HomeMy WebLinkAboutItem 06.i
Date: November 20, 2017 Item No.
ACCEPTANCE OF BIDS AND APPROVAL OF CONTRACTS FOR WATER
TREATMENT CHEMICALS WITH DPC INDUSTRIES, INC., CARUS CORPORATION,
AND HAWKINS, INC.
Proposed Action
Staff recommends adoption of the following motion: Move to accept bids and approve contracts
for water treatment chemicals with DPC Industries, Inc., Carus Corporation, and Hawkins, Inc.
Overview
The department solicits bids annually for its water treatment chemicals. The chemicals in the bid
package provide for disinfection of the water and distribution system, oxidation and removal of
iron and manganese, fluoridation of the water to meet state standards, and inhibit the
reintroduction of ferrous metals into the water distribution system.
Five vendors submitted bids for the chemicals. Bids were evaluated in terms of unit pricing and
chemical suitability for the water treatment process. Each met the chemical requirements for the
products bid. DPC Industries, Inc. submitted the lowest bid for fluoride at $27,456.00. Carus
Corporation submitted the lowest bid for potassium orthophosphate at $75,200.00. Hawkins,
Inc. submitted the lowest bid for chlorine at $29,280.00. Aggregate chemical prices for 2018
show a small decrease, approximately 2 percent, in comparison with 2017 prices.
An advertisement requesting bids was published on October 27, 2017 and sealed bids were
opened on November 8, 2017. Staff recommends approval of the bids and award of the contract.
Primary Issues to Consider
• What is the importance of water treatment chemicals? Use of these chemicals is required to
comply with the federal Safe Drinking Water Act and state requirements.
Supporting Information
• A copy of the bid tabulation and contracts are attached.
Financial Impact: $131,936.00 Budgeted: Yes Source: 7681.6126
Related Documents (CIP, ERP, etc.):
Envision Lakeville Community Values: Good Value for Public Services
Report Completed by: Neil Normandin, Public Works and Facilities Coordinator
BID TABULATION
2018 LAKEVILLE WATER TREATMENT CHEMICALS
Bid Opening: Wednesday, November 8, 2017, 11:00 a.m.
Vendor Bid
Bond
Hydroflourosilicic
Acid
Chlorine Potassium
Orthophosphate 1-Ton
Cylinders
Shannon Chemical Corporation Yes 102,800.00
Cost per pound:
0.5140
Mosaic Global Sales, LLC Yes 35,640.00
Cost per pound:
0.2970
Carus Corporation Yes 75,200.00
Cost per pound:
0.3760
DPC Industries, Inc Yes 27,456.00 29,904.00
Cost per pound:
0.2288 0.2492
Hawkins, Inc. Yes 28,944.00 29,280.00 77,720.00
Cost per pound:
0.2412 0.2440 0.3886
CONTRACT FOR THE PURCHASE OF HYDROFLUOROSILICIC ACID
THIS AGREEMENT made this 20th day of November 2017, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and DPC INDUSTRIES, INC., hereinafter
referred to as the “Supplier”.
THE CITY AND THE SUPPLIER, FOR THE CONSIDERATION HEREINAFTER
STATED, AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The scope of services is detailed in the Contract Documents but
generally consists of the purchase and delivery of Hydrofluorosilicic Acid. The Supplier
agrees to perform the services as detailed in the Contract Documents.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as the
"Contract Documents", all of which shall be taken together as a whole as the contract
between the parties as if they were set verbatim and in full herein:
A. This document entitled “Contract for the Purchase of Hydrofluorosilicic Acid”.
B. Instructions to Bidders
C. Technical Specifications
D. Supplier’s Bid
If there is a conflict among the provisions of the Contract, the order in which they are listed
above shall control in resolving any such conflicts with Contract Document "A" having the
first priority and Contract Document "D" having the last priority.
3. OBLIGATIONS OF THE SUPPLIER. The Supplier agrees that the work contemplated by
the Contract shall be fully and satisfactorily completed in accordance with the terms of the
Contract Documents.
4. PAYMENT.
A. The City agrees to pay and the Supplier agrees to receive and accept payment in
accordance with the prices quoted as set forth in the completed Bid Form. Payment
to the Supplier shall be made monthly based on deliveries and submission and
approval of an invoice.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.25, Subd. 4a, the
Supplier must pay any subcontractor within ten (10) days of the Supplier’s receipt
of payment from the City for undisputed services provided by the subcontractor.
The Supplier must pay interest of 1½ percent per month or any part of a month to
the subcontractor on any undisputed amount not paid on time to the
subcontractor. The minimum monthly interest penalty payment for an unpaid
2
balance of $100.00 or more is $10.00. For an unpaid balance of less than $100.00,
the Supplier shall pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION.
