party" and collectively as "Parties."
2. RECITALS.
2.1 Contractor.
Consultant desires to perform and assume responsibility for the provision of certain
professional services required by the City on the terms and conditions set forth in this
Agreement. Consultant represents that it is experienced in providing Pool Chemical
services to public clients, that it and its employees or subcontractors have all necessary
licenses and permits to perform the Services in the State of California and is familiar with
the plans of City.
2.2 Project.
City desires to engage Contractor to render such ongoing professional Pool
Chemicals ("Services") as set forth in this Agreement.
3. TERMS.
3.1 Scope of Services and Term.
Knorr Systems Int'I
Page 2 of 19
3.1.1 General Scope of Services: Contractor promises and agrees to
furnish to the City all labor, materials, tools, equipment, services, and incidental and
customary work necessary to fully and adequately supply the professional Pool
Chemicals services necessary for the Project, herein referred to a "Services". The
Services are more particularly described in Exhibit A attached hereto and incorporated
herein by reference. All Services shall be subject to, and performed in accordance with,
this Agreement, the exhibits attached hereto and incorporated herein by reference, and
all applicable local, state and federal laws, rules and regulations.
3.1.2 Term. The term of this Agreement shall be from July 1, 2024 to June
30, 2025. A one-year extension can be offered at the sole and absolute discretion of the
City, unless earlier terminated as provided herein. Contractor shall complete the Services
within the term of this Agreement and shall meet any other established schedules and
deadlines.
3.2 Responsibilities of Contractor.
3.2.1 Control and Payment of Subordinates, Independent Contractor. The
Services shall be performed by Contractor or under its supervision. Contractor will
determine the means, methods and details of performing the Services subject to the
requirements of this Agreement. City retains Contractor on an independent contractor
basis and not as an employee. Contractor retains the right to perform similar or different
services for others during the term of this Agreement. Any additional personnel
performing the Services under this Agreement on behalf of Contractor shall also not be
employees of City and shall at all times be under Contractor's exclusive direction and
control. Contractor shall pay all wages, salaries, and other amounts due such personnel
in connection with their performance of Services under this Agreement and as required
by law. Contractor shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: social security taxes, income tax
withholding, unemployment insurance, disability insurance, and workers' compensation
insurance.
3.2.2 Schedule of Services: Contractor shall perform the Services
expeditiously, within the term of this Agreement. Contractor represents that it has the
professional and technical personnel required to perform the Services in conformance
with such conditions. In order to facilitate Contractor's conformance with the Schedule,
City shall respond to Contractor's submittals in a timely manner. Upon request of City,
Contractor shall provide a more detailed schedule of anticipated performance to meet the
Schedule of Services.
3.2.3 Conformance to Applicable Requirements: All work prepared by
Contractor shall be subject to the approval of City.
Knorr Systems Int'I
Page 3 of 19
3.2.4 City's Representative: The City hereby designates the City Manager,
or his or her designee, to act as its representative for the performance of this Agreement
("City's Representative"). City's Representative shall have the power to act on behalf of
the City for all purposes under this Contract. Contractor shall not accept direction or
orders from any person other than the City's Representative or his or her designee.
3.2.5 Contractor's Representative: Contractor hereby designates Chris
Burns, or his/her designee, to act as its representative for the performance of this
Agreement ("Contractor's Representative"). Contractor's Representative shall have full
authority to represent and act on behalf of the Contractor for all purposes under this
Agreement. The Contractor's Representative shall supervise and direct the Services,
using his/her professional skill and attention, and shall be responsible for all means,
methods, techniques, sequences and procedures and for the satisfactory coordination of
all portions of the Services under this Agreement.
3.2.6 Coordination of Services: Contractor agrees to work closely with City
staff in the performance of Services and shall be available to City's staff, consultants and
other staff at all reasonable times.
3.2.7 Standard of Care; Performance of Employees: Contractor shall
perform all Services under this Agreement in a skillful and competent manner, consistent
with the standards generally recognized as being employed by professionals in the same
discipline in the State of California. Contractor represents and maintains that it is skilled
in the professional calling necessary to perform the Services. Contractor represents that
all employees and subcontractors shall have sufficient skill and experience to perform the
Services assigned to them. Finally, Contractor represents that it, its employees and
subcontractors have all licenses, permits, qualifications and approvals of whatever nature
that are legally required to perform the Services, including a City business License, and
that such licenses and approvals shall be maintained throughout the term of this
Agreement. As provided for in the indemnification provisions of this Agreement,
Contractor shall perform, at its own cost and expense and without reimbursement from
the City, any services necessary to correct errors or omissions which are caused by the
Contractor's failure to comply with the standard of care provided for herein.
