HomeMy WebLinkAbout2015-06-23 - AGENDA REPORTS - POOL CHEMICAL CONTR CITY POOLS (2)Agenda Item: 8
CITY OF SANTA CLARITA
Q) AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE:
June 23, 2015
SUBJECT:
POOL CHEMICAL CONTRACT FOR CITY POOLS
DEPARTMENT:
Parks, Recreation and Community Services
PRESENTER:
Rick Gould
RECOMMENDED ACTION
City Council:
Award a contract to Waterline Technologies, Inc. for pool chemicals, for an initial term of
one year, with the option of two additional renewals in an amount not to exceed $90,429.36
annually.
2. Authorize the City Manager, or designee, to modify the award in the event issues of
impossibility of performance arise, subject to City Attorney approval. Authorize City
Manager, or designee, to execute all documents, subject to City Attorney approval, and
execute two renewals at an annual cost not to exceed $90,429.36 plus the cost of any
Consumer Price Index (CPI) increases.
BACKGROUND
The City of Santa Clarita (City) operates and programs six aquatic facilities, which include five
community pools and the Aquatic Center. In order to safely and legally operate these facilities,
various chemicals are required to maintain proper water balance and to meet sanitation standards
and requirements.
In May 2015, the City Purchasing Division in cooperation with the Recreation Division, issued
an Invitation for Bid for the supply of pool chemicals for all City pools. The bid was publicly
advertised on Planet Bids on May 15, 2015 and was sent to 303 vendors. The bid was
downloaded by 17 vendors and responded to by seven vendors. Purchasing opened bids on
May 28, 2015, with the following results:
ppp- Ju'Jfl'SD
0
Page I
Packet Pg. 80
Vendor
Wintersun
Waterline Technologies, Inc.
C.A.S.
Intervalley Pool
Brenntag Pacific
Univar
Leslie's Poolmart
Location
Ontario, CA
Santa Ana, CA
Anaheim, CA
Pomona, CA
Santa Fe Springs, CA
Kent, WA
Phoenix, AZ
Cost
$13,968.96 (partial)
$90,429.36
$93,404.28
$109,466.52
$117,868.74
$122,647.89 (partial)
$128,069.22
An evaluation of the bids determined the proposal submitted by Waterline Technologies Inc. to
be the lowest, responsive, responsible bid. Among the seven bids submitted to the City, two
partial bid responses were received. Staff has determined awarding to a single vendor will
provide for the timely delivery of all necessary pool chemicals and is consistent with our
Aquatics operational best management practices.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
The funds for this expenditure have been requested in the Aquatics operating accounts as part of
the Fiscal Year 2015-16 budget and are contingent upon appropriation of the funds by the City
Council.
ATTACHMENTS
Waterline Technologies, Inc.'s Bid (available in the City Clerk's Reading File)
0
Page 2
Packet Pg. 81
FOR PUBLICATION Friday, May 15, 2015
NOTICE INVITING BIDS
Bids must be received electronically before 11:00 AM on Thursday, May 28, 2015, by
the Purchasing Agent of the City of Santa Clarita. Electronic bids may be viewed at.
http://www.planetbids.com/portal/portal.cfm?CornpanylD=16840#
PR -14-15-24
CITY OF SANTA CLARITA POOL CHEMICALS FOR MULTIPLE CITY POOLS
Specifications for this bid may be downloaded from the City's Purchasing website
at www.santa-clarita.com/purchasing. 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.
Purchasing
(661) 286-4193
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # PR -14-15-24
BID OPENING: May 28, 2015
The City of Santa Ctarita invites electronically sealed bids for:
CITY OF SANTA CLARITA POOL CHEMICALS FOR MULTIPLE CITY POOLS
1. Electronic Bids must be ELECTRONICALLY received at:
http'/Iwww planetbids com/portal/portal cfm?CompanvlD=16840#
2. Prices shall be D.D.P. City of Santa Clanta Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is
longer.
4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read
and understands the requirements contained on pages 1 to 16.
5.