A. The Supplier shall defend, indemnify, and hold harmless the City and its officials,
agents, representatives, and employees from any loss, claim, liability and expense
(including reasonable attorney’s fees and expenses of litigation) with respect to:
(a) Worker’s Compensation benefits payable on account of injury or death to any
Supplier employee or to any employee of Supplier’s subcontractors, where the
injury or death arises out of or is in any way related to the work performed or to
be performed under the Contract; (b) claims for personal injury, death, or
property damage or loss asserted by a Supplier or subcontractor or any of their
officers, agents, representatives, or employees where the injury, death, damage, or
loss arises out of or is in any way related to the work performed or to be
performed under the Contract; and (c) claims for personal injury, death, or
property damage or loss as asserted by third-parties at the work site, where the
claim is based in the whole or in any part on, or is in any way related to, any act or
omission by Supplier, or Supplier’s subcontractors, agents, employees or
delegates.
B. Supplier shall agree that the indemnities stated above shall be construed and
applied in favor of indemnification. To the extent permitted by law, the stated
indemnities shall apply regardless of any strict liability or negligence attributable
to the City and regardless of the extent to which the underlying harm is
attributable to the negligence or otherwise wrongful act or omission (including
breach of contract) of Supplier, its subcontractors, agents, employees or delegates.
Supplier also agrees that if applicable law limits or precludes any aspect of the
stated indemnities, then the indemnities will be considered limited only to the
extent necessary to comply with that applicable law. The stated indemnities
continue until all applicable statutes of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may require
Supplier to furnish a written acceptance of tender of defense and indemnity from
Supplier’s insurance company. Supplier will take the action required by City
within fifteen (15) days of receiving notice from City.
6. RIGHTS AND REMEDIES.
A. The duties and obligations imposed by the Contract Documents and the rights
and remedies available thereunder shall be in addition to and not a limitation of
any duties, obligations, rights and remedies otherwise imposed or available by law.
3
B. No action or failure to act by the City or the Supplier shall constitute a waiver of
any right or duty afforded by any of them under the Contract, nor shall any such
action or failure to act constitute an approval of or acquiescence in any breach
thereunder, except as may be specifically agreed in writing.
7. GOVERNING LAW. The Contract shall be governed by the laws of the State of
Minnesota.
8. INSURANCE. Prior to commencing work on the Contract, the Supplier shall furnish
the City a certificate of insurance. The Supplier shall furnish and maintain during the
project such public liability and property damage insurance as shall protect Supplier and
any subcontractors performing work covered by the Contract from claims for damages by
Workers Compensation Statute, and from claims for property damages or personal injury
which may arise from operations under this Contract, whether such operations are by
Supplier or by an subcontractor or anyone directly or indirectly employed by either of
them and the amounts of insurance shall be as follows:
Worker’s Compensation – as provided in the applicable law.
Employer’s Liability
Bodily Injury by Disease per employee - $500,000
Bodily Injury by Disease aggregate - $500,000
Bodily Injury by Accident - $500,000
Commercial General Liability
Personal Injury per occurrence - $2,000,000
Property Damage per occurrence - $2,000,000
The following coverages shall be included:
• Premises, Operations, Bodily Injury and Property Damage
• Personal and Advertising Injury
• Blanket and Contractual Liability
• Products and Completed Operations Liability
Pollution liability insurance:
Bodily Injury per occurrence: - $2,000,000
Property Damage per occurrence: - $2,000,000
Aggregate: - $2,000,000
Business Automobile Liability:
Combined single limit - $2,000,000
The following coverages shall be included:
• Owned/leased vehicles
4
• Non-owned vehicles
• Hired vehicles
Blanket contractual (hold harmless) protection; and fire, theft and vandalism
insurance, for the full value of all materials and equipment furnished by the
Bidder shall be provided until the complete contract is formally accepted.
All insurance policies (or riders) required by this Agreement shall:
Be taken out by the Provider and maintained with responsible insurance
companies organized under the laws of one of the states of the United States and
qualified to do business in the State of Minnesota,
Contain a provision that the insurer shall give thirty (30) days written notice of
cancellation or in the case of non-payment of premium, at least ten (10) days
written notice,
Name Provider as an insured party and City as an additional insured with respect
to General Liability, Auto Liability, and Pollution Liability policies on a primary
and non-contributory basis,
Be in accordance with specifications approved by the insurance advisory for City,
and
Be evidenced by a Certificate of Insurance listing City as an additional insured
which shall be filed with the city. Certificates of Insurance that do not meet these
requirements will not be accepted. Certificates of Insurance shall include the
policy endorsements showing the City named as additional insured on a primary
and non-contributory basis.
9. PERFORMANCE AND PAYMENT BONDS. Performance and payment bonds are not
required.
10. TERM. The term of this Contract shall begin on or about January 1, 2018 and end on
December 31, 2018, both dates inclusive, unless sooner terminated as hereinafter
provided.
11. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Supplier agree that the
Supplier shall furnish any and all supplies, equipment, and incidentals necessary for
Supplier’s performance of this Contract.
12. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right to
terminate Supplier at will immediately without cause at any time within the term of this
Contract. In the event of such termination, the City shall provide Supplier written notice
of termination and upon receipt of same, Supplier shall immediately cease and desist
Supplier’s provision of services under this Contract and City shall have no further
5
obligation under this Contract to pay any further compensation to Supplier except for
compensation due and owing for services prior to Supplier’s receipt of the written notice
of termination.
13. INDEPENDENT SUPPLIER. City and Supplier agree that Supplier, while engaged in
carrying out and complying with the terms and conditions of this Contract and the
provision of services thereunder, shall be considered at all times an independent Supplier
and not an officer, employee, or agent of the City. City and Supplier further agree that
Supplier shall not at any time or in any manner represent that Supplier or any of the
Supplier’s agents or employees are in any manner agents or employees of the City. City
and Supplier further agree that Supplier shall be exclusively responsible under this
Contract for Supplier’s own FICA payment, workers compensation payments,
unemployment compensation payments, withholding amounts, and/or self-employment
taxes or other taxes if any such payments, amounts, or taxes are required to be paid by
law or regulations.
14. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice or other
correspondence to be provided by or between the City and the Supplier in accordance
with this Contract shall be hand delivered or mailed by registered or certified mail to the
following address:
CITY: City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
SUPPLIER: DPC Industries, Inc.
12800 Pine Bend Trail
Rosemount MN 55068
15. WAIVER OF DEFAULT. Any waiver by City of a default under the provisions of this
Contract by Supplier shall not operate or be construed as a waiver of a subsequent default
by the Supplier. No waiver shall be valid unless in writing and signed by the Mayor and
the City Administrator on behalf of the City.
16. NO ASSIGNMENT OR SUBCONTRACTING. The City and Supplier agree that the
services to be rendered by the Supplier under this Contract are unique and personal.
Accordingly, the Supplier may not assign or subcontract out any of the Supplier’s rights
or any of the Supplier’s duties or obligations under this Contract.
17. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or any
application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or
provision to persons or circumstances other than those as to which it is held invalid or
6
unenforceable shall not be affected hereby and each term and provision of this Contract
shall be valid and be enforced to the fullest extent permitted by law.
18. DATA PRACTICES/RECORDS.
A. All data created, collected, received, maintained, or disseminated for any purpose in
the course of this Contract is governed by the Minnesota Government Data Practices
Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted
to implement the act, as well as federal regulations on data privacy.
B. All books, records, documents, and accounting procedures and practices of the
Supplier and its subcontractors, if any, relative to this Contract are subject to
examination by the City.
19. WARRANTY. The Supplier shall be held responsible for any and all defects in
workmanship, materials, and equipment which may develop in any part of the contracted
service, and upon proper notification by the City shall immediately replace, without cost to
the City, any such faulty part or parts and damage done by reason of the same in accordance
with the bid specifications.
20. CHANGE ORDERS. Without invalidating the Contract, the City may, at any time or
from time to time, order additions, deletions, or revisions in the Work; these will be
authorized by Change Orders. Upon receipt of a Change Order, the Supplier shall
proceed with the work involved. Changes in the Contract Price shall be based on the Bid
Unit Prices
21. ENTIRE AGREEMENT. This instrument herein contains the entire and only agreement
between the parties and no oral statement or representation or prior written matter not
contained in this instrument shall have any force and effect. This Contract shall not be
modified in any way except by writing executed by both parties.
22. DISCRIMINATION. Supplier agrees to comply with Minnesota Statute 181.59 that
states:
Subsection A. That, in the hiring of common or skilled labor for the performance of any
work under any contract, or any subcontract, no Supplier, material supplier or vendor,
shall, by reason of race, creed, or color, discriminate against the person or persons who
are citizens of the United States or resident aliens who are qualified and available to
perform the work to which the employment relates;
Subsection B. That no Supplier, material supplier, or vendor, shall, in any manner,
discriminate against, or intimidate, or prevent the employment of any person or persons
identified in clause (1) of this section, or on being hired, prevent, or conspire to prevent
the person or persons from the performance of work under any contract on account of
race, creed, or color;
7
Subsection C. That a violation of this section is a misdemeanor; and
Subsection D. That this contract may be canceled or terminated by the state, county, city,
town, school board, or any other person authorized to grant the contracts for
employment, and all money due, or to become due under the contract, may be forfeited
for a second or any subsequent violation of the terms or conditions of this contract.
23. BACKGROUND CHECKS. The City may require criminal history background checks
of the Supplier’s employees for purposes of access to City facilities. The City reserves the
right to deny access to City facilities to those Suppliers or Supplier’s employees that it
deems inappropriate.
