HomeMy WebLinkAbout2024-01-09 - AGENDA REPORTS - POOL CHEMICAL CONTRO
Agenda Item: 9
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: TAA,/�
DATE: January 9, 2024
SUBJECT: POOL CHEMICALS CONTRACT
DEPARTMENT: Recreation and Community Services
PRESENTER: Lance O'Keefe
RECOMMENDED ACTION
City Council:
1. Award a 17-month contract to HASA, Inc., for pool chemicals and delivery through June 30,
2025, in an amount not to exceed $534,316, and authorize a contingency of $53,432, for a
total contract not to exceed $587,748.
2. Appropriate ongoing funds in the amount of $246,762 from the General Fund balance (Fund
100) to expenditure account 1005104-516101 beginning February 1, 2024.
3. Authorize the City Manager, or designee, to execute up to three annual renewal options for
the contract with HASA, Inc., beginning FY 2025-26 not to exceed $377,165, plus a
contingency in the amount of $37,717, plus Consumer Price Index adjustments, contingent
upon the appropriation of funds by the City Council in the annual budget for such Fiscal
Year.
4. Authorize the City Manager, or designee, to execute all contracts and associated documents,
and execute renewals, in accordance with the terms provided herein, subject to City Attorney
approval.
BACKGROUND
The City of Santa Clarita (City) currently operates and programs six aquatic facilities, which
include five park pools and the Santa Clarita Aquatic Center. In 2024, the Valencia Community
Center (VCC) will be open for public use, including the City's first indoor pool. In order to
safely and legally operate the seven facilities, various pool chemicals are required to maintain
proper water balance and to meet sanitation standards and requirements set by the Los Angeles
County Department of Health.
Page 1
Packet Pg. 69
O
An invitation to bid was prepared and advertised through the City's e-procurement platform,
BidNet, to supply pool chemicals for all City pools. Two bids were submitted and opened on
December 14. The results of the bids are shown below.
Vendor
Location
Waterline Technologies, Inc. Santa Ana, CA
HASA, Inc. Saugus, CA
Cost
$ 534,316
$ 538,146
The City's "In Support of Santa Clarita Businesses" ordinance allows local vendors who are
within 10 percent to match the lowest price. The lowest responsible, responsive bidder is
Waterline Technologies, Inc. HASA, Inc., a local business whose bid is within the 10%
threshold, has agreed to match their bid of $534,316.
Staff recommends the project be awarded to HASA, Inc. The bid was reviewed for accuracy and
conformance to the contract documents and was found to be complete. Staff has determined
awarding to a single vendor will provide for the timely delivery of all necessary pool chemicals
and is consistent with the City's Aquatics operational best management practices.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Upon approval of the recommended action, $246,762 will be added beginning February 1, 2024,
to the existing base budget of $168,119 in expenditure account 1005104-516101 for a total
amount of $414,881.
ATTACHMENTS
HASA, Inc., Bid Submittal (available in the City Clerk's Reading File)
Page 2
Packet Pg. 70
r
�¥
� � =
l¥,Te
=:R ®
�■± 4.
J
City Pool Chemical Services
REBID
BID #RC-3-420
TABLE OF CONTENTS
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
SECTION A
BID INSTRUCTIONS
NOTICE INVITING BIDS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
SECTION C
PROPOSAL FORM
BID SCHEDULE
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
DESIGNATION OF SUBCONTRACTORS
REFERENCES
ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK
SECTION C
SAMPLE PROCUREMENT FOR GOODS AGREEMENT
SECTION A
Bid Instructions
BID INSTRUCTIONS
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
1. SUBMITTING BIDS.
1.1. The bid response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications, (uploaded via BidNet).
1.2. Pricing must be entered into line items section of BidNet. All documentation of unit pricing or
other cost breakdowns as outlined in this bid shall be submitted to support the total bid price.
All bid amounts will be deemed to include any applicable taxes (Sales Tax, Use Tax, or any other
tax). In the case of any pricing entered elsewhere that conflicts with what is entered on BidNet,
the numbers entered on BidNet shall govern.
1.3. Bids/corrections received after the closing time will not be accepted. The City will not be
responsible for bids not properly or timely, uploaded. Upon award, all submissions become a
matter of public record.
2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. All
addenda will be issued through the BidNet platform, and it is the bidder's responsibility to monitor
BidNet for release of the addenda prior to submission of the quote to make certain the package is
complete and all required addenda are included. All official information and guidance will be provided
as part of this solicitation or written addenda and bidders are cautioned against relying on verbal
information in preparation of the bid response. Addenda must be digitally acknowledged through
BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed
and submitted with the quote response, the bid may be deemed non -responsive and rejected.
3. AWARDS.
1.1. The City reserves the right waive any informality in any bid.
1.2. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses)
unless this bid is identified as public works, a professional services, or is federally funded.
1.3. Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest
total cost to the City to acquire the goods and/or services resulting from this solicitation.
1.4. The City may make an award based on partial items unless the bid submitted is marked "All or
none." Where detailed specifications and/or standards are provided the City considers them to
be material and may accept or reject deviations. The results of the bid will be posted on BidNet,
normally within 24 hours.
4. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
4.1. In the bid documents, the use of the name of a manufacturer, or any specific brand or make, in
describing any item contained in the solicitation document does not restrict vendors to the
manufacturer or specific article. This means is being used simply to indicate a quality and utility
of the article desired; but the goods on which bids are submitted must in all cases be equal in
quality and utility to those referred to. This exception applies solely to the material items in
question and does not supersede any other specifications or requirements cited.
4.2. Materials differing from stated specifications may be considered, provided such differences are
clearly noted and described. The City shall make the final determination of compliance with the
specifications.
4.3. If bidding with an alternative or equivalent product, provide the cut sheet/spec sheet or detailed
product description for the proposed product via the Bid Net Q&A section prior to the last day for
questions. For each product proposed documentation provided must include a description
reflecting the characteristics and level of quality that will satisfy the salient physical, functional,
or performance characteristics of "equal" products specified in the solicitation. The proposal
must also clearly identify the item by brand name (if any), and make/model number. In addition,
the proposal may include descriptive literature such as illustrations, drawings, or a clear
reference to previously furnished descriptive data or information available to the City, and clearly
describe any modifications the offeror plans to make in a product to make it conform to the
solicitation requirements.
4.4. The City has the option of accepting or rejecting any alternative or equivalent product. Exception
is made on those items wherein identical supply has been determined a necessity and the
notation NO SUBSTITUTE has been used in the specification section.
5. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of
exception to this clause in vendor's response will be considered agreement. However, the City of
Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not
obligated or liable for any action or debts that may arise out of such independently negotiated "piggy-
back" procurements.
6. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user
division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order.
7. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
Rec & CS - Recreation & Community Services
ATTN: Pete McJunkin
23920 Valencia Boulevard
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
8. PREPARATION. All bids must be submitted via BidNet. All forms must be uploaded as laid out in the
BidNet General Attachments Section. Errors may be crossed out and corrected in ink, then initialed
in ink by the person signing the proposal.
9. REJECTION. The City reserves the right to reject any or all bids and to waive any informality in any
quote. The City may reject the bid of any vendor who has previously failed to perform properly, or
complete on time, contracts of a similar nature, or to reject the quote of a vendor who is not in a
position to perform such a contract satisfactorily. The City may reject the bid of any vendor who is in
default of the payment of taxes, licenses or other monies due to the City of Santa Clarita.
10. RENEWAL AND PRICING ADJUSTMENT. The initial contract term is 17 months, beginning in February
1, 2024 through June 30, 2025. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to three times, at a term of 12 months each. If not otherwise stated, the
contract may be renewed if the new pricing of the contract does not change more than the Consumer
Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange
county area and prevailing wage rates, if applicable. The index level for the month preceding the
month of solicitation advertisement will become the beginning index. The price adjustment limit will
be the percentage change based on the difference between the beginning level or the adjustment
level last used and the index level for the period 90 days prior to the award anniversary. The final
adjusted amount will be determined by Purchasing staff. If a price adjustment is not requested prior
to the award anniversary date, the previous year's rates will apply. Proposer shall honor proposal
prices for 120 days or for the stated contract period, whichever is longer.