3.2.8 Laws and Regulations: Contractor shall keep itself fully informed of
and in compliance with applicable local state and federal laws, rules and regulations in
any manner affecting the performance of the Project or the Services, including all
Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be
liable for all violations of such laws and regulations in connection with Services. If the
Contractor performs any work knowing it to be contrary to such laws, rules and regulations
and without giving written notice to the City, Contractor shall be solely responsible for all
Knorr Systems Int'I
Page 4of19
costs arising therefrom. Contractor shall indemnify and hold City, its officials, directors,
officers, employees and agents free and harmless, pursuant to the indemnification
provisions of this Agreement, from any liability to the extent found to be arising out of any
failure to comply with such laws, rules or regulations.
3.2.9 Insurance: Contractor shall maintain prior to the beginning of and for
the duration of this Agreement insurance coverage as specified in Exhibit B attached to
and part of this agreement.
3.2.10 Safety: Contractor shall execute and maintain its work so as to avoid
injury or damage to any person or property. In carrying out its Services, the Contractor
shall at all times be in compliance with all applicable local, state and federal laws, rules
and regulations, and shall exercise all necessary precautions for the safety of its
employees appropriate to the nature of the work and the conditions under which the work
is to be performed. Safety precautions as applicable shall include, but shall not be limited
to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions
in accident prevention for all employees and subcontractors, such as safe walkways,
scaffolds, fall protection ladders, bridges, gang planks, confined space procedures,
trenching and shoring, equipment and other safety devices, equipment and wearing
apparel as are necessary or lawfully required to prevent accidents or injuries; and (C)
adequate facilities for the proper inspection and maintenance of all safety measures.
3.3 Fees and Payments.
3.3.1 Compensation: Contractor shall receive compensation, including
authorized reimbursements, for all Services rendered under this Agreement and shall not
exceed fifty two thousand dollars, $52,000, and in accordance with consultant's proposal
dated March 13, 2024. Consultant's proposal is hereby incorporated and found in Exhibit
"A". Extra Work may be authorized in writing, as described below, and will be
compensated at the rates and manner set forth in this Agreement.
3.3.2 Payment of Compensation. Contractor shall submit to City a monthly
itemized statement which indicates work completed and hours of Services rendered by
Contractor. The statement shall describe the amount of Services and supplies provided
since the initial commencement date, or since the start of the subsequent billing periods,
as appropriate, through the date of the statement. City shall, within 45 days of receiving
such statement, review the statement and pay all approved charges thereon.
3.3.3 Reimbursement for Expenses: Contractor shall not be reimbursed for
any expenses unless authorized in writing by City.
Knorr Systems Int'I
Page 5 of 19
3.3.4 Extra Work: At any time during the term of this Agreement, City may
request that Contractor perform Extra Work. As used herein, "Extra Work" means any
work which is determined by City to be necessary for the proper completion of the Project,
but which the parties did not reasonably anticipate would be necessary at the execution
of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work
without written authorization from City's Representative.
3.3.5 Prevailing Wages: Contractor is aware of the requirements of
California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code
of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require
the payment of prevailing wage rates and the performance of other requirements on
"public works" and "maintenance" project, as defined by the Prevailing Wage Laws, and
if the total compensation is $1,000 or more, Contractor agrees to fully comply with such
Prevailing Wage Laws to the extent they are applicable to Contractor. City shall provide
Contractor with a copy of the prevailing rates of per diem wages in effect at the
commencement of this Agreement. Contractor shall make copies of the prevailing rates
of per diem wages for each craft; classification or type of worker needed to execute the
Services available to interested parties upon request and shall post copies at the
Contractor's principal place of business and at the project site. Contractor shall defend,
indemnify and hold the City, its elected officials, officers, employees and agents free and
harmless from any claim or liability arising out of any failure or alleged failure to comply
with the Prevailing Wage Laws.
3.4 Accounting Records.
3.4.1 Maintenance and Inspection: Contractor shall maintain complete and
accurate records with respect to all costs and expenses incurred under this Agreement.
All such records shall be clearly identifiable. Contractor shall allow a representative of
City during normal business hours to examine, audit, and make transcripts or copies of
such records and any other documents created pursuant to this Agreement. Contractor
shall allow inspection of all work, data, documents, proceedings, and activities related to
the Agreement for a period of three (3) years from the date of final payment under this
Agreement.
3.5 General Provisions.
3.5.1 Termination of Agreement.
3.5.1.1 Grounds for Termination. City may, by written notice
to Contractor, terminate the whole or any part of this Agreement at any time and without
cause by giving written notice to Contractor of such termination, and specifying the
effective date thereof, at least seven (7) days before the effective date of such termination.
Knorr Systems Int'I
Page 6 of 19
Upon termination, Contractor shall be compensated only for those services which have
been adequately rendered to City, and Contractor shall be entitled to no further
compensation. Contractor may not terminate this Agreement except for cause.