CITY OF LAKEVILLE SUPPLIER: DPC INDUSTRIES, INC.
BY: BY:
Douglas P. Anderson, Mayor
AND: ITS:
Charlene Friedges, City Clerk
CONTRACT FOR THE PURCHASE OF POTASSIUM ORTHOPHOSPHATE
THIS AGREEMENT made this 20th day of November 2017, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and CARUS CORPORATION, hereinafter
referred to as the “Supplier”.
THE CITY AND THE SUPPLIER, FOR THE CONSIDERATION HEREINAFTER
STATED, AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The scope of services is detailed in the Contract Documents but
generally consists of the purchase and delivery of Potassium Orthophosphate. The
Supplier agrees to perform the services as detailed in the Contract Documents.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as the
"Contract Documents", all of which shall be taken together as a whole as the contract
between the parties as if they were set verbatim and in full herein:
A. This document entitled “Contract for the Purchase of Potassium
Orthophosphate”.
B. Instructions to Bidders
C. Technical Specifications
D. Supplier’s Bid
If there is a conflict among the provisions of the Contract, the order in which they are listed
above shall control in resolving any such conflicts with Contract Document "A" having the
first priority and Contract Document "D" having the last priority.
3. OBLIGATIONS OF THE SUPPLIER. The Supplier agrees that the work contemplated by
the Contract shall be fully and satisfactorily completed in accordance with the terms of the
Contract Documents.
4. PAYMENT.
A. The City agrees to pay and the Supplier agrees to receive and accept payment in
accordance with the prices quoted as set forth in the completed Bid Form. Payment
to the Supplier shall be made monthly based on deliveries and submission and
approval of an invoice.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.25, Subd. 4a, the
Supplier must pay any subcontractor within ten (10) days of the Supplier’s receipt
of payment from the City for undisputed services provided by the subcontractor.
The Supplier must pay interest of 1½ percent per month or any part of a month to
the subcontractor on any undisputed amount not paid on time to the
2
subcontractor. The minimum monthly interest penalty payment for an unpaid
balance of $100.00 or more is $10.00. For an unpaid balance of less than $100.00,
the Supplier shall pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION.
A. The Supplier shall defend, indemnify, and hold harmless the City and its officials,
agents, representatives, and employees from any loss, claim, liability and expense
(including reasonable attorney’s fees and expenses of litigation) with respect to:
(a) Worker’s Compensation benefits payable on account of injury or death to any
Supplier employee or to any employee of Supplier’s subcontractors, where the
injury or death arises out of or is in any way related to the work performed or to
be performed under the Contract; (b) claims for personal injury, death, or
property damage or loss asserted by a Supplier or subcontractor or any of their
officers, agents, representatives, or employees where the injury, death, damage, or
loss arises out of or is in any way related to the work performed or to be
performed under the Contract; and (c) claims for personal injury, death, or
property damage or loss as asserted by third-parties at the work site, where the
claim is based in the whole or in any part on, or is in any way related to, any act or
omission by Supplier, or Supplier’s subcontractors, agents, employees or
delegates.
B. Supplier shall agree that the indemnities stated above shall be construed and
applied in favor of indemnification. To the extent permitted by law, the stated
indemnities shall apply regardless of any strict liability or negligence attributable
to the City and regardless of the extent to which the underlying harm is
attributable to the negligence or otherwise wrongful act or omission (including
breach of contract) of Supplier, its subcontractors, agents, employees or delegates.
Supplier also agrees that if applicable law limits or precludes any aspect of the
stated indemnities, then the indemnities will be considered limited only to the
extent necessary to comply with that applicable law. The stated indemnities
continue until all applicable statutes of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may require
Supplier to furnish a written acceptance of tender of defense and indemnity from
Supplier’s insurance company. Supplier will take the action required by City
within fifteen (15) days of receiving notice from City.
6. RIGHTS AND REMEDIES.
A. The duties and obligations imposed by the Contract Documents and the rights
and remedies available thereunder shall be in addition to and not a limitation of
any duties, obligations, rights and remedies otherwise imposed or available by law.
3
B. No action or failure to act by the City or the Supplier shall constitute a waiver of
any right or duty afforded by any of them under the Contract, nor shall any such
action or failure to act constitute an approval of or acquiescence in any breach
thereunder, except as may be specifically agreed in writing.
7. GOVERNING LAW. The Contract shall be governed by the laws of the State of
Minnesota.