11. SUBCONTRACTORS. For all projects, the vendor must list any subcontractors/subconsultants that will
be used, the work to be performed by them, and total number of hours or percentage of time they
will spend on the project.
Each proposer must submit with their proposal the following:
• The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or
legibly printed.
• The address of each firm.
• The telephone number at the place of business.
• Work to be performed by each subcontracting firm.
• Total approximate dollar amount of each subcontract.
Copies of subcontracts will be provided to the City Engineer upon their request.
12. TERMINATION. The City may terminate any purchase, service or contract with or without cause either
verbally or in writing at any time without penalty.
The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet.
CITY OF SANTA CLARITA NOTICE INVITING BIDS
Project Name: City Pool Chemical Services REBID
BID #: RCS-23-24-20
Bid Closing: December 14, 2023 at 11:00 AM (PT)
Last Day for Questions: December 8, 2023
Project Description: The City of Santa Clarita is soliciting bids for pool chemicals to be used
at various aquatic locations within the City.
Bond Requirements: No
Contact Information: Mariela Delgado 1 (661) 286-4066 1 MDELGADO@santa-clarita.com
Specifications for this bid may be downloaded from the City's Purchasing website at:
www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and bid
requirements. The specifications in this notice shall be considered a part of any contract made pursuant
thereto. A paper copy of the bid documents is available upon request in the City Clerk's office, suite 120.
Bid Questions should be submitted electronically via BidNet "Question and Answer" tab.
Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged
via BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed
and submitted with the bid proposal, the bid may be deemed non -responsive and rejected.
Dates Published: December 4, 2023
DOCUMENT CHECKLIST
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
The following documents must be completed and submitted by the bidder as per the outlined
timeframes.
The following documents must be provided by ALL bidders:
Uploaded via BidNet (see Section C)
❑ Proposal Form
❑ Bid Schedule
❑ Notice to Bidders Regarding Contractual Requirements
❑ Designation of Subcontractors
❑ References
❑ Acknowledgement and Acceptance of Scope of Work
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
The following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn: Pete McJunkin
❑ Procurement for Goods Agreement
❑ Insurance Required by Contract
❑ W-9 Form
SECTION B
Solicitation Information
1.
2.
3.
SCOPE OF WORK
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
The City of Santa Clarita is soliciting bids for pool chemicals to be used at various aquatic locations
within the City. The quantity listed below is only an estimate of the quantity that will be required
through the initial term of the contract and does not constitute a commitment or a guaranteed
order quantity.
Safety Data Sheets are required for ALL products delivered with first delivery of each chemical.
Chemicals are required year-round with the following approximate frequency:
SEASON
Summer (mid -June to mid -Sept)
Fall (mid -Sept to Nov)
Winter (Dec to March)
Spring (April to mid -June)
DELIVERY FREQUENCY
Weekly @ 6 pools. Deliveries to be made weekly on
Mondays.
Weekly @ 1 pool, will call as needed @ 5 pools
Weekly @ 1 pool, will call as needed @ 5 pools
Weekly @ 1 pool, will call as needed @ 5 pools
*The Aquatic Center may require as many as two deliveries weekly, June through
September; and one weekly, September through June.
Chemicals are to be delivered to the following 7 locations, as needed:
NEWHALL POOL
24907 Newhall Avenue
Newhall, CA 91321
(661) 799-1050
SANTA CLARITA POOL
27285 Seco Canyon Road
Saugus, CA 91350
(661) 284-1470
VALENCIA MEADOWS POOL
25671 Fedala Road
Valencia, CA 91355
(661) 284-1464
VALENCIA COMMUNITY CENTER
26147 McBean Parkway
Valencia, CA 91355
NORTH OAKS POOL
27824 N. Camp Plenty Road.
Canyon Country, CA 91351
(661) 290-2275
VALENCIA GLEN POOL
23750 Via Gavola
Valencia, CA 91355
(661) 284-1467
AQUATIC CENTER
20850 Centre Pointe Parkway
Santa Clarita, CA 91350
(661) 250-3782
4. Delivery times are Monday through Friday, anytime between 8:30 a.m. and 7:00 p.m.
5.
6.
7.
8.
Driver must carry keys. The Pools are not staffed year-round to allow access.
The maximum time between a call for delivery and actual delivery should be no more than 2
working days.
Orders to be placed by Pete McJunkin, Nolan Cochran and Giancarlo Motta.
Contact phone numbers: Pete McJunkin (661) 250-3781, Nolan Cochran (661) 250-3764,
Giancarlo Motta (661) 250-3771.
Chemical requirement descriptions:
CHEMICAL
a. Sodium Hypochlorite
common name —Chlorine 10-15%
b. Sodium Hypochlorite
common name —Chlorine 10-15%
c. Hydrochloric Acid (50%)
common name — Muriatic Acid
formula — HCL
d. Hydrochloric Acid
common name — Muriatic Acid
formula — HCI
e. Sodium Bicarbonate
common name — Baking Soda
formula — NaHCO3
APPROXIMATE AMOUNTS (17 month supply)
120,000 gallons (bulk delivery only)
320 gallons (in 4x1 cases)
27,000 gallons (bulk delivery)
3,100 gallons (in 4x1 cases)
60,000 pounds (50 lb. bags only)
f. Sodium Thiosulfate 500 pounds (50 lb. bags or smaller)
g. Soda Ash 400 pounds (50 lb. bags only)
h. Calcium HypoChlorite 1000 pounds (100 lb. containers)
Common name — Dry Chlorine
Powder
i. Calcium HypoChlorite Tablets 500 pounds (50 lb. containers)
Common name — Dry Chlorine
tablets
9. The bulk tank capacity at each pool site is as follows:
a. Newhall: 2 tanks @ 500 gallons (chlorine) and 350 gallons (acid)
b. North Oaks: 2 tanks @ 500 gallons (chlorine) and 350 gallons (acid)
c. Santa Clarita:
d. Valencia Community Center
e. Valencia Glen:
f. Valencia Meadows:
g. Aquatic Center:
2 tanks @ 500 gallons (chlorine) and 350 gallons (acid)
2 tanks @ 150 gallons (chlorine) and 150 gallons (acid)
2 tanks @ 500 gallons (chlorine) and 150 gallons (acid)
2 tanks @ 500 gallons (chlorine) and 150 gallons (acid)
2 tanks @ 1000 gallons (chlorine)
1 tank @ 600 gallons (bulk acid)
10. The average amount of Sodium Hypochlorite delivered at one time varies with the
season and the weather. Summer weekly fill ups may range from 70% to 100% of the
capacity. The fall bi-weekly may be nearly the same, but it is difficult to determine due to
weather and usage.
11. The Hydrochloric Acid and Sodium Hypochlorite 4x1 cases must be returnable.
12. The approximate distances from the truck access area to the area that the tanks are located are
as follows:
Newhall: 60 feet
North Oaks: 60 feet
Santa Clarita: 40 feet
Valencia Glen: 60 feet
Valencia Meadows: 30 feet
Aquatic Center: 10 feet
Valencia Community Center: 200 feet
13. Vendor must comply with all DOT safety regulations.
14. Vendor's delivery service must comply with OSHA and City Safety Standards including, but not
limited to:
a. individuals use of safety gear
b. indirect vented chemical safety goggles
c. respiratory protection
d. aprons or full chemical resistant body suits
e. footwear protection against chemical splash
15. Chemical vat fittings necessary for successful delivery will be determined after the bid is awarded.
16. At time of delivery, vendor delivery personnel will place orange cones around areas where
delivery lines run through sidewalks, driveways, or any public access area, to warn the public
of possible danger of pressurized delivery lines or trip hazards.
