Loading...
CC - Item 5D – Purchase & Delivery Of Swimming Pool Chemicals – Award of ContractROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR ;�y Y COUNCIL FROM: BEN KIM, CITY MANAGER 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'l. 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 Pricina AGENDA ITEM 5.1) Knorr Systems Int'l 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. b - $30.00 per 50 lb. ba Calcium Chloride $35.00 per 50 Ib. ba - $24.00 per 50 lb. ba Sodium Carbonate $40.72 per 50 lb. ba - $28.00 per 50 lb. ba AGENDA ITEM 5.1) City Council Meeting June 27, 2024 Nee 2 of 2 Delivery Fee $0.05 per gallon Included in Cost Mil Tax $0.05 per 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'l. for a one-year term beginning July 1, 2024, through June 30, 2025. Knorr Systems Int'1. 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'1 Agreement Attachment B: Knorr Systems Int'l Proposal Attachment C: Purchase and Delivery of Swimming Pool Chemical Request for Proposal Attachment A 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 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'I, 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 4 of 19 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. 32.10 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 anytime 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: Knorr Systems Int'I 2221 South Standard Ave Santa Ana, CA 92707 Attn: Chris Burns Tel: 714-754-4044 CITY: 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 panty 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 Ben Kim, City Manager Date Attest: Ericka Hernandez, City Clerk Approved as to Form: Rachel Richman City Attorney Date Date Knorr System's Int'I Name: Cindy Faust Title: Director of Operations [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] la Name: Title: Knorr Systems Int'I Page it 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 Ib. bags 50 Ib. bags 50 Ib. 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 Description 15,500 Chlorine 2,700 Muriatic Acid 45 Sodium Bicarbonate 20 Calcium 20 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 CITY OF ROSEMEAD AGREEMENT FOR SERVICES POOL CHEMICALS KNORR SYSTEMS INT'L 1. PARTIES AND DATE. This Agreement is made and entered into this 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'I, 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 4 of 19 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 Ben Kim, City Manager Date Attest: Ericka Hernandez, City Clerk Date Approved as to Form: Knorr System's Int'I By Name: Cindy Faust Title: Director of Operations [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] 0 Name: Rachel Richman Date 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 Ib. bags 50 Ib. bags 50 Ib. 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 (gai) 50 Ib. bags 50 lb. bags 50 Ib. 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 of A- (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: 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. 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. 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 $47.86150 Ib bag Calcium Chloride $35.00 / 50 Ib bag Sodium Carbonate (soda ash) $40.72 / 50 Ib 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 $3.25 / gallon Acid cost $3.25 / gallon Sodium Bicarbonate $47.86 / 50 Ib bag Calcium Chloride $35.00 / 50 Ib bag Sodium Carbonate (soda ash) $40.72 / 50 Ib bag Delivery Fee $0.05 per gallon Mil tax $0.05 per gallon Applicable Sales Tax 9.5% Attachment B Proposal from Knorr Systems KS 1 Knorr Systems, Ind. March 13, 2024 Mr. Thom Boecking Parks & Recreation Director CITY OF ROSEMEAD 8858 E. Valley Blvd. Rosemead, CA 91770 Re. Request for Proposal — Purchase and Delivery of Swimming Pool Chemicals Dear Mr. Boecking, an Aquafinity Company Knorr Systems Int'I (KSI) 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. We provide 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. KSI provides a myriad of pool products and services including chemicals throughout the States of California and Nevada. KSI has no conflicts of interest, pending litigations, bankruptcy proceedings or financial events that would impact or limit our ability to provide the requested services within this Proposal. Attachment A and Exhibit A included in this Request for Proposal have been reviewed and both are well within the performance abilities of KSI. There are no existing financial, business or other relationships between the City of Rosemead and KSI that would have an impact on this contract or it's outcome, nor do we have existing customers who may have a financial interest in the outcome of this contract. Should you have any questions, please do not hesitate to contact us Sincerely, L --� Cindy Faust Director of Operations Knorr Systems Int'I Southern California Northern California 2221 South Standard Avenue 2021 Las Positas Court, Suite 143 Santa Ana, CA 92707 Livermore,CA 94551 714.754.4044 925.273.0722 www.Aquafinity.com KSI Knorr Systems, Ind. an Aquafinity Company City of Rosemead — Request for Proposal Purchase and Delivery of Swimming Pool Chemicals References Santa Cruz City Schools Chris Baldwin, Maintenance Supervisor 133 Mission St., Ste. 100 831-429-3410 