8. INSURANCE. Prior to commencing work on the Contract, the Supplier shall furnish
the City a certificate of insurance. The Supplier shall furnish and maintain during the
project such public liability and property damage insurance as shall protect Supplier and
any subcontractors performing work covered by the Contract from claims for damages by
Workers Compensation Statute, and from claims for property damages or personal injury
which may arise from operations under this Contract, whether such operations are by
Supplier or by an subcontractor or anyone directly or indirectly employed by either of
them and the amounts of insurance shall be as follows:
Worker’s Compensation – as provided in the applicable law.
Employer’s Liability
Bodily Injury by Disease per employee - $500,000
Bodily Injury by Disease aggregate - $500,000
Bodily Injury by Accident - $500,000
Commercial General Liability
Personal Injury per occurrence - $2,000,000
Property Damage per occurrence - $2,000,000
The following coverages shall be included:
• Premises, Operations, Bodily Injury and Property Damage
• Personal and Advertising Injury
• Blanket and Contractual Liability
• Products and Completed Operations Liability
Pollution liability insurance:
Bodily Injury per occurrence: - $2,000,000
Property Damage per occurrence: - $2,000,000
Aggregate: - $2,000,000
Business Automobile Liability:
Combined single limit - $2,000,000
The following coverages shall be included:
• Owned/leased vehicles
4
• Non-owned vehicles
• Hired vehicles
Blanket contractual (hold harmless) protection; and fire, theft and vandalism
insurance, for the full value of all materials and equipment furnished by the
Bidder shall be provided until the complete contract is formally accepted.
All insurance policies (or riders) required by this Agreement shall:
Be taken out by the Provider and maintained with responsible insurance
companies organized under the laws of one of the states of the United States and
qualified to do business in the State of Minnesota,
Contain a provision that the insurer shall give thirty (30) days written notice of
cancellation or in the case of non-payment of premium, at least ten (10) days
written notice,
Name Provider as an insured party and City as an additional insured with respect
to General Liability, Auto Liability, and Pollution Liability policies on a primary
and non-contributory basis,
Be in accordance with specifications approved by the insurance advisory for City,
and
Be evidenced by a Certificate of Insurance listing City as an additional insured
which shall be filed with the city. Certificates of Insurance that do not meet these
requirements will not be accepted. Certificates of Insurance shall include the
policy endorsements showing the City named as additional insured on a primary
and non-contributory basis.
9. PERFORMANCE AND PAYMENT BONDS. Performance and payment bonds are not
required.
10. TERM. The term of this Contract shall begin on or about January 1, 2018 and end on
December 31, 2018, both dates inclusive, unless sooner terminated as hereinafter
provided.
11. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Supplier agree that the
Supplier shall furnish any and all supplies, equipment, and incidentals necessary for
Supplier’s performance of this Contract.
12. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right to
terminate Supplier at will immediately without cause at any time within the term of this
Contract. In the event of such termination, the City shall provide Supplier written notice
of termination and upon receipt of same, Supplier shall immediately cease and desist
Supplier’s provision of services under this Contract and City shall have no further
5
obligation under this Contract to pay any further compensation to Supplier except for
compensation due and owing for services prior to Supplier’s receipt of the written notice
of termination.
13. INDEPENDENT SUPPLIER. City and Supplier agree that Supplier, while engaged in
carrying out and complying with the terms and conditions of this Contract and the
provision of services thereunder, shall be considered at all times an independent Supplier
and not an officer, employee, or agent of the City. City and Supplier further agree that
Supplier shall not at any time or in any manner represent that Supplier or any of the
Supplier’s agents or employees are in any manner agents or employees of the City. City
and Supplier further agree that Supplier shall be exclusively responsible under this
Contract for Supplier’s own FICA payment, workers compensation payments,
unemployment compensation payments, withholding amounts, and/or self-employment
taxes or other taxes if any such payments, amounts, or taxes are required to be paid by
law or regulations.
14. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice or other
correspondence to be provided by or between the City and the Supplier in accordance
with this Contract shall be hand delivered or mailed by registered or certified mail to the
following address:
CITY: City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
SUPPLIER: Carus Corporation
315 Fifth Street
Peru IL 61354
15. WAIVER OF DEFAULT. Any waiver by City of a default under the provisions of this
Contract by Supplier shall not operate or be construed as a waiver of a subsequent default
by the Supplier. No waiver shall be valid unless in writing and signed by the Mayor and
the City Administrator on behalf of the City.
16. NO ASSIGNMENT OR SUBCONTRACTING. The City and Supplier agree that the
services to be rendered by the Supplier under this Contract are unique and personal.
Accordingly, the Supplier may not assign or subcontract out any of the Supplier’s rights
or any of the Supplier’s duties or obligations under this Contract.
17. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or any
application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or
provision to persons or circumstances other than those as to which it is held invalid or
6
unenforceable shall not be affected hereby and each term and provision of this Contract
shall be valid and be enforced to the fullest extent permitted by law.