17. The initial contract term is 17 months and set to start February 1, 2024 through June 30, 2025,
with the option of three annual renewals.
SECTION C
Bid Submittal Forms
PROPOSAL FORM
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
TO THE CITY OF SANTA CLARITA, AS CITY:
In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials,
equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications,
and contract documents therefore, and to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees
to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER
understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of
the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE
are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the
actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE
AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or
lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of
discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the date of
the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become
the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void.
Company Name:
Company Address:
Phone:
Email:
By:
Print Name
Title:
Signature:
Date:
BID SCHEDULE
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
Fill out this form completely and submit with the bid response. Line item pricing must be entered on
BidNet. In the event any mathematical discrepancies are found, please refer to Section A, Bid
Instructions.
The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY.
The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the
entire bid item if they are found not required by the Agency during the course of the construction, or add
new bid items or scope of work by Contract Change Order at any time during the project up to the last
contract working day.
The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the
contract up to the last contract working day.
ITEM
DESCRIPTION
UNIT
CITY.
UNIT PRICE
TOTAL
1
Sodium Hypochlorite - 120,000 gallons
Gallon
120,000
$
(bulk delivery only)
$
2
Sodium Hypochlorite - 320 gallons
Case
80
$
(in 4x1 cases)
$
3
Hydrochloric Acid (50%) - (bulk
Gallon
27,000
$
delivery)
$
Hydrochloric Acid - 3,100 gallons
4
(in 4x1 cases)
Case
775
$
$
5
Sodium Bicarbonate - 60,000 pounds
Bag
1200
$
(50 lb. bags only)
$
6
Sodium Thiosulfate - 500 pounds
Bag
10
$
(50 lb. bags or smaller)
$
Soda Ash - 400 pounds
7
(50 lb. bags only)
Bag
8
$
$
8
Calcium Hypochlorite - 1000 pounds
Container
10
$
(100 lb. containers)
$
9
Calcium Hypochlorite Tablets - 500 pounds
Container
10
$
(50 lb. containers)
$
10
Delivery
Lump -Sum
1
$
$
11
Sales Tax 9.5%
Lump -Sum
1
$
$
GRANDTOTAL:
$
TOTAL BASE BID AMOUNT IN WORDS:
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
1. These are the Indemnity and Insurance Requirements for Contractors providing services or
supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a bid, you
verify that you comply with and agree to be bound by these requirements. If any additional
Contract documents are executed, the actual Indemnity language and Insurance Requirements
may include additional provisions as deemed appropriate by City's Purchasing Agent. Please refer
to sample contract included for specific and additional provisions.
2. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement.
These are the minimum required and do not in any way represent or imply that such coverage is
sufficient to adequately cover the Contractor's liability under this agreement. The full coverage
and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these
Insurance Requirements shall not in any way act to reduce coverage that is broader or includes
higher limits than those required. The Insurance obligations under this agreement shall be: 1—all
the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum
Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds
in excess of the specified minimum limits and coverage required, which are applicable to a given
loss, shall be available to City.
3. Contractor shall furnish the City with original Certificates of Insurance including all required
amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL
policy listing all policy endorsements to City before work begins. City reserves the right to require
full -certified copies of all Insurance coverage and endorsements.
I. INDEMNIFICATION:
Contractor agrees to indemnify and hold City harmless from and against any claim, action, damages, costs
(including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this
Agreement by Contractor. Should City be named in any suit, or should any claim be brought against it by
suit or otherwise, arising out of performance by Consultant of services rendered pursuant to this
Agreement, Contractor will defend City (at City request and with counsel satisfactory to City) and will
indemnify City for any judgment rendered against it or any sums paid out in settlement or costs incurred
in defense otherwise.
II. INSURANCE
General Insurance Requirements
1. All insurance shall be primary insurance and shall name City of Santa Clarita as an additional
insured. The naming of an additional insured shall not affect any recovery to which such
additional insured would be entitled under the policy if not named as an additional insured, and
an additional insured shall not be held liable for any premium or expense of any nature on the
policy or any extension thereof solely because they are an additional insured thereon.
2. If the operation under this Agreement results in an increased or decreased risk in the opinion of
the City's Purchasing Agent, then Contractor agrees that the minimum limits hereinabove
designated shall be changed accordingly upon written request by the Purchasing Agent.
3. Contractor agrees that provisions of this Section as to maintenance of insurance shall not be
construed as limiting in any way the extent to which Contractor may be held responsible for the
payment of damages to persons or property resulting from Contractor's activities, the activities
of its subconsultants, or the activities of any person or persons for which Contractor is otherwise
responsible.
4. A Certificate of Insurance, and an additional insured endorsement (for automobile liability),
evidencing the above insurance coverage with a company acceptable to the City's Purchasing
Agent shall be submitted to City prior to execution of this Agreement on behalf of the City.
5. The terms of the insurance policy or policies issued to provide the above insurance coverage shall
provide that said insurance may not be amended or canceled by the carrier, for nonpayment of
premiums otherwise, without 30 days prior written notice of amendment or cancellation to City.
In the event the said insurance is canceled, Contractor shall, prior to the cancellation date, submit
new evidence of insurance in the amounts heretofore established.
6. All required insurance must be in effect prior to awarding this Agreement, and it or a successor
policy must be in effect for the duration of this Agreement. Maintenance of proper insurance
coverage is a material requirement of this Agreement, and the failure to maintain and renew
coverage or to provide evidence of renewal may be treated by the City as a material breach of
contract. If Contractor, at any time during the term of this Agreement, should fail to secure or
maintain any insurance required under this Agreement, City shall be permitted to obtain such
insurance in Contractor's name at Contractor's sole cost and expense, or may terminate this
Agreement for material breach.
7. Without limiting any other Contractor obligation regarding insurance, should Contractor's
insurance required by this Agreement be cancelled at any point prior to expiration of the policy,
Contractor must notify City within 24 hours of receipt of notice of cancellation. Furthermore,
Contractor must obtain replacement coverage that meets all contractual requirements within 10
days of the prior insurer's issuance of notice of cancellation. Contractor must ensure that there
is no lapse in coverage.
A. Automotive Insurance
Contractor shall procure and maintain public liability and property damage insurance
coverage for automotive equipment with coverage limits of not less than $1,000,000
combined single limit. If Contractor does not use automobiles in performing its work under
this Agreement, Contractor shall provide a waiver releasing Cityfrom all liability resulting from
Consultant's use of personal vehicles under this Agreement.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
DESIGNATION OF SUBCONTRACTORS
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render
service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form
with NA. Add addt. sheets if needed.
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
*Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.)
REFERENCES
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER
has performed work of a similar scope and size within the past 3 years. If the scope of work/specifications
requests refrences duifferent than instructions above, the scope of work/specifications shall govern:
1.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all scope of work/bid specifications for the City Pool
Chemical Services REBID. The Contractor will be expected to perform maintenance practices and uphold
the standards herein to the established specifications throughout the length of the contract.
*Supervisor's Signature: Date:
*Estimator's Signature: Date:
*Owner's Signature: Date:
*All three signatures required
SECTION D
Sample Agreement
SAMPLE AGREEMENT
CON-6
Council Approval Date:
Agenda Item:
Contract Amount:
AGREEMENT FOR PROCUREMENT OF PRODUCTS AND/OR SERVICES BETWEEN
THE CITY OF SANTA CLARITA
AND
<CONTRACTOR NAME>
FOR
<FULL PROJECT NAME>
<PHASE NUMBER AND PHASE DESCRIPTION (AS APPLICABLE)>
< CITY BID NO. (AS APPLICABLE) OR CITY PROJECT NO. (ONLYIFBID No. is NIA)>
<FEDERAL PROJECT/ID NUMBER (AS APPLICABLE)>
<BRIEF DESCRIPTION OF SER VICES>
THIS AGREEMENT FOR PROCUREMENT OF PRODUCTS AND/OR SERVICES
("Agreement") is made and entered into as of by and between the CITY OF
SANTA CLARITA, a general law CITY and municipal corporation ("CITY") and
("VENDOR").