Santa Cruz, CA 95060 cbaldwin@sccs.net Petaluma City Schools Kassandra Vaca, Secretary, Maintenance & Operations 526 Jefferson Street 707-778-4624 Petaluma, CA 94952 kvaca(cDpetk12.oro Redondo Beach Unified School District Fred Naile, Director of Facilities Redondo Beach High School 310-901-8947 1 Seahawk Way fnaile@rbusd.org Redondo Beach CA 90277 City of South Gate 8650 California Avenue South Gate CA 90280 Kevin Holmes, Facilities Maintenance Foreman 323-864-4220 kholmes@sogate.org Southern California Northern California 2221 South Standard Avenue 2021 Las Positas Court, Suite 143 Santa Ana, CA 92707 Livermore,CA 94551 714.754.4044 925.273.0722 www.Aquafinity.com KSI Knorr Systems, Int'I. City of Rosemead — Request for Proposal Purchase and Delivery of Swimming Pool Chemicals Cost Proposal 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 Ib bag Calcium Chloride $35.00 / 50 Ib bag Sodium Carbonate (soda ash) $40.72 / 50 Ib bag Delivery Fee Mil tax Applicable Sales Tax Rosemead Aquatic Center $0.05 per gallon $0.05 per gallon 9.5% October to May — Delivery of chemicals once every two weeks June to September— Delivery of chemicals once per week Chlorine $3.25 / gallon Acid cost $3.25 / gallon Sodium Bicarbonate $47.86 / 50 Ib bag Calcium Chloride $35.00 / 50 Ib bag Sodium Carbonate (soda ash) $40.72 / 50 Ib bag Delivery Fee $0.05 per gallon Mil tax $0.05 per gallon Applicable Sales Tax 9.5% an Aquafinity Company Southern California Northern California 2221 South Standard Avenue 2021 Las Positas Court, Suite 143 Santa Ana, CA 92707 Livermore,CA 94551 714.754.4044 925.273.0722 www,Aquafinity.com Attachment C Request for Proposal City of Rosemead—Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 REQUEST FOR PROPOSAL NO. 2024-09 Purchase & Delivery of Swimming Pool Chemicals SUBMITTALS: Three (3) bound copies and one (1) electronic PDF file on a flash drive of the proposal in sealed envelope(s) must be received by the City of Rosemead's City Clerk's Office by no later than March 14, 2024 at 10:00 am or Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/porta1/54150/portal-home Proposals submitted through PlanetBids Vendor Portal shall be submitted no later than Thursday. March 14, 2024 at 10:00 a.m. PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. FACSIMILE AND E-MAIL PROPOSAL WILL NOT BE ACCEPTED. INQUIRIES: Direct questions for clarification on Request for Proposal documents to Jacqueline Guerrero, Recreation Supervisor (626) 569-2268 or i>;uerrero@citvofrosemead.org MODIFICATIONS: Any modification of this Request for Proposal will be provided to Contractors who request notification of any modifications. ISSUANCE DATE: February 15, 2024 City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 CONTENTS A. Introduction............................................................................................................................... 3 B. Background................................................................................................................................3 C. Scope of Services....................................................................................................................... 3 D. Submittal Requirements.............................................................................................................4 E. Selection Process and Scheduled...............................................................................................5 F. Submittal Deadlines................................................................................................................... 5 G. Inquiries..................................................................................................................................... 6 ATTACHMENT A: Draft Professional Services Agreement City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 202409 A. INTRODUCTION The City of Rosemead seeks to award a one-year contract for professional services agreement for the purchase and delivery of swimming pool chemicals. The chosen vendor will need to show a record of reliability and quality, as well as the ability to provide quality equipment and services at a competitive price. B. BACKGROUND The City of Rosemead is a suburb located in the San Gabriel Valley, 10 miles east of downtown Los Angeles. It is bounded on the north by the cities of Temple City and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated Los Angeles County community of South San Gabriel, on the south by Montebello, plus by EI Monte and South EI Monte on the east. The City is 5.5 square miles (2,344 -acres) in size. Rosemead is a working-class suburb with a diverse population base. According to the 2010 Census, the City had a population of 53,764. The estimated makeup of the City was 4.7% White, 0.3% African American, 60.3% Asian, 33% Hispanic/Latino (of any race), and 0.7% Non -Hispanic Other. As a substantially built -out city, Rosemead only added 259 residents to its population during the last decade (2000-2010). Rosemead operates under the Council/Manager form of government. The City Council is elected at large to four years, overlapping terms. The Mayor is elected by a majority vote of the City Council and rotates each year. The City Manager is appointed by and assists with carrying out the