3.5.1.2 Effect of Termination. If this Agreement is terminated
as provided herein, City may require Contractor to provide all finished or unfinished
Documents and Data and other information of any kind prepared by Contractor in
connection with the performance of Services under this Agreement. Contractor shall be
required to provide such document and other information within fifteen (15) days of the
request.
3.5.1.3 Additional Services. In the event this Agreement is
terminated in whole or in part as provided herein, City may procure, upon such terms and
in such manner as it may determine appropriate, services similar to those terminated.
3.5.2 Delivery of Notices. All notices permitted or required under this
Agreement shall be given to the respective parties at the following address, or at such
other address as the respective parties may provide in writing for this purpose:
CONSULTANT:
CITY:
Knorr Systems Int'I
2221 South Standard Ave
Santa Ana, CA 92707
Attn: Chris Burns
Tel: 714-754-4044
City of Rosemead
8838 Valley Boulevard
Rosemead, CA 91770
Attn: Tom Boecking, Director of Parks and Recreation
Such notice shall be deemed made when personally delivered or when mailed,
forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and
addressed to the party at its applicable address. Actual notice shall be deemed adequate
notice on the date actual notice occurred, regardless of the method of service.
3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one
another, and shall take any additional acts or sign any additional documents as may be
necessary, appropriate or convenient to attain the purposes of this Agreement.
3.5.4 Attorney's Fees. If either party commences an action against the
Knorr Systems Int'I
Page 7 of 19
other party, either legal, administrative or otherwise, arising out of or in connection with
this Agreement, the prevailing party in such litigation shall be entitled to have and recover
from the losing party reasonable attorney's fees and all other costs of such action.
3.5.5 Indemnification. Contractor shall defend, indemnify and hold the
City, its officials, officers, employees, volunteers and agents free and harmless from any
and all claims, demands, causes of action, costs, expenses, liability, loss, damage or
injury, in law or equity, to property or persons, including wrongful death, in any manner
arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor,
its officials, officers, employees, agents, consultants and contractors arising out of or in
connection with the performance of the Services, the Project or this Agreement, including
without limitation the payment of all consequential damages and attorneys fees and other
related costs and expenses. Contractor shall defend, at Contractor's own cost, expense
and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind
that may be brought or instituted against City, its directors, officials, officers, employees,
agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree
that may be rendered against City or its directors, officials, officers, employees, agents or
volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse
City and its directors, officials, officers, employees, agents and/or volunteers, for any and
all legal expenses and costs incurred by each of them in connection therewith or in
enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be
restricted to insurance proceeds, if any, received by the City, its directors, officials officers,
employees, agents or volunteers.
3.5.6 Entire Agreement. This Agreement contains the entire Agreement
of the parties with respect to the subject matter hereof, and supersedes all prior
negotiations, understandings or agreements. This Agreement may only be modified by
a writing signed by both parties.
3.5.7 Governing Law. This Agreement shall be governed by the laws of
the State of California. Venue shall be in Los Angeles County.
3.5.8 Time of Essence. Time is of the essence for each and every
provision of this Agreement.
3.5.9 City's Right to Employ Other Contractors. City reserves right to
employ other contractors in connection with this Project.
3.5.10 Successors and Assigns. This Agreement shall be binding on the
successors and assigns of the parties.
3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate,
or transfer, either directly or by operation of law, this Agreement or any interest herein
without the prior written consent of the City. Any attempt to do so shall be null and void,
and any assignees, hypothecates or transferees shall acquire no right or interest by
Knorr Systems Int'I
Page 8 of 19
reason of such attempted assignment, hypothecation or transfer.
3.5.12 Construction; References; Captions. Since the Parties or their
agents have participated fully in the preparation of this Agreement, the language of this
Agreement shall be construed simply, according to its fair meaning, and not strictly for or
against any Party. Any term referencing time, days or period for performance shall be
deemed calendar days and not work days. All references to Contractor include all
personnel, employees, agents, and subcontractors of Contractor, except as otherwise
specified in this Agreement. All references to City include its elected officials, officers,
employees, agents, and volunteers except as otherwise specified in this Agreement. The
captions of the various articles and paragraphs are for convenience and ease of reference
only, and do not define, limit, augment, or describe the scope, content, or intent of this
Agreement.
3.5.13 Amendment; Modification. No supplement, modification, or
amendment of this Agreement shall be binding unless executed in writing and signed by
both Parties.
3.5.14 Waiver. No waiver of any default shall constitute a waiver of any
other default or breach, whether of the same or other covenant or condition. No waiver,
benefit, privilege, or service voluntarily given or performed by a Party shall give the other
Party any contractual rights by custom, estoppel, or otherwise.