RECITALS
This Agreement is entered into with reference to the following facts and circumstances:
A. That CITY desires to engage VENDOR to provide a product and/or services to the CITY;
B. That VENDOR is specially trained, experienced and competent to perform and has agreed
to provide the product and/or services to the CITY and;
C. That the CITY has elected to engage VENDOR upon the terms and conditions as hereinafter
set forth.
A. Services. The services to be performed by VENDOR under this Agreement are
set forth in Exhibit A, which is, by this reference, incorporated herein and made a
part hereof as though it were fully set forth herein.
Performance of the work specified in said Exhibit A is hereby made an obligation
of VENDOR under this Agreement, subject to any changes that may be made
subsequently hereto upon the mutual written agreement of the said parties.
Where in conflict, the terms of this Agreement supersede and prevail over any terms
set forth in Exhibit A.
B. Product. The product to be supplied by VENDOR under this Agreement is set
forth in Exhibit A which is, by this reference, incorporated herein and made a part
hereof as though it were fully set forth herein.
Timely delivery of the product specified in said Exhibit A is hereby made an
obligation of VENDOR under this Agreement, subject to any changes that may be
made subsequently hereto upon the mutual written agreement of the said parties.
VENDOR's obligation to provide the product includes but is not limited to, the
provision of all labor, equipment, materials, testing and any other required work
or services or costs of any type incidental to the supply of the product.
2. Term, Termination. (a) The term of this Agreement shall commence upon the date
hereinabove written and shall expire upon , or delivery of the
product or completion of performance of services hereunder by VENDOR,
whichever date shall first occur.
(b) Notwithstanding the provisions of (a) above, CITY may with or without cause,
direct VENDOR to suspend, delay or interrupt services, in whole or in part, for such
periods of time as CITY may determine in its sole discretion. (c) CITY may
terminate performance of the services under this Agreement in whole, or from time
to time in part, for default, should VENDOR commit a material breach of this
Agreement, or part thereof, and not cure such breach within ten (10) calendar days
of the date of CITY's written notice to VENDOR demanding such cure, in which
case VENDOR shall be liable to CITY for all loss, cost, expense, damage and
liability resulting from such breach and termination. (d) CITY may terminate
performance of the services under this Agreement in whole, or from time to time in
part, for convenience, whenever CITY determines that such termination is in CITY's
best interests, in which case VENDOR shall be entitled to recover its costs expended
up to the termination date plus reasonable profit thereon to the termination date as
this Agreement would otherwise provide, but may recover no other cost, damage or
expense. VENDOR shall continue its work throughout the course of any dispute,
and VENDOR's failure to continue work during a dispute shall be a material breach
of this Agreement.
Compensation; Expenses; Pam. CITY shall compensate VENDOR for all
products supplied or services performed by VENDOR hereunder as shown in
Exhibit A attached hereto and by this reference incorporated herein.
Notwithstanding the foregoing, the combined total of compensation and
reimbursement of costs payable hereunder shall not exceed the sum
$ . Invoices for amounts in excess of above stated sum shall not
be paid unless additional amounts have been approved in advance of supplying the
product, performing the services or incurring the costs and expenses by CITY.
Compensation and reimbursement of costs and expenses hereunder shall be payable
upon VENDOR meeting contract milestones/scope of work as defined in Exhibit
A. Billing shall include an itemized statement, briefly describing by task and labor
category or cost/expense items billed.
4. Amendments for Additional Products/Services. In the event CITY desires the
delivery of additional products or performance of additional services not otherwise
included within Exhibit A, such products or services shall be authorized in advance
by CITY. Such amendment to this Agreement shall include a description of the
product to be delivered or services to be performed thereunder, the maximum
compensation and reimbursement of costs and expenses payable therefor, the time
of performance thereof, and such other matters as the parties deem appropriate.
This Agreement may be amended or modified only by written agreement signed by
both parties. Except to the extent modified by written amendment, all other terms
and conditions of this Agreement shall be deemed incorporated in each such
amendment.
5. Records. VENDOR shall keep and maintain accurate records of products delivered
or of all time expended in performing services and costs and expenses incurred
relating thereto. Said records shall be available to CITY for review and copying
during regular business hours at VENDOR's place of business or as otherwise
agreed upon by the parties.
6. Authorization. This Agreement becomes effective when endorsed by both parties in
the space provided below.
7. Documents. All documents, plans, drawings, renderings, and other papers, or copies
thereof, as finally rendered, prepared by VENDOR pursuant to the terms of this
Agreement, shall, upon preparation and delivery to CITY, become the property of
CITY
8. Relationship of Parties. VENDOR is an independent Contractor and does not act as
CITY's agent in any capacity, whatsoever. VENDOR is not entitled to any benefits
that CITY provides to CITY employees, including, without limitation, worker's
compensation benefits or payments, pension benefits, health benefits or insurance
benefits. Terms within this Agreement regarding direction apply to and concern the
result of the VENDOR's provision of Services, not the means, methods, or
scheduling of the VENDOR's work. VENDOR shall be solely responsible for the
means, methods, techniques, sequences and procedures with respect to itsprovision
of Services under this Agreement. VENDOR shall pay all payroll taxes imposedby
any governmental entity and shall pay all other taxes not specifically identified in
this Agreement as CITY's responsibility.
9. Schedule. VENDOR shall adhere to the schedule set forth in Exhibit A; provided,
that CITY shall grant reasonable extensions of time for the delivery of products or
performance of services occasioned by governmental reviews of VENDOR's work
product or other unavoidable delays; provided, further, that such unavoidable delay
shall not include strikes, lockouts, work stoppages, or other labor disturbances
conducted by, or on behalf of, VENDOR's officers or employees.
VENDOR acknowledges the importance to CITY of timely delivery of products or
services and agrees to put forth its best professional efforts to perform in a manner
consistent with that schedule.
10. Force Majeure. Except for defaults of subcontractors at any tier, VENDOR shall not
be liable for any excess costs if the failure to perform the Agreement arises from
causes beyond the control and without the fault or negligence of VENDOR.
Examples of such causes include, but are not limited to:
a. Acts of God or of the public enemy, and
b. Acts of the federal or state government in either its sovereign or contractual
capacity. If the failure to perform is caused by the default of asubcontractor
at any tier, and if the cause of the default is beyond the control of both
VENDOR and subcontractor, and without the fault or negligence of either,
VENDOR shall not be liable for any excess costs for failure to perform.
11. VENDOR's Liabili . for Injury to Persons or Damage to Propem.
a VENDOR shall be liable for damages arising out of injury to the person
and/or damage to CITY property, CITY employees, persons designated by
CITY for training, or any other person(s) other than VENDOR's agents or
employees, designated by CITY for any purpose prior to, during, or
subsequent to delivery, installation, acceptance, and use of the Products
either at VENDOR's site or at CITY's place of business, provided that the
injury or damage was caused by VENDOR's fault or negligence.
b. VENDOR shall not be liable for damages arising out of or caused by an
alteration or an attachment not made or installed by VENDOR, or for damage
to alterations or attachments that may result from the normal operation and
maintenance of the Products in accordance with the Agreement.