vision of the City Council. The Parks and Recreation Department serves under the direction of the Director of Parks and Recreation, Tom Boecking. The Department combines the functions of managing citywide recreational activities, all annual citywide events, sports, running an aquatic center, and managing multiple community centers, as well as distributing the City's quarterly newsletter. C. SCOPE OF SERVICES Refer to Attachment A, Draft Professional Services Agreement in the request for proposal, Exhibit A for Scope of Services. D. SUBMITTAL REQUIREMENT 1. Introductory Letter a. This letter should be on company letterhead and addressed to the City's Parks and Recreation Director, Tom Boecking, and should summarize the major points contained in the proposal and should be signed by a representative of the firm with the authority to negotiate and bind the firm. Indicate in the letter whether there are any conflicts of interest that would limit the firm's ability to provide the requested services. City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 2. Background, Experience and Financial Stability a. Each Proposer shall provide a summary statement outlining the firm's history and experience, including experience within the last five years. b. Each Proposer is to provide information and location of the firm's active customers where they provide pool chemical services. c. Each Proposer shall certify that it has the financial capacity to provide services outlined in this RFP for a period of one year and there are no pending litigations, bankruptcy proceedings or financial events against the organization that may impact its financial capacity. 3. Proposed Materials and Services Proposal should indicate the company's availability to provide the items listed in Attachment A, Exhibit A and any other relevant materials and services for this proposal. 4. References References will be contacted as part of the selection process. References should include the contact's name, title, company/organization, address, e-mail and phone number. Provide a minimum of four (4) references. The Proposer shall disclose any financial, business, or other relationship with the City that may have an impact upon the outcome of this contract and shall also list current clients who may have a financial interest in the outcome of this contract. S. Cost Proposal Provide one copy of the cost proposal and make clear all extra fees. Cost proposal should be listed by material, equipment, and services. E. SELECTION PROCESS AND SCHEDULE The proposal received will be evaluated and ranked according to the following criteria points: Description Percentage Pricing 70% Background, references, experience, and financial stability 309/6 Total 100% If there are unresolved issues and negotiations are unsuccessful with the top ranked firm, negotiations with that firm will be formally terminated and the City may attempt to negotiate an agreement with the next highest ranked firm. Aside from announcing the top ranked proposals, the rankings will be kept confidential. Award of the selected firm's contract may be subject to City Council approval. City of Rosemead —Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 F. SUBMITTAL DEADLINES Below is the tentative RFP schedule, subject to change: Description Dates RFP Issuance February 15, 2024 Deadline for Submittal of Questions February 28, 2024 Staff Responses to Questions March 4, 2024 Deadline for Submittals of Proposal March 14, 2024 Proposal Review and Selection March 14— 28, 2024 Award of Contract (approx.) April 9, 2024 Hardcopy or Electronic proposals will be accepted as follows: • Hardcopy Proposal Submittals The City must receive three (3) sets of proposals from interested firms no later than 10:00 a.m. on March 14, 2024. Please submit all proposals to: Request for Proposal — Purchase and Delivery of Swimming Pool Chemicals ATTN: Ericka Hernandez, City Clerk City of Rosemead I City Clerk's Office 8858 E. Valley Blvd. Rosemead, CA 91770 • Electronic Proposal Submittals: Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://Pbsystem.planetbids.com/portal/54150/portal-home Proposal submittal due date is March 14, 2024, at 10:00 a.m. Late proposals will not be accepted. Faxed, e-mailed or late proposals will not be accepted. Hand -carried proposals will be accepted before the response due date and time at the address above during normal business hours of 7:00 a.m. through 6:00 p.m., Monday through Thursday. City of Rosemead City Hall is closed on Fridays. G. INQUIRIES Questions about this Request for Proposal should be made by phone (626) 569-2268 or e-mailed to i¢uerrero@cityofrosemead.ore. All questions must be submitted by 10:00 a.m. Thursday, February 28, 2024. If appropriate, responses will be posted on the City website with this RFP by close of business on Thursday, March 4, 2024. City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 ATTACHMENT A (DRAFT) PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN CITY OF ROSEMEAD AND CONTRACTOR This PROFESSIONAL SERVICE AGREEMENT (PSA) ("AGREEMENT"), is made and effective as of [Insert date], between the ("AGENCY") [Insert agency name], a municipal corporation and [Insert CONTRACTOR], [a sole proprietorship, partnership, limited liability partnership, corporation] ("CONTRACTOR"). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: TERM This AGREEMENT shall commence on [Insert date] and shall remain and continue in effect until tasks described herein are completed, but in no event later than [Insert date] unless sooner terminated pursuant to the provisions of this AGREEMENT. II. SERVICES CONTRACTOR shall perform the tasks described and set forth in EXHIBIT A, attached hereto and incorporated herein as though set forth in full. CONTRACTOR shall complete the tasks according to the schedule of performance which is also set forth in EXHIBIT A. To the extent that EXHIBIT A is a proposal from CONTRACTOR, such proposal is incorporated only for the description of the scope of services and no other terms and conditions from any such proposal shall apply to this AGREEMENT unless specifically agreed to in writing. CONTRACTOR shall at all times faithfully, competently and to the best of his/her ability, experience, and talent, perform all tasks described herein. CONTRACTOR shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing similar services as are required of CONTRACTOR hereunder in meeting its obligations under this AGREEMENT. City of Rosemead —Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 IV. AGENCY MANAGEMENT Agency's [Insert title] shall represent AGENCY in all matters pertaining to the administration of this AGREEMENT, review and approval of all products submitted by CONTRACTOR, but not including the authority to enlarge the Tasks to Be Performed or change the compensation due to CONTRACTOR. Agency's Manager shall be authorized to act on AGENCY's behalf and to execute all necessary documents which enlarge the Tasks to Be Performed or change CONTRACTOR's compensation, subject to Section 5 hereof. V. PAYMENT A. The AGENCY agrees to pay CONTRACTOR on a quarterly basis, in accordance with the payment rates and terms and the schedule of payment as set forth in EXHIBIT B, attached hereto and incorporated herein by this reference as though set forth in full, based upon actual time spent on the above tasks. This amount shall not exceed [Insert amount] dollars ($_.00) for the total term of the AGREEMENT unless additional payment is approved as provided in this AGREEMENT. B. CONTRACTOR shall not be compensated for any services rendered in connection with its performance of this AGREEMENT which are in addition to those set forth herein, unless such additional services are authorized in advance and in writing by the Agency Manager. CONTRACTOR shall be compensated for any additional services in the amounts and in the manner as agreed to by Agency Manager and CONTRACTOR at the time AGENCY'S written authorization is given to CONTRACTOR for the performance of said services. The Agency Manager may approve additional work not to exceed ten percent (10%) of the amount of the AGREEMENT, but in no event shall such sum exceed ten -thousand dollars ($10,000.00). Any additional work in excess of this amount shall be approved by the Governing Board. C. CONTRACTOR will submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, or as soon thereafter as practical, for services provided in the previous month. Payment shall be made within thirty (30) days of receipt of each invoice as to all non -disputed fees. If the AGENCY disputes any of CONTRACTOR's fees it shall give written notice to CONTRACTOR within thirty (30) days of receipt of an invoice of any disputed fees set forth on the invoice. Any final payment under this AGREEMENT shall be made within forty-five (45) days of receipt of an invoice therefore. D. If the CONTRACTOR fails to provide any portion of the agreed upon list of equipment and services provided in the Scope of Services, Attachment A, the CONTRACTOR will reimburse the AGENCY based on the list of costs provided. VI. SUSPENSION OR TERMINATION OF AGREEMENT WITHOUT CAUSE A. The AGENCY may at any time, for any reason, with or without cause, suspend or terminate this AGREEMENT, or any portion hereof, by serving upon the CONTRACTOR at least ten (10) days prior written notice. Upon receipt of said City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 202409 notice, the CONTRACTOR shall immediately cease all work under this AGREEMENT, unless the notice provides otherwise. If the AGENCY suspends or terminates a portion of this AGREEMENT such suspension or termination shall not make void or invalidate the remainder of this AGREEMENT. B. In the event this AGREEMENT is terminated pursuant to this Section, the AGENCY shall pay to CONTRACTOR the actual value of the work performed up to the time of termination, provided that the work performed is of value to the AGENCY. Upon termination of the AGREEMENT pursuant to this Section, the CONTRACTOR will submit an invoice to the AGENCY pursuant to Section 5. VII. DEFAULT OF CONTRACTOR A. The CONTRACTOR's failure to comply with the provisions of this AGREEMENT shall constitute a default. In the event that CONTRACTOR is in default for cause under the terms of this AGREEMENT, AGENCY shall have no obligation or duty to continue compensating CONTRACTOR for any work performed after the date of default and can terminate this AGREEMENT immediately by written notice to the CONTRACTOR. If such failure by the CONTRACTOR to make progress in