Loading...
Signed Contract_Hawkings Inc. for Eagle Point Water Plant Sodium HypochloriteCity of Dubuque City Council Meeting Consent Items # 010. Copyrighted October 3, 2022 ITEM TITLE: Signed Contract(s) SUMMARY: Dubuque Community School District for School Resource Officers for School Year 2022-2023; Dubuque Community School District for Drug Abuse Resistance Education Cooperative Program from School Year 2022-2023; Experienced Roofing for the Municipal Services Center Roof Repair; Gavilon Grain, LLC for salt transfer and handling services; Graymont Western Lime, Inc. for the Eagle Point Water Plant High Calcium Quicklime; Hawkins Inc. for the Eagle Point Water Plant Sodium Hypochlorite; James Orr Coating I nspection, LLC for multiple water tank inspections; MSA Professional Services, Inc. for the Briarwood Subdivision Water Connection; W/K Construction for the 2022 Asphalt Milling Project - Project Number 2022-6. SUGGESTED Suggested Disposition: Receive and File DISPOSITION: ATTACHMENTS: Description Type Drug Abuse Resistance Education Cooperative Supporting Documentation Program from School Year 2022-2023 Contract School Resource Officers for School Year 2022-2023 Supporting Documentation Contract Municipal Services Center Roof Repair Contract Supporting Documentation Salt Transfer and Handling Services Contract Supporting Documentation Eagle Point Water Plant High Calcium Quicklime Supporting Documentation Project Eagle Point Water Plant Sodium Hypochlorite Contract Supporting Documentation Multiple Water Tank Inspections Contract Supporting Documentation Briarwood Subdivision Water Connection Contract Supporting Documentation 2022 Asphalt Milling Project Contract Supporting Documentation THE CITY OF DUB & E Masterpiece on the Mississippi CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT City of Dubuque Water Department Eagle Point Water Plant 1902 Hawthorne Street Dubuque, IA 52001 (563) 589-4291 THIS VENDOR SERVICE AGREEMENT (the "Contract"), between the City of Dubuque, Iowa (the "City"), by its City Manager, through authority conferred upon the City Manager by its City Council and HAWKINS INC. (the "Vendor") of (Vendor Name) 2381 ROSEGATE. ROSEVILLE. MN 55113 (Vendor Address - City and State) TITLE: EAGLE POINT WATER PLANT SODIUM HYPOCHLORITE For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the supply, delivery, and testing of SODIUM HYPOCHLORITE to the City of Dubuque EAGLE POINT WATER TREATMENT PLANT (the "Work"). The Work described above shall be completed at the following location(s): EAGLE POINT WATER TREATMENT PLANT The Work shall be completed in strict accordance with the terms as described in this Contract, in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, and in accordance with the Request for Proposal ("RFP") Documents, the provisions and documents of which are each and all hereby referred to and made a part of this Contract just as much as if the detailed statements thereof were repeated herein. Page 1 of 5 2. "Contract Documents" shall mean and include the following: • This Contract; • All ordinances and resolutions heretofore adopted by the City Council having to do with or in any way pertaining to this Work; • The Vendor's Proposal; and • Any Specifications or General Requirements as adopted the Work and listed in the Special Conditions section of this Contract. 3. All materials used by the Vendor on this Work shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work deemed unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the Work description described in Section 1 of this Contract and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location, or other conditions surrounding the same. 6. The term of the Contract shall be September 19, 2022, through September 19, 2023. The Contract may be extended by written mutual agreement by the City and the Vendor. No price escalation will be allowed during the initial term of the Contract. If it is mutually decided to renew beyond the initial period and the Vendor requests a price increase, the Vendor shall provide sufficient written certification and documentation to substantiate the request. Any price increase will be at the sole discretion of the City. 7. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, Vendor shall defend, indemnify, and hold harmless the City, its officers, its employees, and its volunteers from and against all claims, damages, losses and, expenses claimed by third parties (but not including any claims, damages, losses, or expenses of the parties to this Contract), including but not limited to attorneys' fees, arising out of or resulting from the performance or non-performance of any part of this Contract, provided that such claim, damages, loss, or expense is attributable to bodily injury, sickness, disease, death, or injury to or destruction of property, including loss of use resulting therefrom, caused in whole or in part by any reckless, intentional, or negligent act or omission of Vendor, or anyone directly or indirectly employed by Vendor or anyone for whose acts Vendor may be liable, regardless of whether such claim, damage, loss, or expense is caused in part by a party indemnified hereunder. 8. Unless otherwise specified in the Contract Documents, prior to the commencement of any work on this Work and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule attached to this Contract and listed in the Special Conditions section. Page 2 of 5 9. The Vendor agrees that no work under this Contract shall commence on the Work until the City has issued a written "Notice to Proceed" to the Vendor. Any work started by the Vendor prior the issuance of the Notice to Proceed shall be considered unauthorized and done at the sole risk to the Vendor. 