3.5.15 No Third Party Beneficiaries. There are no intended third party
beneficiaries of any right or obligation assumed by the Parties.
3.5.16 Invalidity; Severability. If any portion of this Agreement is declared
invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the
remaining provisions shall continue in full force and effect.
3.5.17 Prohibited Interests. Contractor maintains and warrants that it has
not employed nor retained any company or person, other than a bona fide employee
working solely for Contractor, to solicit or secure this Agreement. Further, Contractor
warrants that it has not paid nor has it agreed to pay any company or person, other than
a bona fide employee working solely for Contractor, any fee, commission, percentage,
brokerage fee, gift or other consideration contingent upon or resulting from the award or
making of this Agreement. For breach or violation of this warranty, City shall have the
right to rescind this Agreement without liability. For the term of this Agreement, no
member, officer or employee of City, during the term of his or her service with City, shall
have any direct interest in this Agreement, or obtain any present or anticipated material
benefit arising therefrom.
3.5.18 Equal Opportunity Employment. Contractor represents that it is an
equal opportunity employer and it shall not discriminate against any subcontractor,
employee or applicant for employment because of race, religion, color, national origin,
Knorr Systems Int'I
Page 9 of 19
handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited
to, all activities related to initial employment, upgrading, demotion, transfer, recruitment
or recruitment advertising, layoff or termination. Contractor shall also comply with all
relevant provisions of City's Minority Business Enterprise program, Affirmative Action
Plan or other related programs or guidelines currently in effect or hereinafter enacted.
3.5.19 Labor Certification. By its signature hereunder, Contractor certifies
that it is aware of the provisions of Section 3700 of the California Labor Code which
require every employer to be insured against liability for Worker's Compensation or to
undertake self-insurance in accordance with the provisions of that Code, and agrees to
comply with such provisions before commencing the performance of the Services.
3.5.20 Authority to Enter Agreement. Contractor has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement.
Each Party warrants that the individuals who have signed this Agreement have the legal
power, right, and authority to make this Agreement and bind each respective Party.
3.5.21 Counterparts. This Agreement may be signed in counterparts, each
of which shall constitute an original.
3.6 Subcontracting.
3.6.1 Prior Approval Required. Contractor shall not subcontract any
portion of the work required by this Agreement, except as expressly stated herein, without
prior written approval of City. Subcontracts, if any, shall contain a provision making them
subject to all provisions stipulated in this Agreement.
[Signatures on next Page]
Knorr Systems Int'I
Page 10 of 19
CITY OF ROSEMEAD
,�x6z 2-�
Ben City Manager Date
Attest:
Ericka Hernandez, City Clerk
Approved as to Form:
Rachel Richman
G,/L1 �zY
Date
�%71-�
Date
Knorr System's Int'I
B
Name: Cindy Faust
Title: Director of Operations
[If Corporation, TWO SIGNATURES,
President OR Vice President AND
Secretary, AND CORPORATE SEAL
OF CONTRACTOR REQUIRED]
Name:
City Attorney Title:
Knorr Systems Int'I
Page 11 of 19
EXHIBIT A
SCOPE OF SERVICES/ RATE SCHEDULE
Delivery Locations
1. Splash Zone: 3233 Kelburn Ave. Rosemead, CA 91770
2. Rosemead Aquatic Center: 9155 E, Mission Dr. Rosemead, CA 91770
The City requests that proposals contain the following per location:
Splash Zone Details:
The Contractor shall deliver liquid chemicals to Splash Zone as listed in the description below.
• Chemicals will be delivered once per month, from October to May, eight times
per calendar year. Day of the week to be selected between the Contractor and
the City.
• Chemicals will be delivered once a week, from June to May. Day of the week to
be selected between the Contractor and the City.
Water Capacity
Slides — 4,200 Gallons
Wet play - 4,000
Gallons
Instructional Pool — 37,356 Gallons
Chemical Capacity
Chlorine Tank - 770 Gallons
Muriatic Acid Tank - 330 Gallons
Delivery Schedule
June- September:
Weekly October- May:
Monthly
The Contractor will provide pricing based on the quantities of chemicals listed below per gallon
or bag.
Quantity Description
2,300
Chlorine
400
Muriatic Acid
35
Sodium Bicarbonate
7
Calcium
5
Sodium Carbonate
Container/Weight
Bulk (gal)
Bulk (gal)
50 lb. bags
50 lb. bags
50 lb. bags
Unit of Measure
Liquid
Liquid
Dry
Dry Flake
Dry Flake
Knorr Systems Int'I
Page 12 of 19
Rosemead Aquatic Center Details:
The Contractor shall deliver liquid chemicals to the Rosemead Aquatic Center as listed in
the description below.
1. Chemicals will be delivered once every two weeks, from October to May. Day of the week
to be selected between the Contractor and the City.