Indemnity. To the fullest extent allowed by law, VENDOR hereby agrees to defend,
indemnify, and save harmless CITY, its Council, boards, commissions, officers,
employees, directors, volunteers and agents, from and against any and all claims,
suits, actions liability, loss, damage, expense, injury (including, without limitation,
economic harm, injury to or death of any person, including an employee of
VENDOR or its Subcontractors), cost (including, without limitation, costs and fees
of litigation) of every nature, kind or description, at law or equity, also including
without limit damages arising from or attributable to any repair, cleanup, or
detoxification, or preparation and implementation of any removal, remedial,
response, closure, or other plan (regardless of whether undertaken due to
governmental action) concerning any Pollutant, Contaminant, Hazardous Substance,
Hazardous Waste, Household Hazardous Waste, Solid Waste, or other waste that
VENDOR has generated, collected, stored, transported, or disposed, arising out of
or in connection with VENDOR'S performance of workwhich may be brought
against, or suffered or sustained by, CITY, its Council, boards, commissions,
officers, employees, directors, volunteers or agents that arise out of, pertain to, or
relate to any negligence, recklessness, or willful misconduct of VENDOR, any
Subcontractor, anyone directly or indirectly employed or retained by them, or
anyone that they control. In the event one or more defendants is unable to pay its
share of defense costs due to bankruptcy or dissolution of the business, the VENDOR
shall meet and confer with other parties regarding unpaid defense costs.
The duty of VENDOR to indemnify and save harmless, as set forth herein, shall
include the duty to defend as set forth in Section 2778 of the California Civil Code;
provided, however, that nothing herein contained shall be construed to require
VENDOR to indemnify, its Council, boards, commissions, officers, employees and
agents against any responsibility or liability in contravention of Section 2782 of the
California Civil Code.
The foregoing indemnity is intended to operate as an agreement pursuant to Section
107(e) of the Comprehensive Environmental Response, Compensation and Liability
Act ("CERCLA"), 42 U.S.C. § 9607(e); Resource Conservation and Recovery Act
("RCRA"), 42 U.S.C. §§ 6901 et seq.; and California Health and Safety Code
Section 25364, to defend, protect, hold harmless, and indemnify the Indemnitees
from liability.
VENDOR's responsibility for such defense and indemnity obligations shall survive
the termination or completion of this Agreement for the full period of time allowed
by law.
The defense and indemnification obligations of this agreement are undertaken in
addition to, and shall not in any way be limited by, the insurance obligations
contained within this Agreement.
12. Patent, Copyright and Trade Secret Indemnity.
a VENDOR shall hold CITY, its officers, agents and employees, harmless from
liability of any nature or kind, including costs and expenses, for infringement
or use of any copyrighted or uncopyrighted composition, secret process,
patented or unpatented invention, article or appliance furnished or used in
connection with the Agreement.
b. VENDOR may be required to furnish a bond to CITY against any and all loss,
damage, costs, expenses, claims and liability for patent, copyright and trade
secret infringement.
C. VENDOR, at its own expense, shall defend any action brought against CITY
to the extent that such action is based upon a claim that the Products supplied
by VENDOR or the operation of such Products pursuant to a current version
of VENDOR supplied operating software infringes a patent or copyright or
violates a trade secret. VENDOR shall pay those costs and damages finally
awarded against CITY in any such action. Such defense and payment shall
be conditioned on the following:
i. That VENDOR shall be notified within a reasonable time in writing
by CITY of any notice of such claim; and
ii. That VENDOR shall have the sole control of the defense of any
action on such claim and all negotiations for its settlement or
compromise, provided, however, that when principles of government
or public law are involved, CITY shall have the option to participate
in such action at its own expense.
d. Should the Products, or the operation thereof, become, or in VENDOR's
opinion are likely to become, the subject of a claim of infringement of a
patent or copyright or a trade secret, CITY shall permit VENDOR at its option
and expense either to procure for CITY the right to continue using
the
Products, or to replace or modify the same so that they become non -
infringing. If none of these options can reasonably be taken, or if the use of
such Products by CITY shall be prevented by injunction, VENDOR agrees
to take back such Products and make every reasonable effort to assist CITY
in procuring substitute Products. If, in the sole opinion of CITY, the return
of such infringing Products makes the retention of other Products acquired
from VENDOR under the Agreement impractical, CITY shall then have the
option of terminating the Agreement, or applicable portions thereof, without
penalty or termination charge. VENDOR agrees to take back such Products
and refund any sums CITY has paid VENDOR less any reasonable amount
for use or damage.
e. VENDOR shall have no liability to CITY under any provision of this clause
with respect to any claim of patent, copyright or trade secret infringement
which is based upon.
i. The combination or utilization of Products furnished hereunder with
equipment or devices not made or furnished by VENDOR; or
ii. The operation of equipment furnished by VENDOR under the
control of any operating software other than, or in addition to, the
current version of VENDOR supplied operating software; or
iii. The modification by CITY of the equipment of software furnished
hereunder; or
iv. The combination or utilization of software furnished hereunderwith
non -VENDOR supplied software.
£ VENDOR certifies that it has appropriate systems and controls in place to
ensure that CITY funds will not be used in the performance of the Agreement
for the acquisition, operation or maintenance of computer software in
violation of copyright laws.
13. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, VENDOR will procure and maintain the following types of
insurance with coverage limits complying, at a minimum, with the limits set forth
below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits combined single)
$2,000,000/$4,000,000 aggregate
$1,000,000
Statutory requirement
Contractor's pollution liability $1,000,000 per claim & in the aggregate
Commercial auto or transportation $5,000,000 combined single limit per
pollution liability accident
a Commercial general liability insurance will meet or exceed the requirements
of ISO- CGL Form No. CG 00 01 1185 or 88. The amount of insurance set
forth above will be a combined single limit per occurrence for bodily injury,
personal injury, and property damage for the policy coverage. Liability
policies will be endorsed to name CITY, its officials, and employees as
"additional insureds" under said insurance coverage and to state that such
insurance will be deemed "primary" such that any other insurance that may
be carried by CITY will be excess thereto. Such insurance
will be on an "occurrence," not a "claims made," basis and will not be
cancelable or subject to reduction except upon thirty (30) days prior written
notice to CITY.
b. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 92, including symbol 1 (Any Auto).
C. VENDOR will furnish to CITY duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or
copies of policies as may be reasonably required by CITY from time to time.
Insurance must be placed with insurers with a current A.M. Best Company
Rating equivalent to at least a Rating of "A:VIL" Certificate(s) must reflect
that the insurer will provide thirty (30) day notice of any cancellation of
coverage. VENDOR will 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, and to delete the word
"endeavor" with regard to any notice provisions.
d Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against CITY, its elected or appointed officers, officials, agents, volunteers
and employees for losses paid under the terms of the workers compensation
policy which arise from work performed by VENDOR for CITY.
el Workers' Compensation: VENDOR certifies that they are aware of the
provisions of the Labor Code of the State of California which require every
employer to be insured against liability for workers' compensation or to
undertake self-insurance in accordance with the provisions of that Code, and
VENDOR certifies that they will comply with such provisions before
commencing the performance of the work of this agreement.
£ Contractor's pollution liability insurance: Coverage shall provide for liability
arising out of sudden, accidental, and gradual pollution, and remediation. The
policy limit shall be no less than $1,000,000 per claim and in the aggregate. All
activities contemplated in this agreement shall be specifically scheduled on the
policy as "covered operations." The policy shall provide coverage for
remediation of the site in the event of an environmental contamination event
arising out of the materials, supplies, products, work, operations, or
workmanship.
g Commercial auto or transportation pollution liability insurance. Coverage shall
be in an amount not less than $5,000,000 combined single limit per accident and
shall include Pollution Liability (CA9948) and MCS-90 Endorsements. The
policy shall provide coverage for transportation of pollutants/contaminants to and
from the job site and the hauling of waste from the project site to the final disposal
location, including non -owned disposal sites.
h Should VENDOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, CITY may obtain such coverage at VENDOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should
VENDOR fail to meet any of the insurance requirements under this
agreement, CITY may cancel the Agreement immediately with no penalty.
i. Should VENDOR's insurance required by this Agreement be cancelled at any
point prior to expiration of the policy, VENDOR must notify CITY within 24
hours of receipt of notice of cancellation. Furthermore, VENDOR must obtain
replacement coverage that meets all contractual requirements within 10 das
of the prior insurer's issuance of notice of cancellation. VENDOR must
ensure that there is no lapse in coverage.