the performance of work hereunder arises out causes beyond the CONTRACTOR's control, and without fault or negligence of the CONTRACTOR, it shall not be considered a default. B. If the Agency Manager or his/her designee determines that the CONTRACTOR is in default in the performance of any of the terms or conditions of this AGREEMENT, he/she shall cause to be served upon the CONTRACTOR a written notice of the default. The CONTRACTOR shall have ten (10) days after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that the CONTRACTOR fails to cure its default within such period of time or fails to present the AGENCY with a written plan for the cure of the default, the AGENCY shall have the right, notwithstanding any other provision of this AGREEMENT, to terminate this AGREEMENT without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this AGREEMENT. VIII. OWNERSHIP OF DOCUMENTS A. CONTRACTOR shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by AGENCY that relate to the performance of services under this AGREEMENT. CONTRACTOR shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. CONTRACTOR shall provide free access to the representatives of AGENCY or its designees at reasonable times to such books and records; shall give AGENCY the right to examine and audit said books and records; shall permit AGENCY to make transcripts or copies therefrom as necessary; and shall allow City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 inspection of all work, data, documents, proceedings, and activities related to this AGREEMENT. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. B. Upon completion of, or in the event of termination or suspension of this AGREEMENT, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the services to be performed pursuant to this AGREEMENT shall become the sole property of the AGENCY and may be used, reused, or otherwise disposed of by the AGENCY without the permission of the CONTRACTOR. With respect to computer files, CONTRACTOR shall make available to the AGENCY, at the CONTRACTOR's office and upon reasonable written request by the AGENCY, the necessary computer software and hardware for purposes of accessing, compiling, transferring, copying and/or printing computer files. CONTRACTOR hereby grants to AGENCY all right, title, and interest, including any copyright, in and to the documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared by CONTRACTOR in the course of providing the services under this AGREEMENT. IX. INDEMNIFICATION AND DEFENSE A. Indemnity To the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless AGENCY and any and all of its officials, employees and agents ("Indemnified Parties') from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel's fees and costs, caused in whole or in part by the negligent or wrongful act, error or omission of CONTRACTOR, its officers, agents, employees or Subcontractors (or any agency or individual that CONTRACTOR shall bear the legal liability thereof) in the performance of services under this AGREEMENT. CONTRACTOR'S duty to indemnify and hold harmless AGENCY shall not extend to the AGENCY's sole or active negligence. B. Duty to defend In the event the AGENCY, its officers, employees, agents and/or volunteers are made a party to any action, lawsuit, or other adversarial proceeding arising from the performance of the services encompassed by this AGREEMENT, and upon demand by AGENCY, CONTRACTOR shall defend the AGENCY at CONTRACTOR's cost or at AGENCY's option, to reimburse AGENCY for its costs of defense, including reasonable attorney's fees and costs incurred in the defense of such matters to the extent the matters arise from, relate to or are caused by CONTRACTOR's negligent acts, errors or omissions. Payment by AGENCY is not a condition precedent to enforcement of this indemnity. In the event of any dispute between CONTRACTOR and AGENCY, as to whether liability arises from the sole or active negligence of the AGENCY or its officers, employees, or agents, CONTRACTOR will be obligated to pay for AGENCY's defense until such time as a City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 final judgment has been entered adjudicating the AGENCY as solely or actively negligent. CONTRACTOR will not be entitled in the absence of such a determination to any reimbursement of defense costs including but not limited to attorney's fees, expert fees and costs of litigation. X. INSURANCE CONTRACTOR shall maintain prior to the beginning of and for the duration of this AGREEMENT insurance coverage as specified in EXHIBIT C attached to and part of this AGREEMENT. XI. INDEPENDENT CONTRACTOR A. CONTRACTOR is and shall at all times remain as to the AGENCY a wholly independent CONTRACTOR and/or independent contractor. The personnel performing the services under this AGREEMENT on behalf of CONTRACTOR shall at all times be under CONTRACTOR's exclusive direction and control. Neither AGENCY nor any of its officers, employees, or agents shall have control over the conduct of CONTRACTOR or any of CONTRACTOR's officers, employees, or agents, except as set forth in this AGREEMENT. CONTRACTOR shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the AGENCY. CONTRACTOR shall not incur or have the power to incur any debt, obligation, or liability