2. Chemicals will be delivered once per week, from June to September. Day of the week to
be selected between the Contractor and the City.
Water Capacity
Competition Pool — 612,066 gallons
Chemical Capacity
Chloring Tank - 1,000 Gallons
Muriatic Acid Tank - 600 Gallons
Delivery Schedule
June- September: Weekly
October- May: Every Two
The Contractor will provide pricing based on the quantities of chemicals listed
below per gallon or bag.
Quantity
15,500
2,700
45
20
20
Description
Chlorine
Muriatic Acid
Sodium Bicarbonate
Calcium
Sodium Carbonate
Container/Weight
Bulk (gal)
Bulk (gal)
50 lb. bags
50 lb. bags
50 lb. bags
Unit Of Measure
Liquid
Liquid
Dry
Dry Flake
Dry Flake
Knorr Systems Int'I
Page 13 of 19
EXHIBIT B
INSURANCE REQUIREMENTS
Prior to the beginning of and throughout the duration of the Work, Consultant will
maintain insurance in conformance with the requirements set forth below. Consultant will
use existing coverage to comply with these requirements. If that existing coverage does
not meet the requirements set forth here, Consultant agrees to amend, supplement or
endorse the existing coverage to do so. Consultant acknowledges that the insurance
coverage and policy limits set forth in this section constitute the minimum amount of
coverage required. Any insurance proceeds available to City in excess of the limits and
coverage required in this agreement and which is applicable to a given loss, will be
available to City.
Consultant shall provide the following types and amounts of insurance:
Commercial General Liability Insurance. Consultant shall maintain commercial
general liability insurance with coverage at least as broad as Insurance Services Office
form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000
general aggregate, for bodily injury, personal injury, and property damage. The policy
must include contractual liability that has not been amended. Any endorsement restricting
standard ISO "insured contract" language will not be accepted.
Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including
symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event
to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement
may be satisfied by a non -owned auto endorsement to the general liability policy
described above. If Consultant or Consultant's employees will use personal autos in any
way on this project, Consultant shall provide evidence of personal auto liability coverage
for each such person.
Workers Compensation on a state -approved policy form providing statutory
benefits as required by law with employer's liability limits no less than $1,000,000 per
accident or disease.
Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit
requirements, shall provide coverage at least as broad as specified for the underlying
coverages. Any such coverage provided under an umbrella liability policy shall include a
drop down provision providing primary coverage above a maximum $25,000 self -insured
retention for liability not covered by primary but covered by the umbrella. Coverage shall
be provided on a "pay on behalf basis, with defense costs payable in addition to policy
limits. Policy shall contain a provision obligating insurer at the time insured's liability is
Knorr Systems Int'I
Page 14 of 19
determined, not requiring actual payment by the insured first. There shall be no cross -
liability exclusion precluding coverage for claims or suits by one insured against another.
Coverage shall be applicable to City for injury to employees of Consultant, subconsultants
or others involved in the Work. The scope of coverage provided is subject to approval of
City following receipt of proof of insurance as required herein. Limits are subject to review
but in no event less than $1 Million per occurrence.
Professional Liability or Errors and Omissions Insurance as appropriate shall be
written on a policy form coverage specifically designed to protect against acts, errors or
omissions of the consultant and "Covered Professional Services" as designated in the
policy must include work performed under this agreement. The policy limit shall be no
less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of
the insured and must include a provision establishing the insurer's duty to defend the
Named Insured. The policy retroactive date shall be on or before the effective date of this
agreement.
Acceptable insurers: All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact business of
insurance or is on the List of Approved Surplus Line Insurers in the State of California,
with an assigned policyholders' Rating ofA- (orhigher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless
otherwise approved by the Agency's Risk Manager.
General conditions pertaining to provision of insurance coverage by Consultant.
Consultant and City agree to the following with respect to insurance provided by
Consultant:
1. Consultant agrees to have its insurer endorse the third -party general liability
coverage required herein to include as additional insureds City, its officials,
employees and agents, using standard ISO endorsement No. CG 2010 (or
otherwise consistent with the insurer's endorsement). Consultant also
agrees to require all contractors, and subcontractors to do likewise.
2. No liability insurance coverage provided to comply with this Agreement shall
prohibit Consultant, or Consultant's employees, or agents, from waiving the
right of subrogation prior to a loss. Consultant agrees to waive subrogation
rights against City regardless of the applicability of any insurance proceeds,
and to require all contractors and subcontractors to do likewise.
3. All insurance coverage and limits provided by Contractor and available or
applicable to this agreement are intended to apply to the full extent of the
policies. Nothing contained in this Agreement or any other agreement
Knorr Systems Int'I
Page 15 of 19
relating to the City or its operations limits the application of such insurance
coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has
not been first submitted to City and approved of in writing.