10. The City of Dubuque, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby requires that the Vendor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, gender identity, national origin, age, or disability and shall affirmatively ensure that in any subcontract entered into pursuant to this Contract, minority business enterprises will be afforded fully opportunity to submit bids and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. THE CITY AGREES: Upon the agreed to work performed under this Contract, and the acceptance of the Work by the City Manager, the City agrees to pay the Vendor as stipulated in the contract documents for complete performance of this Contract, at the prices stated in the Vendor's Proposal in these Contract Documents. The work as stated in the Contract Documents is approximate only, and the actual payment shall be made for the actual work completed, measured, and invoiced. PRICE PER GALLON OF SODIUM HYPOCHLORITE $ 2.37 *SEE SPECIAL CONDITIONS $ 2.60/gallon for 2,800-3,500 gal CITY OF DUBUQUE, IOWA VENDOR Date: 09/26/2022 Date: By: kL41. Micha I C. Van Milligen Company Name City Manager sn� && Signature Printed Name Title Page 3 of 5 VENDOR ACKNOWLEDGEMENT OF ATTACHED SPECIAL CONDITIONS ,U �e& Signature Printed Name Title Page 4 of 5 I ne toliowina SDecial Lonaitions Snail aDDIV to tnis vvorK: 1. ATTACHED BID SUBMITTAL FORM DATED 9-14-2022 CONFIRMING SHORT LOAD PRICING OF $2.60/GAL 2. INSURANCE SCHEDULE G Page 5 of 5 September 14, 2022 MAWS QUOTATION FOR CITY OF DUBUQUE EAGLE POINT WATER PLANT ITEM: VERTEX CSS-12, Sodium Hypochlorite Solution; CONTRACT PERIOD: One year from date of award; ESTIMATED VOLUME: 45,000 gallons annually; MINIMUM QUANTITY: 2,800 gallons per delivery; UNIT PRICE: $2.37/ gallon, 4,400 + gallons delivered; $2.60/gallon, 2,800 — 3,500 gallons delivered; PRICE PROTECTION: Firm for contract period; Hawkins, Inc. 2381 Rosegate Roseville, MN 55113 Phone: (612) 331-6910 Fax: (612) 331-5304 DEMURRAGE: One and one half (1%) hours free unloading; over one and one half (1%) hours billed at $70.00/hour in quarter hour increments; HOLIDAYS/SUNDAYS: N/A; FUEL SURCHARGE: Waived; TAXES: Will be charged unless exemption certificate furnished; TERMS: Net 30 days from the date of invoice; LEAD TIME: 5 days normal; sooner in emergencies; SHIPPING MODE: Hawkins tankers; SSHE PROVISIONS: MSDS and Specification Sheets enclosed. Additional safety, security, health and environmental instructions are available without charge upon request. Please contact your Account Manager for details regarding on -site training by Hawkins technical personnel; VALIDITY PERIOD: This quote is valid for 60 days; thereafter, please contact Hawkins for an updated quote. City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers) INSURANCE SCHEDULE G 1. Vendor shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to the contract commencement. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Insurance Division or an equivalent. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Vendor Service Agreement dated 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. The service provider shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. Failure to provide the required minimum coverage shall not be deemed a waiver of such requirements by the City of Dubuque. 5. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is referenced the current edition of the form must be used unless an equivalent form is approved by the Director of Finance and Budget. The service provider must identify or list in writing all deviations and exclusions from the ISO form. 8. If vendor's limits of liability are higher than the required minimum limits then the vendor's limits shall be this agreement's required limits. 9. Vendor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Vendor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Vendor. 10. Vendor shall be responsible for deductibles/self-insured retention for payment of all policy premiums and other costs associated with the insurance policies required below. 11. All certificates of insurance must include agents name, phone number, and email address. 12. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 13. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to mutual agreement of the parties. Page 1 of 5 Schedule G Vendors September 2022 City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers) INSURANCE SCHEDULE G (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or Business owners form BP 00 02, shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit." 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10 (Ongoing operations) or its equivalent. 6) Policy shall include Waiver of Right to Recover from Others endorsement. 7) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Coverage B limits shall be greater if required by the umbrella/excess insurer. OR If, by Iowa Code Section 85.1A, the Vendor is not required to purchase Workers' Compensation Insurance, the Vendor shall have a copy of the State's Nonelection of Page 2 of 5 Schedule G Vendors September 2022 City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers) Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. INSURANCE SCHEDULE G (continued) C) POLLUTION LIABILITY Coverage required: _ Yes _ No Pollution liability coverage shall be required if the lessee, contracting party, or permittee has any pollution exposure for abatement of hazardous or contaminated materials including, but not limited to, petroleum products, the removal of lead, asbestos, or PCBs. Pollution product and completed operations coverage shall also be covered. Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37(competed operations). 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non-contributory. 6) Policy shall include waiver of right to recovery from others endorsement. D) PROFESSIONAL LIABILITY $1,000,000 Coverage required: _ Yes _ No If the required policy provides claims -made coverage: 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or services. 3) If coverage is canceled or non -renewed and not replaced with another claims - made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide "extended reporting" coverage for a minimum of five (5) years after completion of the work or services. E) CYBER LIABILITY/BREACH $1,000,000 Coverage required: _ Yes _ No Coverage for First and Third Party liability including but not limited to lost data and restoration, loss of income and cyber breach of information. F) UMBRELLA/EXCESS $1,000,000 Coverage required: Yes No Page 3 of 5 Schedule G Vendors September 2022 City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers) The General Liability, Automobile Liability and Workers Compensation Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non- contributory in favor of the City. Page 4 of 5 Schedule G Vendors September 2022 City of Dubuque Insurance Requirements for Vendors (Suppliers, Service Providers) Please be aware that naming the City of Dubuque as an additional insured as is required by this Insurance Schedule may result in the waiver of the City's governmental immunities provided in Iowa Code sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent form. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 5 of 5 Schedule G Vendors September 2022