14. NON-DISCRIMINATION. The VENDOR will not discriminate against any
employee or applicant for employment because of race, color, religion, sex or
national origin. The VENDOR will take affirmative action to ensure that applicants
are employed and the employees are treated during employment without regard to
their race, color, religion, sex or national origin. Such action shall include, but not
be limited to the following: employment, advancement, demotion, transfer,
recruitment, or recruitment advertising, layoff or termination, rates of pay or other
forms of compensation, and selection for training, including apprenticeship. The
VENDOR shall at all times be in compliance with the requirements of the Federal
Americans With Disabilities Act (Public Law 101-336) which prohibits
discrimination on the basis of disability by public entities. The VENDOR agrees to
post in conspicuous places available to employees and applicants for employment
any notices provided by the CITY setting forth the provisions of this non-
discrimination clause.
15. Notice. All notices required by this Agreement shall be given to the CITY and
VENDOR in writing, by first class mail, postage prepaid, addressed as follows:
CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300 Santa
Clarita, CA 91355
Attention:
VENDOR: Name
Address Attention:
CITY, State, Zip
Email Address:
16. Non-Assi ng ment. This Agreement is not assignable either in whole or in part.
17. Substitutions. VENDOR may not substitute any Products or Services without CITY's
advance written consent. VENDOR shall not use any specification in lieu of those
contained in the Agreement without CITY's advance written consent.
18. Warran1y. Unless otherwise specified, the warranties contained in the Agreement
begin after acceptance has occurred.
a. VENDOR warrants that all Products and Services furnished hereunder will
conform to the requirements of the Agreement (including all descriptions,
specifications and drawings made a part hereof). All Products will be
merchantable, fit for their intended purposes, free from all defects in
materials and workmanship and to the extent not manufactured pursuant to
detailed designs furnished by CITY, free from defects in design. No approval
of designs, specifications or other Services furnished by VENDOR shall
relieve VENDOR of its obligations under this warranty.
b. All warranties, including special warranties specified elsewhere herein, shall
inure to CITY, its successors and assigns, and any users of the Products or
Services.
19. Samples.
a. CITY may require samples of items inspection and specification testing and
must be furnished free of expense to CITY. The samples furnished must be
identical in all respects to the products bid and/or specified in the Agreement.
b. Samples, if not destroyed by tests, may, upon VENDOR's request made at
the time the sample is furnished, be returned at VENDOR's expense.
20. Newly Manufactured Products. All Products shall be newly manufactured products;
used or reconditioned products are prohibited, unless otherwise specified.
21. Packing and Shipment.
a. All Products shall be packed in suitable containers for protection in shipment
and storage, and in accordance with applicable specifications. Each container
of a multiple container shipment shall be identified to:
i. shows the number of the container and the total number of containers
in the shipment; and
ii. the number of the container in which the packing sheet has been
enclosed.
b. All shipments by VENDOR or its subcontractors must include packing
sheets identifying CITY's Contract number; item number; quantity and unit
of measure; description of the Products shipped; and appropriate evidence of
inspection, if required.
C. Shipments must be made as specified in the Agreement, as it may be
amended, or otherwise directed in writing by CITY.
22. Transportation Costs and Other Fees or Expenses. No charge for delivery, drayage,
express, parcel post, packing, cartage, insurance, license fees, permits, cost of bonds,
or for any other purpose will be paid by CITY unless expressly authorized by and
itemized in the Agreement. Unless otherwise directed by CITY in writing, all
Products and components thereof shall be delivered f.o.b. Point of Delivery.
VENDOR shall select the means and methods of transportation.
23. Inspection, Acceptance and Rejection.
a. VENDOR and its subcontractors shall provide and maintain a quality
assurance system acceptable to CITY covering Products and Services under
the Agreement and will tender to CITY only Products that have been inspected
and found to conform to all requirements. VENDOR will keep records
evidencing inspections and their result, and will make these records available
to CITY during the Agreement performance and for three years after final
payment. VENDOR shall permit CITY to review procedures, practices,
processes and related documents to determine the acceptability of
VENDOR's quality assurance system or other business practices related to
performance of the Agreement.
b. All Products may be subject to inspection and test by CITY or its authorized
representatives.
C. VENDOR and its subcontractors shall provide all reasonable facilities for
the safety and convenience of inspectors at no additional cost to CITY.
VENDOR shall furnish to inspectors all information and data as may be
reasonably required to perform their inspection.
d All Products may be subject to final inspection, test and acceptance by CITY,
notwithstanding any payment or other inspection.
e. CITY shall give written notice of rejection of Products delivered or Services
performed within a reasonable time after receipt of such Products or
performance of such Services. Such notice of rejection will state the respects
in which the items do not substantially conform to their specifications. If
CITY does not provide such notice of rejection within thirty (30) days of
delivery, unless otherwise specified in the Agreement, such Products and
Services will be deemed to have been accepted. Acceptance shall not be
construed to waive any warranty rights that CITY might have at law or by
express reservation in the Agreement with respect to any nonconformity, or
any other rights provided by law.
24. Compliance with Statutes and Regulations. VENDOR covenants that in the
performance of the Agreement it will comply with all applicable statutes, rules,
regulations and orders of the United States, the State and CITY, and shall defend,
indemnify and hold the CITY harmless against any loss, cost, damage or liability by
reason of VENDOR's violation of this provision.
VENDOR agrees to comply with all applicable federal and state laws, regulations
and policies, as amended, including those regarding discrimination, unfair labor
practices, anti -kick -back, collusion, and the provisions of the Americans with
Disability Act.
25. Prevailing Wages. VENDOR shall pay prevailing wages to its employees on any
contract involving labor or field work considered a "Public Works project" in excess
of $1,000.00. VENDOR stipulates that it shall comply with all applicable wage and
hour laws, including without limitation, California Labor Code §§ 1776 and 1810-
1815. Failure to so comply shall constitute a default under this Contract. Further,
all public works projects valued at $30,000 or more must include an obligation to
hire apprentices, unless the craft or trade does not require the use of apprentices, as
indicated in the corresponding prevailing wage determination. This duty applies to
all contractors on a public works project, even if their part of the project is less than
$30,000.
VENDOR and its Subcontractors shall pay to persons performing labor in and about
the project provided for in the Contract Documents an amount equal to or more than
the general prevailing rate of per diem wages for (1) work of a similar character in
the locality in which the Work is performed and (2) legal holiday and overtime work
in said locality. The per diem wages shall be an amount equal to or more than the
stipulated rates contained in a schedule that has been ascertained and determined by
the Director of the State Department of Industrial Relations and Owner to be the
general prevailing rate of per diem wages for each craft or type of workman or
mechanic needed to execute this Contract. The prevailing wage rates are available
online at hqp://www.dir.ca. ovg /dlsr. VENDOR shall also cause a copy of this
determination of the prevailing rate of per diem wages to be posted at each Site.
VENDOR shall insert in every subcontract or other arrangement which VENDOR
may make for performance of Work or labor on Work provided for in the Contract,
provision that Subcontractor shall pay persons performing labor or rendering service
under subcontract or other arrangement not less than the general prevailing rate of per
diem wages for work of a similar character in the locality in which the Work is
performed, and not less than the general prevailing rate of per diem wages for holiday
and overtime work fixed in the California Labor Code.
VENDOR and its Subcontractors shall keep an accurate record showing the name of
and actual hours worked each calendar day and each calendar week by each worker
employed by him or her in connection with the Project. The record shall be kept open
at all reasonable hours to the inspection Owner and to the Division of Labor Standards
Enforcement.