5. No liability policy shall contain any provision or definition that would serve
to eliminate so-called "third party action over" claims, including any
exclusion for bodily injury to an employee of the insured or of any contractor
or subcontractor.
6. All coverage types and limits required are subject to approval, modification
and additional requirements by the City, as the need arises. Consultant shall
not make any reductions in scope of coverage (e.g. elimination of
contractual liability or reduction of discovery period) that may affect City's
protection without City's prior written consent.
7. Proof of compliance with these insurance requirements, consisting of
certificates of insurance evidencing all of the coverages required and an
additional insured endorsement to Consultant's general liability policy, shall
be delivered to City at or prior to the execution of this Agreement. In the
event such proof of any insurance is not delivered as required, or in the
event such insurance is canceled at any time and no replacement coverage
is provided, City has the right, but not the duty, to obtain any insurance it
deems necessary to protect its interests under this or any other agreement
and to pay the premium. Any premium so paid by City shall be charged to
and promptly paid by Consultant or deducted from sums due Consultant, at
City option.
8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City
of any cancellation of coverage. A ten (10) day notice to City shall apply to
nonpayment of premiums. Consultant agrees to require its insurer to modify
such certificates to delete any exculpatory wording stating that failure of the
insurer to mail written notice of cancellation imposes no obligation, or that
any party will "endeavor" (as opposed to being required) to comply with the
requirements of the certificate.
9. It is acknowledged by the parties of this agreement that all insurance
coverage (except Professional Liability and Workers' Compensation)
required to be provided by Consultant or any subcontractor, is intended to
Knorr Systems Int'I
Page 16 of 19
apply first and on a primary, noncontributing basis in relation to any other
insurance or self-insurance available to City.
10. Consultant agrees to ensure that subcontractors, and any other party
involved with the project who is brought onto or involved in the project by
Consultant, provide the same minimum insurance coverage required of
Consultant. Consultant agrees to monitor and review all such coverage and
assumes all responsibility for ensuring that such coverage is provided in
conformity with the requirements of this section. Consultant agrees that
upon request, all agreements with subcontractors and others engaged in
the project will be submitted to City for review.
11. Consultant agrees not to self -insure or to use any self -insured retentions or
deductibles on any portion of the insurance required herein and further
agrees that it will not allow any contractor, subcontractor, Architect,
Engineer or other entity or person in any way involved in the performance
of work on the project contemplated by this agreement to self -insure its
obligations to City. If Consultant's existing coverage includes a deductible
or self -insured retention, the deductible or self -insured retention must be
declared to the City. At that time the City shall review options with the
Consultant, which may include reduction or elimination of the deductible or
self -insured retention, substitution of other coverage, or other solutions.
12. The City reserves the right at any time during the term of the contract to
change the amounts and types of insurance required by giving the
Consultant ninety (90) days advance written notice of such change. If such
change results in substantial additional cost to the Consultant, the City will
negotiate additional compensation proportional to the increased benefit to
City.
13. For purposes of applying insurance coverage only, this Agreement will be
deemed to have been executed immediately upon any party hereto taking
any steps that can be deemed to be in furtherance of or towards
performance of this Agreement.
14. Consultant acknowledges and agrees that any actual or alleged failure on
the part of City to inform Consultant of non-compliance with any insurance
requirement in no way imposes any additional obligations on City nor does
it waive any rights hereunder in this or any other regard.
15. Consultant will renew the required coverage annually as long as City, or its
employees or agents face an exposure from operations of any type
Knorr Systems Int'I
Page 17 of 19
pursuant to this agreement. This obligation applies whether or not the
agreement is canceled or terminated for any reason. Termination of this
obligation is not effective until City executes a written statement to that
effect.
16. Consultant shall provide proof that policies of insurance required herein
expiring during the term of this Agreement have been renewed or replaced
with other policies providing at least the same coverage. Proof that such
coverage has been ordered shall be submitted prior to expiration. A
coverage binder or letter from Consultant's insurance agent to this effect is
acceptable. A certificate of insurance and/or additional insured
endorsement as required in these specifications applicable to the renewing
or new coverage must be provided to City within five days of the expiration
of the coverages.
17. The provisions of any workers' compensation or similar act will not limit the
obligations of Consultant under this agreement. Consultant expressly
agrees not to use any statutory immunity defenses under such laws with
respect to City, its employees, officials and agents.
18. Requirements of specific coverage features, or limits contained in this
section are not intended as limitations on coverage, limits or other
requirements nor as a waiver of any coverage normally provided by any
given policy. Specific reference to a given coverage feature is for purposes
of clarification only as it pertains to a given issue, and is not intended by any
party or insured to be limiting or all inclusive.