5. Bid Questions. Questions should be submitted electronically to:
http7i/www.planetbids.coi)i/portal/portal.cfm?CompanvlD=l 6840#
The last day for questions will be 5:00 PM, May 22, 2015.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
7. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. 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. Price adjustments may be
increases or decreases as appropriate and must be requested at least 90 days prior to the
expiration/renewal of the contract. 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 expiration of the contract- If not
renewed prior to the anniversary date, the contract may continue on a month to month basis until
renewed or awarded to a new contractor.
Name (Print):764DAA45'\-6-04��y Company: Waterline Technologies
Email*I'NIJ Address: 620 N. Santiago St
Company Phone No.. 714-564-9100 qty_ Santa Ana
State/Zip: CA 92701
Bid # PR -14-15-24
BID INSTRUCTIONS
1. Submitting Proposals. (a) The bid response must be ELECTRONICALLY submitted on this
form and include the notice, Request for Proposal Schedule, and all forms or information
included In or required by Section C, Specifications, (attachments accepted) (b) All
documentation of unit pricing or other cost breakdowns as outlined in this bid must be
submitted to support the total bid price. (c) Proposals/corrections received after the
closing time will not be opened. The City will not be responsible for bids not properly
marked and delivered. Upon award, all submissions become a matter of public record.
2. Currency. All references to dollar amounts in this solicitation and in vendor's response refer to
United States currency. Payments will be made in Unite States Currency.
3. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The
City has the option of accepting or rejecting any alternative bid.
4. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited
nature of our resources and the leadership role government agencies have, supports the
Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in
technology and industries occurring rapidly it is frequently difficult to be aware of the latest
innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products
which result in less energy usage, least impact on natural resources and greatest reuse of post-
industrial and post -consumer material. Bidders are strongly encouraged to offer products and
services meeting these criteria and point out those specific aspects or features in their bid. In
accordance with Public Contract Code 22152 bidders are required to certify in writing the
minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or
supplies, offered or sold.
5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no
response to this bid.
6. Refection. The City reserves the right to reject any or all bids and to waive any informality in any
bid. The City may reject the bid of any bidder who has previously failed to perform properly, or
complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a
position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is
in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita.
T Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It
is the bidder's responsibility to contact the project manager, for public projects, or Purchasing
prior to submission of the bid to make certain the package is complete and all required addenda
are included. This information will be available from the City's website. Bidders are cautioned
against relying on verbal information in the preparation of bid responses. All official information
and guidance will be provided as part of this solicitation or written addenda. -
8. Awards. The City will award in accordance with S.C.M. C. § 3.12.205 (Support of Santa Clarita
Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public
works, professional services or is federally funded. 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. 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 the City's website at www.santa-
clarita.com/purchasing, normally within 24 hours.
Bid#PR-14-15-24 2
9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this
bid 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.
10. Amendments. Any and all changes to this contract must be made in writing and agreed to by the
City. Performance by the contractor will be considered agreement with the terms of this contract.
11. Taxes Charges and Extras. (a) Bidder must show as a separate item California State Sales
and/or Use Tax. (b) The City Is exempt from Federal Excise Tax. (c) Charges for transportation,
containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to
cooperate with the City in all matters of local taxation.
12. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay
period after receipt and acceptance of goods and/or services and upon using department
confirmation of such acceptance.
13. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be
received hereunder, is binding upon the City unless the City gave written consent before such
assignment.
14. Sub contractors. For all public projects, the Bidder must list any subcontractors 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.
15. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the
purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor
Compliance Program is included herein as an informative reference for the successful bidder. It
does not require any completion prior to contract award but should be reviewed for all necessary
provisions and requirements.
16. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and
Nationality Act (INA) which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only persons who may
legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to
work in the U.S. The employer must verify the identity and employment eligibility of anyone to be
hired, which includes completing the Employment Eligibility Verification Form (1-9). The
Contractor shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is not legally
eligible to perform such services or employment.