VENDOR and its Subcontractors must keep accurate payroll records, showing the
name, address, social security number, work classification, straight time and overtime
hours worked each day and week, and the actual per diem wages paid to each
journeyman, apprentice, worker, or other employee employed by him or her in
connection with the Work of the Contract Documents. Each payroll record shall
contain or be verified by a written declaration as required by Labor Code Section
1776.
With each application for payment, VENDOR shall also deliver certified payrolls
directly to the Labor Commissioner in the format prescribed by the Labor
Commissioner.
VENDOR shall indemnify, hold harmless and defend (with counsel reasonably
acceptable to CITY) CITY against any claim for damages, compensation, fines,
penalties or other amounts arising out of the failure or alleged failure of any person
or entity to pay prevailing wages as required by law or to comply with the other
applicable provisions of Labor Code Sections 1720 et seq. and implementing
regulations of the Department of Industrial Relations in connection with execution of
the improvements or any other work undertaken or in connection with the Public
Works project.
26. National Labor Relations Board Certification. VENDOR swears under penalty of
perjury that no more than one final, unappealable finding of contempt of court by a
federal court has been issued against VENDOR within the immediately preceding
two-year period because of VENDOR's failure to comply with an order of the
National Labor Relations Board.
27. Covenant Against Gratuities. VENDOR warrants that no gratuities (in the form of
entertainment, gifts, or otherwise) were offered or given by VENDOR, or any agent
or representative of VENDOR, to any officer or employee of CITY with a view
toward securing the Agreement or securing favorable treatment with respect to any
determinations concerning the performance of the Agreement. For breach or
violation of this warranty, CITY shall have the right to terminate the Agreement,
either in whole or in part, and any loss or damage sustained by CITY in procuring
on the open market any items which VENDOR agreed to supply shall be borne and
paid for by VENDOR. The rights and remedies of CITY provided in this clause shall
not be exclusive and are in addition to any other rights and remedies provided by
law or in equity.
28. Validi1y. The invalidity in whole or in part of anyprovision of this Agreement shall
not void or affect the validity of any other provision of this Agreement.
29. Governing Law. This Agreement shall be deemed to have been executed in the
County of Los Angeles, California. The formation, interpretation and performance
of this Agreement shall be governed by the laws of the State of California, excluding
its conflict of laws rules. Any suit or action initiated by either party shall be brought
in the County of Los Angeles, California unless the parties agree otherwise in a
written amendment to this Agreement. In the event of litigation between the parties
hereto to enforce any provision of the Agreement, the unsuccessful party will pay
the reasonable attorney's fees and expenses of litigation of the successful party.
30. Mediation. Should any dispute arise out of this Agreement, the parties shall meetin
mediation and attempt to reach a resolution with the assistance of a mutually
acceptable mediator. Neither parry shall be permitted to file legal action without first
meeting in mediation and making a good faith attempt to reach a mediated
resolution. The costs of the mediator, if any, shall be paid equally by the parties. If
a mediated settlement is reached neither parry shall be deemed the prevailing parry
for purposes of the settlement and each parry shall bear its own legal costs.
31. Conflict of Interest. VENDOR represents and warrants that it presently has no
interest, and shall not have any interest, direct or indirect, which would conflict in
any manner with the performance of work and services required under this
Agreement. Without limitation, VENDOR represents to and agrees with CITY that
VENDOR has disclosed any potential conflict of interest, and will have no future
conflict of interest, in providing CITY services hereunder, including but notlimited
to, any interest (financial, share ownership, shared management, shared directors, or
reporting responsibilities) VENDOR may presently have, or will have in the future,
with respect to any other person or entity (including but not limited to potential
VENDORS, consultants, contractors, or regulatory agency) which may have an
interest in the subject matter of the Services.
32. Submission of Bid. Pursuant to Government Code Sections 4552, 4553, and 4554,
the following provisions are incorporated herein.
a In submitting a bid to CITY, VENDOR offers and agrees that if the bid
is accepted, it will assign to CITY all rights, title, and interest in and to all
causes of action it may have under Section 4 of the Clayton Act (15
U.S.C. 15) or under the Cartwright Act (Chapter 2, commencing with
Section 16700, of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of products, material, or services by the
VENDOR for sale to CITY pursuant to the solicitation. Such assignment
shall be made and become effective at the time CITY tenders final
payment to the VENDOR.
b. If CITY receives, either through judgment or settlement, a monetary recovery
for a cause of action assigned under this chapter, the assignor shall be entitled
to receive reimbursement for actual legal costs incurred and may, upon
demand, recover from CITY any portion of the recovery, including treble
damages, attributable to overcharges that were paid by the assignor but were
not paid by CITY as part of the bid price, less the expenses incurred in
obtaining that portion of the recovery.
C. Upon demand in writing by the assignor, the assignee shall, within one year
from such demand, reassign the cause of action assigned under this part if
the assignor has been or may have been injured by the violation of law for
which the cause of action arose and
i. The assignee has not been injured thereby, or
ii. The assignee declines to file a court action for the cause of action.
33. Confidentiality. Any information, whether proprietary or not, made known to or
discovered by VENDOR during the performance of or in connection with the
Agreement for CITY, will be kept confidential and not be disclosed to any other
person. VENDOR will immediately notify CITY in writing if it is requested to
disclose any information made known to or discovered by during the performance
of or in connection with the Agreement. These confidentiality provisions and
limitations shall remain fully effective indefinitely after VENDOR's completion of
the Agreement.
34. Waiver of Default. Waiver of any default by either parry to this Agreement shall not
be deemed to be waiver of any subsequent default. Waiver or breach of any provision
of this Agreement shall not be deemed to be a waiver of any other or subsequent
breach, and shall not be construed to be a modification of the terms of this
Agreement unless this Agreement is modified as provided below.
35. Entire Agreement. This Agreement, including all exhibits and attachments,
comprises the entire Agreement.
36. Electronic Transmission of Contract and Signature. The Parties agree that this
Agreement may be transmitted and signed by electronic mail by either/any or
both/all Parties, and that such signatures shall have the same force and effect as
original signatures, in accordance with California Government Code section 16.5
and Civil Code section 1633.7.
(SIGNATURES ON NEXT PAGE)
IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of
FOR VENDOR:
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
LN
CITY Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
MA
CITY Attorney
Date:
IFCORPORATION:
By:
Print Name & Title
Date:
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all scope of work/bid specifications for the City Pool
Chemical Services. The Contractor will be expected to perform maintenance practices and uphold the
standards herein to the established specifications throughout the length of the contract.
*Supervisor's Signature: '� � Date: 12/13/2023
*Estimator's Signature
12/13/2023
*Owner's Signature: Km ward Date: 12/13/2023
*All three signatures required
BID SCHEDULE
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
Fill out this form completely and submit with the bid response. Line item pricing must be entered on
BidNet. In the event any mathematical discrepancies are found, please refer to Section A, Bid
Instructions.
The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY.
The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the
entire bid item if they are found not required by the Agency during the course of the construction, or add
new bid items or scope of work by Contract Change Order at any time during the project up to the last
contract working day.
The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the
contract up to the last contract working day.
ITEM
DESCRIPTION
UNIT
CITY.