18. DATA PRACTICES/RECORDS.
A. All data created, collected, received, maintained, or disseminated for any purpose in
the course of this Contract is governed by the Minnesota Government Data Practices
Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted
to implement the act, as well as federal regulations on data privacy.
B. All books, records, documents, and accounting procedures and practices of the
Supplier and its subcontractors, if any, relative to this Contract are subject to
examination by the City.
19. WARRANTY. The Supplier shall be held responsible for any and all defects in
workmanship, materials, and equipment which may develop in any part of the contracted
service, and upon proper notification by the City shall immediately replace, without cost to
the City, any such faulty part or parts and damage done by reason of the same in accordance
with the bid specifications.
20. CHANGE ORDERS. Without invalidating the Contract, the City may, at any time or
from time to time, order additions, deletions, or revisions in the Work; these will be
authorized by Change Orders. Upon receipt of a Change Order, the Supplier shall
proceed with the work involved. Changes in the Contract Price shall be based on the Bid
Unit Prices
21. ENTIRE AGREEMENT. This instrument herein contains the entire and only agreement
between the parties and no oral statement or representation or prior written matter not
contained in this instrument shall have any force and effect. This Contract shall not be
modified in any way except by writing executed by both parties.
22. DISCRIMINATION. Supplier agrees to comply with Minnesota Statute 181.59 that
states:
Subsection A. That, in the hiring of common or skilled labor for the performance of any
work under any contract, or any subcontract, no Supplier, material supplier or vendor,
shall, by reason of race, creed, or color, discriminate against the person or persons who
are citizens of the United States or resident aliens who are qualified and available to
perform the work to which the employment relates;
Subsection B. That no Supplier, material supplier, or vendor, shall, in any manner,
discriminate against, or intimidate, or prevent the employment of any person or persons
identified in clause (1) of this section, or on being hired, prevent, or conspire to prevent
the person or persons from the performance of work under any contract on account of
race, creed, or color;
7
Subsection C. That a violation of this section is a misdemeanor; and
Subsection D. That this contract may be canceled or terminated by the state, county, city,
town, school board, or any other person authorized to grant the contracts for
employment, and all money due, or to become due under the contract, may be forfeited
for a second or any subsequent violation of the terms or conditions of this contract.
23. BACKGROUND CHECKS. The City may require criminal history background checks
of the Supplier’s employees for purposes of access to City facilities. The City reserves the
right to deny access to City facilities to those Suppliers or Supplier’s employees that it
deems inappropriate.
CITY OF LAKEVILLE SUPPLIER: CARUS CORPORATION
BY: BY:
Douglas P. Anderson, Mayor
AND: ITS:
Charlene Friedges, City Clerk
CONTRACT FOR THE PURCHASE OF C HLORINE
THIS AGREEMENT made this 20th day of November 2017, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and HAWKINS, INC., hereinafter referred to
as the “Supplier”.
THE CITY AND THE SUPPLIER, FOR THE CONSIDERATION HEREINAFTER
STATED, AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The scope of services is detailed in the Contract Documents but
generally consists of the purchase and delivery of chlorine. The Supplier agrees to
perform the services as detailed in the Contract Documents.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as the
"Contract Documents", all of which shall be taken together as a whole as the contract
between the parties as if they were set verbatim and in full herein:
A. This document entitled “Contract for the Purchase of Chlorine”.
B. Instructions to Bidders
C. Technical Specifications
D. Supplier’s Bid
If there is a conflict among the provisions of the Contract, the order in which they are listed
above shall control in resolving any such conflicts with Contract Document "A" having the
first priority and Contract Document "D" having the last priority.
3. OBLIGATIONS OF THE SUPPLIER. The Supplier agrees that the work contemplated by
the Contract shall be fully and satisfactorily completed in accordance with the terms of the
Contract Documents.
4. PAYMENT.
A. The City agrees to pay and the Supplier agrees to receive and accept payment in
accordance with the prices quoted as set forth in the completed Bid Form. Payment
to the Supplier shall be made monthly based on deliveries and submission and
approval of an invoice.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.25, Subd. 4a, the
Supplier must pay any subcontractor within ten (10) days of the Supplier’s receipt
of payment from the City for undisputed services provided by the subcontractor.
The Supplier must pay interest of 1½ percent per month or any part of a month to
the subcontractor on any undisputed amount not paid on time to the
subcontractor. The minimum monthly interest penalty payment for an unpaid
2
balance of $100.00 or more is $10.00. For an unpaid balance of less than $100.00,
the Supplier shall pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION.