19. These insurance requirements are intended to be separate and distinct from
any other provision in this agreement and are intended by the parties here
to be interpreted as such.
20. The requirements in this Section supersede all other sections and
provisions of this Agreement to the extent that any other section or provision
conflicts with or impairs the provisions of this Section.
21. Consultant agrees to be responsible for ensuring that no contract used by
any party involved in any way with the project reserves the right to charge
City or Consultant for the cost of additional insurance coverage required by
this agreement. Any such provisions are to be deleted with reference to City.
It is not the intent of City to reimburse any third party for the cost of
complying with these requirements. There shall be no recourse against City
for payment of premiums or other amounts with respect thereto.
Knorr Systems Int'I
Page 18 of 19
Consultant agrees to provide immediate notice to City of any claim or loss against
Consultant arising out of the work performed under this agreement. City assumes no
obligation or liability by such notice but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
Knorr Systems Int'I
Page 19 of 19
EXHIBIT C
PROPOSAL OF SERVICES
Splash Zone
October to May — Delivery of chemicals once per month
June to September — Delivery of chemicals once per week
Chlorine
$3.25 / gallon
Acid cost
$3.25 / gallon
Sodium Bicarbonate
$47.86 / 50 lb bag
Calcium Chloride
$35.00 / 50 lb bag
Sodium Carbonate (soda ash)
$40.72 / 50 lb bag
Delivery Fee
$0.05 per gallon
Mil tax
$0.05 per gallon
Applicable Sales Tax
9.5%
Rosemead Aquatic Center
October to May — Delivery of chemicals once every two weeks
June to September — Delivery of chemicals once per week
Chlorine
Acid cost
Sodium Bicarbonate
Calcium Chloride
Sodium Carbonate (soda ash)
Delivery Fee
Mil tax
Applicable Sales Tax
$3.25 / gallon
$3.25 / gallon
$47.86 150 lb bag
$35.00 / 50 lb bag
$40.72 / 50 lb bag
$0.05 per gallon
$0.05 per gallon
9.5%
Attachment C
Knorr Systems Proposal
KSI an Aquafinity
company
Ship To
Proposed To
ESTIMATE
City Of Rosemead
Rosemead Chemicals: Chlorine, Acid, etc
Order #
Date
Consultant
WQA
Billing Terms
303129
03/26/25
Thom Prevost
Chris Burns
Net 30
City Of Rosemead
Jacky Guerrero
8838 E Valley Blvd
Rosemead, CA 91770-0399
Order Items
Rosemead Aquatic Center
9155 E Mission Dr
Rosemead, CA 91770
Phone:
Courier Service
BEST WAY
Fax:
Line Item Code
Description
Quantity Unit Price
Item Total
WC-021-00200
Chlorine Bulk (350-499 Gal.)
1
3.43
3.43
WC-021-00080
Acid, Bulk (Gal), Solution
1
3.43
3.43
WC-021-00150
Sodium Bicarbonate (50 Lb.)
1
32.15
32.15
WC-021-00160
Calcium Chloride Flake, 501-b
1
56.43
56.43
WC-021-00140
Soda Ash, 501-b Bag
1
45.00
45.00
4000
Delivery Fee (per gallon)
1
0.05
0.05
4000
Mill Tax (per gallon)
1
0.05
0.05
14• [) ��I
Knorr Systems, Int'L * Since 1977 *
(800) 676-7946 * www.aguafinity.com
I,; �� `I
\e
A*
quafinity Santa
*
Ana CA Livermore CA
4a o�
Page 1 of 2
/6�KS1 an Aquafinity
company
Proposed To
City Of Rosemead
Jacky Guerrero
8838 E Valley Blvd
Rosemead. CA 91770-0399
ESTIMATE
City Of Rosemead
Rosemead Chemicals: Chlorine, Acid, etc
Ship To
Rosemead Aquatic Center
9155 E Mission Dr
Rosemead, CA 91770
Phone:
Courier Service
BEST WAY
Order #
Date
Consultant
WQA
Billing Terms
Fax:
303129
03/26/25
Thom Prevost
Chris Burns
Net 30
Subtotal 140.54
Adjustment 0.00
CC Surcharge 0.00
Total 140.54
Shipping 0.00
Tax 13.34
Signature Date Grand Total 153.88
Payments 0.00
We are pleased to submit the above package for your consideration.
Terms & Conditions:
1. Payment terms are subject to the credit agreement you have on file with KSI.
2. A deposit may be required to process your order
3. Orders over $5,000 paid by credit card will incur a 3 % processing fee.
4. 18 % APR is charged on all past due invoices
5. Pricing is valid for 30 days from date of this Estimate, after which is subject to change.
6. If applicable, returns must be pre -approved, shipped prepaid and accompany written RMA.
7. Minimum 20 % restocking fee applies to all returns, % is based on actual manufacturer restock fee.
8. Freight cost is an estimate only and actual freight may be different at time of shipping.
9. Order is subject to applicable sales tax to ship point
r'4�"'�,�`� ,;.ip dui;••
I: �I Knorr Systems, Int'I. * Since 1977 * (80,0) 676-7946 * www.aguafinity.com I; 0�5 `I
Aquafinity * Santa Ana CA * Livermore CA,!