whatever against AGENCY, or bind AGENCY in any manner. B. No employee benefits shall be available to CONTRACTOR in connection with the performance of this AGREEMENT. Except for the fees paid to CONTRACTOR as provided in the AGREEMENT, AGENCY shall not pay salaries, wages, or other compensation to CONTRACTOR for performing services hereunder for AGENCY. AGENCY shall not be liable for compensation or indemnification to CONTRACTOR for injury or sickness arising out of performing services hereunder. XII. LEGAL RESPONSIBILITIES The CONTRACTOR shall keep itself informed of State and Federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this AGREEMENT. The CONTRACTOR shall at all times observe and comply with all such laws and regulations. The AGENCY, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the CONTRACTOR to comply with this Section. XIII. UNDUE INFLUENCE CONTRACTOR declares and warrants that no undue influence or pressure was used against or in concert with any officer or employee of the AGENCY in connection with the award, terms or implementation of this AGREEMENT, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 202409 the AGENCY has or will receive compensation, directly or indirectly, from CONTRACTOR, or from any officer, employee or agent of CONTRACTOR, in connection with the award of this AGREEMENT or any work to be conducted as a result of this AGREEMENT. Violation of this Section shall be a material breach of this AGREEMENT entitling the AGENCY to any and all remedies at law or in equity. XIV. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES No member, officer, or employee of AGENCY, or their designees or agents, and no public official who exercises authority over or responsibilities with respect to the Project during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any agreement or sub -agreement, or the proceeds thereof, for work to be performed in connection with the Project performed under this AGREEMENT. XV. RELEASE OF INFORMATION/CONFLICTS OF INTEREST A. All information gained by CONTRACTOR in performance of this AGREEMENT shall be considered confidential and shall not be released by CONTRACTOR without AGENCY's prior written authorization. CONTRACTOR, its officers, employees, agents, or subCONTRACTORs, shall not without written authorization from the Agency Manager or unless requested by the Agency Attorney, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories, or other information concerning the work performed under this AGREEMENT or relating to any project or property located within the AGENCY. Response to a subpoena or court order shall not be considered "voluntary" provided CONTRACTOR gives AGENCY notice of such court order or subpoena. B. CONTRACTOR shall promptly notify AGENCY should CONTRACTOR, its officers, employees, agents, or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions, or other discovery request ("Discovery"), court order, or subpoena from any person or party regarding this AGREEMENT and the work performed there under or with respect to any project or property located within the AGENCY, unless the AGENCY is a party to any lawsuit, arbitration, or administrative proceeding connected to such Discovery, or unless CONTRACTOR is prohibited by law from informing the AGENCY of such Discovery. AGENCY retains the right, but has no obligation, to represent CONTRACTOR and/or be present at any deposition, hearing, or similar proceeding as allowed by law. Unless AGENCY is a party to the lawsuit, arbitration, or administrative proceeding and is adverse to CONTRACTOR in such proceeding, CONTRACTOR agrees to cooperate fully with AGENCY and to provide the opportunity to review any response to discovery requests provided by CONTRACTOR. However, AGENCY's right to review any such response does not imply or mean the right by AGENCY to control, direct, or rewrite said response. City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 XVI. NOTICES XVII. Any notices which either party may desire to give to the other party under this AGREEMENT must be in writing and may be given either by (i) personal service, (ii) delivery by a reputable document delivery service, such as but not limited to, Federal Express, which provides a receipt showing date and time of delivery, or (iii) mailing in the United States Mail, certified mail, postage prepaid, return receipt requested, addressed to the address of the party as set forth below or at any other address as that party may later designate by notice: To AGENCY: [Insert agency] Attention: Agency Clerk To CONTRACTOR: The CONTRACTOR shall not assign the performance of this AGREEMENT, nor any part thereof, nor any monies due hereunder, without prior written consent of the AGENCY. Because of the personal nature of the services to be rendered pursuant to this AGREEMENT, only CONTRACTOR shall perform the services described in this AGREEMENT. [Insert name] may use assistants, under his/her direct supervision, to perform some of the services under this AGREEMENT. CONTRACTOR shall provide AGENCY fourteen (14) days' notice prior to the departure of [Insert name] from CONTRACTOR's employ. Should he/she leave CONTRACTOR's employ, the AGENCY shall have the option to immediately terminate this AGREEMENT, within three (3) days of the close of