UNIT PRICE
TOTAL
1
Sodium Hypochlorite - 120,000 gallons
Gallon
120,000
$
(bulk delivery only)
2.79
$ 334,800.00
2
Sodium Hypochlorite - 320 gallons
Case
80
$
(in 4x1 cases)
18.00
$1,440.00
3
Hydrochloric Acid (50%) - (bulk
Gallon
27,000
$
delivery)
3.48
$ 93,960.00
Hydrochloric Acid - 3,100 gallons
4
(in 4x1 cases)
Case
775
$ 26.00
$20,150.00
5
Sodium Bicarbonate - 60,000 pounds
Bag
1200
$
(50 Ib. bags only)
30.00
$ 36,000.00
6
Sodium Thiosulfate - 500 pounds
Bag
10
$
(50 lb. bags or smaller)
75.00
$ 750.00
Soda Ash -400 pounds
7
(50 Ib. bags only)
Bag
8
$ 30.00
$ 240.00
8
Calcium Hypochlorite - 1000 pounds
Container
10
$
(100 lb. containers)
265.74
$ 2,657.40
9
Calcium Hypochlorite Tablets - 500 pounds
Container
10
$
(50 lb. containers)
145.97
$1,459.70
10
Delivery
Lump -Sum
1
$ 0.00
$0.00
11
Sales Tax 9.5%
Lump -Sum
1
$ 46,688.42
$46,688.42
GRAND TOTAL:
$ 538,145.52
TOTAL BASE BID AMOUNT IN WORDS: FIVE HUNDRED THIRTY-EIGHT THOUSAND,
ONE HUNDRED FORTY-FIVE DOLLARS AND FIFTY-TWO CENTS
DESIGNATION OF SUBCONTRACTORS
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render
service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form
with NA. Add addt. sheets if needed.
Subcontractor
DIR Registration No.*
Dollar Value of Work
NA
NA
NA
Location and Place of Business
NA
Bid Schedule Item No's:
Description of Work
NA
NA
License No,
Exp. Date: / /
Phone ( )
NA
NA
NA
Subcontractor
DIR Registration No.*
Dollar Value of Work
NA
NA
NA
Location and Place of Business
NA
Bid Schedule Item No's:
Description of Work
NA
NA
License No,
Exp. Date: / /
Phone ( )
NA
NA
NA
Subcontractor
DIR Registration No.*
Dollar Value of Work
NA
NA
NA
Location and Place of Business
NA
Bid Schedule Item No's:
Description of Work
NA
NA
License No,
Exp. Date: / /
Phone ( )
NA
NA
NA
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe Labor Code at the time the contract is awarded.
*Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.}
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
1. These are the Indemnity and Insurance Requirements for Contractors providing services or
supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a bid, you
verify that you comply with and agree to be bound by these requirements. If any additional
Contract documents are executed, the actual Indemnity language and Insurance Requirements
may include additional provisions as deemed appropriate by City's Purchasing Agent. Please refer
to sample contract included for specific and additional provisions.
2. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement.
These are the minimum required and do not in any way represent or imply that such coverage is
sufficient to adequately cover the Contractor's liability under this agreement. The full coverage
and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these
Insurance Requirements shall not in any way act to reduce coverage that is broader or includes
higher limits than those required. The Insurance obligations under this agreement shall be: 1—all
the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum
Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds
in excess of the specified minimum limits and coverage required, which are applicable to a given
loss, shall be available to City.
3. Contractor shall furnish the City with original Certificates of Insurance including all required
amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL
policy listing all policy endorsements to City before work begins. City reserves the right to require
full -certified copies of all Insurance coverage and endorsements.
I. INDEMNIFICATION:
Contractor agrees to indemnify and hold City harmless from and against any claim, action, damages, costs
(including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this
Agreement by Contractor. Should City be named in any suit, or should any claim be brought against it by
suit or otherwise, arising out of performance by Consultant of services rendered pursuant to this
Agreement, Contractor will defend City (at City request and with counsel satisfactory to City) and will
indemnify City for any judgment rendered against it or any sums paid out in settlement or costs incurred
in defense otherwise.
II. INSURANCE
General Insurance Requirements
1. All insurance shall be primary insurance and shall name City of Santa Clarita as an additional
insured. The naming of an additional insured shall not affect any recovery to which such
additional insured would be entitled under the policy if not named as an additional insured, and
an additional insured shall not be held liable for any premium or expense of any nature on the
policy or any extension thereof solely because they are an additional insured thereon.
2. If the operation under this Agreement results in an increased or decreased risk in the opinion of
the City's Purchasing Agent, then Contractor agrees that the minimum limits hereinabove
designated shall be changed accordingly upon written request by the Purchasing Agent.
3. Contractor agrees that provisions of this Section as to maintenance of insurance shall not be
construed as limiting in any way the extent to which Contractor may be held responsible for the
payment of damages to persons or property resulting from Contractor's activities, the activities
of its subconsultants, or the activities of any person or persons for which Contractor is otherwise
responsible.
4. A Certificate of Insurance, and an additional insured endorsement (for automobile liability),
evidencing the above insurance coverage with a company acceptable to the City's Purchasing
Agent shall be submitted to City prior to execution of this Agreement on behalf of the City.
5. The terms of the insurance policy or policies issued to provide the above insurance coverage shall
provide that said insurance may not be amended or canceled by the carrier, for nonpayment of
premiums otherwise, without 30 days prior written notice of amendment or cancellation to City.
In the event the said insurance is canceled, Contractor shall, prior to the cancellation date, submit
new evidence of insurance in the amounts heretofore established.
6. All required insurance must be in effect prior to awarding this Agreement, and it or a successor
policy must be in effect for the duration of this Agreement. Maintenance of proper insurance
coverage is a material requirement of this Agreement, and the failure to maintain and renew
coverage or to provide evidence of renewal may be treated by the City as a material breach of
contract. If Contractor, at any time during the term of this Agreement, should fail to secure or
maintain any insurance required under this Agreement, City shall be permitted to obtain such
insurance in Contractor's name at Contractor's sole cost and expense, or may terminate this
Agreement for material breach.
7. Without limiting any other Contractor obligation regarding insurance, should Contractor's
insurance required by this Agreement be cancelled at any point prior to expiration of the policy,
Contractor must notify City within 24 hours of receipt of notice of cancellation. Furthermore,
Contractor must obtain replacement coverage that meets all contractual requirements within 10
days of the prior insurer's issuance of notice of cancellation. Contractor must ensure that there
is no lapse in coverage.
A. Automotive Insurance
Contractor shall procure and maintain public liability and property damage insurance
coverage for automotive equipment with coverage limits of not less than $1,000,000
combined single limit. If Contractor does not use automobiles in performing its work under
this Agreement, Contractor shall provide a waiver releasing City from all liability resulting from
Consultant's use of personal vehicles under this Agreement.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: '`Qkxy— IIIZ44W�rL Date: 12/13/2023
Printed Name: Amy Vermillion
PROPOSAL FORM
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
TO THE CITY OF SANTA CLARITA, AS CITY:
In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials,
equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications,
and contract documents therefore, and to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees
to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER
understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of
the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE
are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the
actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE
AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or
lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of
discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the date of
the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become
the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void.
Company Name:
HASA, INC.
Company Address:
23119 DRAYTON ST.
SAUGUS, CA 91350
Phone:
661-259-5848
Email:
hasabids@hasapool.com
By:
Amy Vermillion
Print Name
Title:
Commercial Director
Signature:
4M.5(-
Date:
12/13/2023
REFERENCES
BID # RCS-23-24-20
City Pool Chemical Services REBID
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER
has performed work of a similar scope and size within the past 3 years. If the scope of work/specifications
requests refrences duifferent than instructions above, the scope of work/specifications shall govern:
1. County of Ventura, 800 S. Victoria Ave., Ventura, CA 93009
Name and Address of Owner / Agency
Augustine Godinez / (805) 378-1169
Name and Telephone Number of Person Familiar with Project
$140,000 annual spend chemical delivery ongoing
Contract Amount Type of Work Date Completed
2. SCV Water Agency, 27234 Bouquet Canyon Rd., Santa Clarita, CA 91350
Name and Address of Owner / Agency
Jim Weiherer / (661) 513-1204
Name and Telephone Number of Person Familiar with Project
$235,000 annual spend Chemical delivery ongoing
Contract Amount Type of Work Date Completed
3. City of Palmdale, 38300 N. Sierra Hwy., Palmdale, CA 93550
Name and Address of Owner / Agency
Lance Ciechanowski (661) 267-5100
Name and Telephone Number of Person Familiar with Project
$130,000 annual spend Pool chemical delivery ongoing
Contract Amount Type of Work Date Completed