Page 2 of 2
Attachment D
Staff Report Dates
June 27, 2024
ROSEMEAD CITY COUNCIL
STAFF REPORT
TO: THE HONORABLE MAYOR AND CITY COUNCIL
FROM: BEN KIM, CITY MANAGERI-'-�
DATE: JUNE 27, 2024
SUBJECT: PURCHASE & DELIVERY OF SWIMMING POOL CHEMICALS —
AWARD OF CONTRACT
SUMMARY
The City would like to enter into a contract with Knorr Systems Int'1. for the purchase and
delivery of swimming pool chemicals for Rosemead Aquatic Center and Splash Zone. The
purpose of this agreement is for the continuous purchase and delivery of chemicals to our aquatic
facilities: Rosemead Park Aquatic Center and the Splash Zone at Garvey Park. Staff recommends
that the City Council approve the proposed new contract with Knorr Systems, Int'l. and authorize
the City Manager to execute the contract on behalf of the City.
BACKGROUND
On February 15, 2024, the City advertised a request for proposals for the purchase and delivery
of swimming pool chemicals for the Rosemead Park Aquatic Center and the Splash Zone at
Garvey Park. This proposal listed specifications for chemicals used at each facility. Prospective
vendors were asked to provide a proposal for the specified services based on a term of one year.
The amount of chemicals used can vary at each facility depending on the size of the water
feature, amount of use, time of year, and weather. Staff evaluated past usage history and
provided an average amount used in the request for proposal.
Proposals were due on March 14, 2024. A total of three proposals were received for this contract:
Knorr Systems Int'l, Northstar Chemicals, and Waterline Technologies. The pricing breakdown
is provided as a reference below:
Rosemead Aquatic Center and Splash Zone Chemical Pricing
Knorr Systems Intl
Northstar Chemicals
Waterline Technologies
Chlorine
$3.25 per gallon
$2.99 per gallon
$2.88 per gallon
Acid Cost
$3.25 per gallon
$3.00 per gallon
$4.83 per gallon
Sodium Bicarbonate
$47.86 per 50 lb. bag
-
$30.00 per 50 lb. bag
Calcium Chloride
$35.00 per 50 lb. bag
-
$24.00 per 50 lb. bag
Sodium Carbonate
$40.72 er 50 lb. bag
-
$28.00 per 50 lb. bag
AGENDA ITEM 5.1)
City Council Meeting
June 27, 2024
Page 2 of 2
Delivery Fee
$0.05 per gallon
Included in Cost
-
Mil Tax
$0.05 er gallon
2.175% Fee per gallon
_
Applicable Sales Tax
9.5%
9.5%
9.5%
Staff completed the review of the proposals and are recommending that the City Council award a
contract to Knorr Systems Int'1. for a one-year term beginning July 1, 2024, through June 30,
2025. Knorr Systems Int'l. was founded in 1977 and has been serving the pool industry ever
since, from commercial pool owners to resort properties, public works, and collegiate aquatic
facilities. Knorr Systems Int'l. provides technical expertise to the engineering and contracting
community as well as supporting pool owners with a team of experienced Sales Specialists and a
highly trained service division. Knorr provides a myriad of pool products and services, including
chemicals, throughout the State of California and Nevada.
Safety practices are implemented at the Rosemead Park Aquatic Center and Splash Zone in order
to minimize and eliminate dangers associated with the storage of hazardous materials. The
contractor is required to meet or exceed the required environmental standards set by local and
state agencies.
STAFF RECOMMENDATION
Staff recommends that the City Council approve the proposed contract with Knorr Systems Int'l.
from July 1, 2024, to June 30, 2025, and authorize the City Manager to execute the contract on
behalf of the City.
FISCAL IMPACT
The fiscal impact for services from July 1, 2024, to June 30, 2025, is not to exceed $52,000. The
amount of $52,000 is allocated for the purchase of chemicals in 101-4015-5340.
STRATEGIC PLAN IMPACT — None
PUBLIC NOTICE PROCESS
This item has been noticed through the regular agenda notification.
Prepared By:
Tom Boecking
Director of Parks d Recreation
Attachment A: Purchase and Delivery of Swimming Pool Chemicals — Knorr Systems Int'l
Agreement
Attachment B: Knorr Systems Int'l Proposal
Attachment C: Purchase and Delivery of Swimming Pool Chemical Request for Proposal