17. Indemnification. The bidder is required to indemnify and hold the City harmless from and against
any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or
liability, arising out of any agreement entered into between the parties. Should the City be
named in any suit, or should any claim be brought against it by suit or otherwise, whether the
same be groundless or not, arising out of this Agreement, or its performance, the bidder must
defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the
City for any judgment rendered against it or any sums paid out in settlement or otherwise.
18. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the
amount of at least 10% of the total value of the bid OR 10 % of the value of the 1 " year of service
for service bids, to guarantee that bidders will enter into contract to furnish goods or services
at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to
operate in the state of California. Likewise, a Performance Bond and/or Material and Labor
Bid If PR -14-15-24 3
bonds shall be required of the successful bidder when stated in the specification (cash deposit,
certified or cashier's check or money order may be substituted in lieu of either bond).
Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd.,
Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "BID BOND
FOR" and the bid #, "NO LATER THAN the bid due date and time, for the vendor to be
considered responsive.
19. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall
be provided by using an ACORD certificate of insurance and shall be provided prior to contract
signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa
Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of
$1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit
of $1,000,000), and Worker's Compensation (statutory requirement). For professional services,
Professional Liability with a Ilmit of $1,000,000 may also be required. Insurance shall not be
cancelable or subject to reduction except upon thirty (30) days prior written notice to the City.
Specific insurance requirements will be set forth in any contract awarded to a bidder.
20. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will
be so designated. Bidder is responsible for inspecting and understanding the total scope of the
projects (i.e., specifications, quality, and quantity of work to be performed.)
21. Specifications. Materials differing from slated specifications may be considered, provided such
differences are clearly noted and described, and provided further that such articles are
considered by a City official to be in all essential respects in compliance with the specifications.
22. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in
describing any item contained in the proposal does not restrict bidders 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
supercede any other specifications or requirements cited. Documentation of equivalency must be
submitted with the bid. At a minimum the documentation must demonstrate equivalency in form,
fit, function, quality, performance and all other stated requirements. The City is final determiner of
equivalency. 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.
23. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his
price or prices to others purchasing approximately the same quantities as contemplated by this
contract, the contract prices must be reduced accordingly, and the contractor/vendor will
immediately notify the Purchasing Agent, City of Santa Clarita.
24. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term
of this contract. The City does not pay "surcharges" of any type unless identified in the response
to this bid. All costs will be included in the pricing provided to the City.
25. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds
appropriated for the purpose of this agreement. All funds for payment after June 30 of the current
fiscal year are subject to City's legislative appropriation for this purpose. In the event the
governing body appropriating funds does not allocate sufficient funds for the next succeeding
fiscal year's payments. Then the affected deliveries/services may be (1) terminated without
penalty in their entirety, or (2) reduced in accordance with available funding as deemed
necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of
funds at the earliest possible date.
Bid # PR -14-15-24
26. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting
from this bid, the vendor agrees that the City may procure the articles or services from other
sources and may deduct from the unpaid balance due the vendor, or collect against the bond or
surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be
considered the prevailing market price at the time such purchase is made.
27. Termination. The City may terminate any service or contract with or without cause either verbally
or in writing at any time without penalty.
28. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health
Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued
thereunder, and certifies that all items furnished under this bid will conform and comply with the
indemnity and hold harmless clause for all damages assessed against buyer as a result of
suppliers failure to comply with the Act and the standards issued thereunder and for the failure of
the items furnished under this order to so comply.
29. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor
to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or
otherwise were offered or given by the Contractor, or any agent or representative of the
Contractor, to any officer or employee of the City with a view toward securing an agreement or
securing favorable treatment with respect to the award or amending, or the making of any
determinations with respect to the performance of such agreement; provided, that the existence
of the facts upon which the City makes findings shall be in issue and may be reviewed in any
competent court. In the event of such termination, the City shall be entitled to pursue the same
remedies against the Contractor as the City could pursue in the event of default by the
Contractor.
30. Invoices. Invoices will be forwarded to
City of Santa Clarita
Accounts Payable
23920 Valencia Blvd. Ste. 295
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.