said notice period. Upon termination of this Agreement, CONTRACTOR's sole compensation shall be payment for actual services performed up to, and including, the date of termination or as may be otherwise agreed to in writing between the Governing Board and the CONTRACTOR. Before retaining or contracting with any CONTRACTOR for any services under this AGREEMENT, CONTRACTOR shall provide AGENCY with the identity of the proposed CONTRACTOR, a copy of the proposed written contract between CONTRACTOR and such sub -CONTRACTOR which shall include and indemnity provision similar to the one provided herein and identifying AGENCY as an indemnified party, or an incorporation of the indemnity provision provided herein, and proof that such proposed sub - CONTRACTOR carries insurance at least equal to that required by this AGREEMENT or obtain a written waiver from AGENCY for such insurance. XVIII. LICENSES At all times during the term of this AGREEMENT, CONTRACTOR shall have in full force and effect, all licenses required of it by law for the performance of the services described in this AGREEMENT. City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 XIX. GOVERNING LAW The AGENCY and CONTRACTOR understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this AGREEMENT and also govern the interpretation of this Agreement. Any litigation concerning this AGREEMENT shall take place in the municipal, superior, or federal district court with jurisdiction over the AGENCY. XX. ENTIRE AGREEMENT This AGREEMENT contains the entire understanding between the parties relating to the obligations of the parties described in this AGREEMENT. All prior or contemporaneous agreements, understandings, representations, and statements, oral or written and pertaining to the subject of this AGREEMENT or with respect to the terms and conditions of this AGREEMENT, are merged into this AGREEMENT and shall be of no further force or effect. Each party is entering into this AGREEMENT based solely upon the representations set forth herein and upon each party's own independent investigation of any and all facts such party deems material. XXI. CONTENTS OF REQUEST FOR PROPOSAL AND PROPOSAL CONTRACTOR is bound by the contents of AGENCY's Request for Proposal, EXHIBIT "D" hereto and incorporated herein by this reference, and the contents of the proposal submitted by the CONTRACTOR, EXHIBIT "E" hereto. In the event of conflict, the requirements of AGENCY's Request for Proposals and this AGREEMENT shall take precedence over those contained in the CONTRACTOR's proposals. The incorporation of the CONTRACTOR's proposal shall be for the scope of services to be provided only, and any other terms and conditions included in such proposal shall have no force and effect on this AGREEMENT or the relationship between CONTRACTOR and/or AGENCY, unless expressly agreed to in writing. XXII. AUTHORITY TO EXECUTE THIS AGREEMENT The person or persons executing this AGREEMENT on behalf of CONTRACTOR warrants and represents that he/she has the authority to execute this AGREEMENT on behalf of the CONTRACTOR and has the authority to bind CONTRACTOR to the performance of its obligations hereunder. City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed the day and year first above written. CONTRACTOR By: (Signature) (Contractor Name) (Title) [City of Rosemead] A Municipal Corporation City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Um EXHIBIT'S: EXHIBITA EXHIBIT B EXHIBIT C EXHIBIT D EXHIBIT E Scope of Services Payment Schedule Insurance Requirements Request for Proposal Contractor's Proposal City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 EXHIBIT A CITY OF ROSEMEAD — SCOPE OF SERVICES 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 Ib. bags 50 Ib. bags 50 Ib. bags Unit of Measure Liquid Liquid Dry Dry Flake Dry Flake City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 Rosemead Aquatic Center Details: The Contractor shall deliver liquid chemicals to the Rosemead Aquatic Center as listed in the description below. • 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. • 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 2 Weeks 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 Ib. bags 50 Ib. bags 50 lb. bags Unit Of Measure Liquid Liquid Dry Dry Flake Dry Flake City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 EXHIBIT B PAYMENT SCHEDULE City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 EXHIBIT C INSURANCE REQUIREMENTS Without limiting CONTRACTOR indemnification of AGENCY, and prior to commencement of Work, CONTRACTOR shall obtain, provide and maintain at its own expense during the term of this AGREEMENT, policies of insurance of the type and amounts described below and in a form satisfactory to AGENCY. Note: Verify minimum limit for each coverage with Risk Manager. General liability insurance. CONTRACTOR 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 $5,000,000 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. Automobile liability insurance. CONTRACTOR shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the CONTRACTOR arising out of or in connection with Work to be performed under this AGREEMENT, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Professional liability (errors & omissions) insurance. CONTRACTOR