A. The Supplier shall defend, indemnify, and hold harmless the City and its officials,
agents, representatives, and employees from any loss, claim, liability and expense
(including reasonable attorney’s fees and expenses of litigation) with respect to:
(a) Worker’s Compensation benefits payable on account of injury or death to any
Supplier employee or to any employee of Supplier’s subcontractors, where the
injury or death arises out of or is in any way related to the work performed or to
be performed under the Contract; (b) claims for personal injury, death, or
property damage or loss asserted by a Supplier or subcontractor or any of their
officers, agents, representatives, or employees where the injury, death, damage, or
loss arises out of or is in any way related to the work performed or to be
performed under the Contract; and (c) claims for personal injury, death, or
property damage or loss as asserted by third-parties at the work site, where the
claim is based in the whole or in any part on, or is in any way related to, any act or
omission by Supplier, or Supplier’s subcontractors, agents, employees or
delegates.
B. Supplier shall agree that the indemnities stated above shall be construed and
applied in favor of indemnification. To the extent permitted by law, the stated
indemnities shall apply regardless of any strict liability or negligence attributable
to the City and regardless of the extent to which the underlying harm is
attributable to the negligence or otherwise wrongful act or omission (including
breach of contract) of Supplier, its subcontractors, agents, employees or delegates.
Supplier also agrees that if applicable law limits or precludes any aspect of the
stated indemnities, then the indemnities will be considered limited only to the
extent necessary to comply with that applicable law. The stated indemnities
continue until all applicable statutes of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may require
Supplier to furnish a written acceptance of tender of defense and indemnity from
Supplier’s insurance company. Supplier will take the action required by City
within fifteen (15) days of receiving notice from City.
6. RIGHTS AND REMEDIES.
A. The duties and obligations imposed by the Contract Documents and the rights
and remedies available thereunder shall be in addition to and not a limitation of
any duties, obligations, rights and remedies otherwise imposed or available by law.
3
B. No action or failure to act by the City or the Supplier shall constitute a waiver of
any right or duty afforded by any of them under the Contract, nor shall any such
action or failure to act constitute an approval of or acquiescence in any breach
thereunder, except as may be specifically agreed in writing.
7. GOVERNING LAW. The Contract shall be governed by the laws of the State of
Minnesota.
8. INSURANCE. Prior to commencing work on the Contract, the Supplier shall furnish
the City a certificate of insurance. The Supplier shall furnish and maintain during the
project such public liability and property damage insurance as shall protect Supplier and
any subcontractors performing work covered by the Contract from claims for damages by
Workers Compensation Statute, and from claims for property damages or personal injury
which may arise from operations under this Contract, whether such operations are by
Supplier or by an subcontractor or anyone directly or indirectly employed by either of
them and the amounts of insurance shall be as follows:
Worker’s Compensation – as provided in the applicable law.
Employer’s Liability
Bodily Injury by Disease per employee - $500,000
Bodily Injury by Disease aggregate - $500,000
Bodily Injury by Accident - $500,000
Commercial General Liability
Personal Injury per occurrence - $2,000,000
Property Damage per occurrence - $2,000,000
The following coverages shall be included:
• Premises, Operations, Bodily Injury and Property Damage
• Personal and Advertising Injury
• Blanket and Contractual Liability
• Products and Completed Operations Liability
Pollution liability insurance:
Bodily Injury per occurrence: - $2,000,000
Property Damage per occurrence: - $2,000,000
Aggregate: - $2,000,000
Business Automobile Liability:
Combined single limit - $2,000,000
The following coverages shall be included:
• Owned/leased vehicles
4
• Non-owned vehicles
• Hired vehicles
Blanket contractual (hold harmless) protection; and fire, theft and vandalism
insurance, for the full value of all materials and equipment furnished by the
Bidder shall be provided until the complete contract is formally accepted.
All insurance policies (or riders) required by this Agreement shall:
Be taken out by the Provider and maintained with responsible insurance
companies organized under the laws of one of the states of the United States and
qualified to do business in the State of Minnesota,
Contain a provision that the insurer shall give thirty (30) days written notice of
cancellation or in the case of non-payment of premium, at least ten (10) days
written notice,
Name Provider as an insured party and City as an additional insured with respect
to General Liability, Auto Liability, and Pollution Liability policies on a primary
and non-contributory basis,
Be in accordance with specifications approved by the insurance advisory for City,
and
Be evidenced by a Certificate of Insurance listing City as an additional insured
which shall be filed with the city. Certificates of Insurance that do not meet these
requirements will not be accepted. Certificates of Insurance shall include the
policy endorsements showing the City named as additional insured on a primary
and non-contributory basis.
9. PERFORMANCE AND PAYMENT BONDS. Performance and payment bonds are not
required.
10. TERM. The term of this Contract shall begin on or about January 1, 2018 and end on
December 31, 2018, both dates inclusive, unless sooner terminated as hereinafter
provided.
11. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Supplier agree that the
Supplier shall furnish any and all supplies, equipment, and incidentals necessary for
Supplier’s performance of this Contract.
12. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right to
terminate Supplier at will immediately without cause at any time within the term of this
Contract. In the event of such termination, the City shall provide Supplier written notice
of termination and upon receipt of same, Supplier shall immediately cease and desist
Supplier’s provision of services under this Contract and City shall have no further
5
obligation under this Contract to pay any further compensation to Supplier except for
compensation due and owing for services prior to Supplier’s receipt of the written notice
of termination.
13. INDEPENDENT SUPPLIER. City and Supplier agree that Supplier, while engaged in
carrying out and complying with the terms and conditions of this Contract and the
provision of services thereunder, shall be considered at all times an independent Supplier
and not an officer, employee, or agent of the City. City and Supplier further agree that
Supplier shall not at any time or in any manner represent that Supplier or any of the
Supplier’s agents or employees are in any manner agents or employees of the City. City
and Supplier further agree that Supplier shall be exclusively responsible under this
Contract for Supplier’s own FICA payment, workers compensation payments,
unemployment compensation payments, withholding amounts, and/or self-employment
taxes or other taxes if any such payments, amounts, or taxes are required to be paid by
law or regulations.
14. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice or other
correspondence to be provided by or between the City and the Supplier in accordance
with this Contract shall be hand delivered or mailed by registered or certified mail to the
following address:
CITY: City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
SUPPLIER: Hawkins, Inc.
2381 Rosegate
Roseville MN 55113
15. WAIVER OF DEFAULT. Any waiver by City of a default under the provisions of this
Contract by Supplier shall not operate or be construed as a waiver of a subsequent default
by the Supplier. No waiver shall be valid unless in writing and signed by the Mayor and
the City Administrator on behalf of the City.
16. NO ASSIGNMENT OR SUBCONTRACTING. The City and Supplier agree that the
services to be rendered by the Supplier under this Contract are unique and personal.
Accordingly, the Supplier may not assign or subcontract out any of the Supplier’s rights
or any of the Supplier’s duties or obligations under this Contract.
17. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or any
application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or
provision to persons or circumstances other than those as to which it is held invalid or
6
unenforceable shall not be affected hereby and each term and provision of this Contract
shall be valid and be enforced to the fullest extent permitted by law.
18. DATA PRACTICES/RECORDS.
A. All data created, collected, received, maintained, or disseminated for any purpose in
the course of this Contract is governed by the Minnesota Government Data Practices
Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted
to implement the act, as well as federal regulations on data privacy.
B. All books, records, documents, and accounting procedures and practices of the
Supplier and its subcontractors, if any, relative to this Contract are subject to
examination by the City.
19. WARRANTY. The Supplier shall be held responsible for any and all defects in
workmanship, materials, and equipment which may develop in any part of the contracted
service, and upon proper notification by the City shall immediately replace, without cost to
the City, any such faulty part or parts and damage done by reason of the same in accordance
with the bid specifications.
20. CHANGE ORDERS. Without invalidating the Contract, the City may, at any time or
from time to time, order additions, deletions, or revisions in the Work; these will be
authorized by Change Orders. Upon receipt of a Change Order, the Supplier shall
proceed with the work involved. Changes in the Contract Price shall be based on the Bid
Unit Prices
21. ENTIRE AGREEMENT. This instrument herein contains the entire and only agreement
between the parties and no oral statement or representation or prior written matter not
contained in this instrument shall have any force and effect. This Contract shall not be
modified in any way except by writing executed by both parties.
22. DISCRIMINATION. Supplier agrees to comply with Minnesota Statute 181.59 that
states:
Subsection A. That, in the hiring of common or skilled labor for the performance of any
work under any contract, or any subcontract, no Supplier, material supplier or vendor,
shall, by reason of race, creed, or color, discriminate against the person or persons who
are citizens of the United States or resident aliens who are qualified and available to
perform the work to which the employment relates;
Subsection B. That no Supplier, material supplier, or vendor, shall, in any manner,
discriminate against, or intimidate, or prevent the employment of any person or persons
identified in clause (1) of this section, or on being hired, prevent, or conspire to prevent
the person or persons from the performance of work under any contract on account of
race, creed, or color;
7
Subsection C. That a violation of this section is a misdemeanor; and
Subsection D. That this contract may be canceled or terminated by the state, county, city,
town, school board, or any other person authorized to grant the contracts for
employment, and all money due, or to become due under the contract, may be forfeited
for a second or any subsequent violation of the terms or conditions of this contract.
23. BACKGROUND CHECKS. The City may require criminal history background checks
of the Supplier’s employees for purposes of access to City facilities. The City reserves the
right to deny access to City facilities to those Suppliers or Supplier’s employees that it
deems inappropriate.
CITY OF LAKEVILLE SUPPLIER: HAWKINS, INC.
BY: BY:
Douglas P. Anderson, Mayor
AND: ITS:
Charlene Friedges, City Clerk