shall maintain professional liability insurance that covers the Services to be performed in connection with this AGREEMENT, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this AGREEMENT and CONTRACTOR agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this AGREEMENT. Note: May need to delete workers' compensation and employer's liability insurance requirements for certain sole proprietorships, partnerships, or corporations without employees. Workers' compensation insurance. CONTRACTOR shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000). CONTRACTOR shall submit to AGENCY, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of AGENCY, its officers, agents, employees and volunteers. Other provisions or requirements Proof of insurance. CONTRACTOR shall provide certificates of insurance to AGENCY as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation. Insurance certificates and endorsements must be approved by Agency's City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 202409 Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with AGENCY at all times during the term of this contract. AGENCY reserves the right to require complete, certified copies of all required insurance policies, at any time. Duration of coverage. CONTRACTOR shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Work hereunder by CONTRACTOR, his agents, representatives, employees or subcontractors. Primary/noncontributing. Coverage provided by CONTRACTOR shall be primary and any insurance or self-insurance procured or maintained by AGENCY shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance 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 AGENCY before the AGENCY's own insurance or self- insurance shall be called upon to protect it as a named insured. Agency's rights of enforcement. In the event any policy of insurance required under this AGREEMENT does not comply with these specifications or is canceled and not replaced, AGENCY has the right but not the duty to obtain the insurance it deems necessary and any premium paid by AGENCY will be promptly reimbursed by CONTRACTOR or AGENCY will withhold amounts sufficient to pay premium from CONTRACTOR payments. In the alternative, AGENCY may cancel 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 of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the Agency's Risk Manager. Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against AGENCY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery priorto a loss. CONTRACTOR hereby waives its own right of recovery against AGENCY, and shall require similar written express waivers and insurance clauses from each of its Subcontractors. Enforcement of contract provisions (non estoppel). CONTRACTOR acknowledges and agrees that any actual or alleged failure on the part of the AGENCY to inform CONTRACTOR of non- compliance with any requirement imposes no additional obligations on the AGENCY nor does it waive any rights hereunder. City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. 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 all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR maintains higher limits than the minimums shown above, the AGENCY requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the AGENCY. Notice of cancellation. CONTRACTOR agrees to oblige its insurance agent or broker and insurers to provide to AGENCY with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. Additional insured status. General liability policies shall provide or be endorsed to provide that AGENCY and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. Prohibition of undisclosed coverage limitations. 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 AGENCY and approved of in writing. Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass through clause. CONTRACTOR agrees to ensure that its, subcontractors, and any other party involved with the projectwho is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR 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. CONTRACTOR agrees that upon request, all agreements with CONTRACTORS, subcontractors, and others engaged in the project will be submitted to AGENCY for review. Agency's right to revise specifications. The AGENCY reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the CONTRACTOR ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the CONTRACTOR, the AGENCY and CONTRACTOR may renegotiate CONTRACTOR's compensation. Self-insured retentions. Any self-insured retentions must be declared to and approved by AGENCY. AGENCY reserves the right to require that self-insured retentions be eliminated, City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 202409 lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by AGENCY. Timely notice of claims. CONTRACTOR shall give AGENCY prompt and timely notice of claims made or suits instituted that arise out of or result from CONTRACTOR's performance under this AGREEMENT, and that involve or may involve coverage under any of the required liability policies. Additional insurance. CONTRACTOR shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 EXHIBIT D REQUEST FOR PROPOSAL City of Rosemead — Purchase & Delivery of Swimming Pool Chemicals Request for Proposal No. 2024-09 EXHIBIT E CONTRACTOR'S PROPOSAL