Bid # PR -14-15-24
C.
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.
No subcontractors are allowed for this bid. All drivers and staff must be employed by the
awarded vendor.
Material Safety Data Sheets are required for ALL products delivered with first delivery of
each chemical.
2. Chemicals are required year-round with the following approximate frequency
SEASON
DELIVERY FREQUENCY
Summer (mid-June to mid -Sept)
Weekly @ 6 pools. Deliveries to be made weekly
on Mondays.
Fall (mid -Sept to Nov)
Weekly @ 1 pool, will call as needed @ 5 pools
Winter (Dec to March)
Weekly @ 1 pool, will call as needed @ 5 pools
Spring (April to mid-June)
Weekly @ 1 pool, will call as needed @ 5 pools
'The Aquatic Center may require bi-weekly deliveries June through September and
weekly, September through June.
3.
4.
61
Chemicals are to be delivered to the following 6 locations as needed:
NEWHALL POOL
24907 Newhall Ave.
Newhall, CA 91321
(661) 799-1050
SANTA CLARITA POOL
27285 Seco Canyon Rd.
Saugus, CA 91350
(661) 284-1470
VALENCIA MEADOWS POOL
25671 Fedala Rd.
Valencia, CA 91355
(661) 284-1464
NORTH OAKS POOL
27824 N. Camp Plenty Rd.
Canyon Country, CA 91351
(661) 284-1471
VALENCIA GLEN POOL
23750 Via Gavola
Valencia, CA 91355
(661) 284-1467
AQUATIC CENTER
20850 Centre Pointe Pky.
Santa Clarita, CA 91350
(661) 250-3791
Delivery times are Monday through Friday, anytime between 7:00 a.m. and 7:00 p.m.
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.
6. Orders to be placed by Pete McJunkin, Lance O'Keefe or Doug Botton, only.
gid # PR -7455-24
Contact phone numbers: Pete McJunkin (661) 250-3781, Lance O'Keefe (661) 250-
3767, Doug Botton (661) 250-3772. Do NOT contact staff for questions on this bid or
anything with regards to this solicitation. Contact numbers are for use by awarded
vendor only.
8. Chemical requirement descriptions:
CHEMICAL
a. Sodium Hypochlorite
common name — Chlorine 10-15%
b. Hydrochloric Acid
common name — Muriatic Acid
formula — HCI
c. Sodium Bicarbonate
common name — Baking Soda
formula — NaHCO3
d. Sodium Thiosulfate
only)
e. Soda Ash
f. Hydrochloric Acid (25 %)
common name — Muriatic Acid
formula — HCL
APPROXIMATE AMOUNTS = FY 15-16
60,000 gallons annually (bulk delivery only)
1,500 gallons annually (in 4x1 cases)
12,000 lbs annually (50 Ib. bags only)
400 lbs. annually (50 lbs. bags or smaller
400 lbs. annually (50 Ib. bags only)
17,000 gallons annually (bulk delivery)
g.
Calcium HypoChlorite
1,500 lbs. (100 Ib containers)
Common name — Dry Chlorine
powder
9. The bulk tank capacity at each pool site are 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:
2 tanks @ 500 gallons (chlorine) and 350 gallons (acid)
d.
Valencia Glen:
2 tanks @ 500 gallons (chlorine) and 150 gallons (acid)
e.
Valencia Meadows:
2 tanks @ 500 gallons (chlorine) and 150 gallons (acid)
f.
Aquatic Center:
2 tanks @ 1000 gallons each (chlorine) and 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
the weather and usage.
12. The Hydrochloric Acid cases must be returnable.
Bid # PR -14-15-24
13. 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. Aquatics Center: 10 feet
14. Vendor must comply with all DOT safety regulations.
15. Vendor's delivery service must comply with 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
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. Vendor MUST be able to meet and carry ALL insurance requirements throughout the
length of the awarded contract. Any vendor not able to provide the proper insurance will
be considered "not responsible' whether they are the lowest responding bid or not.
18. The city anticipates the start date of the contract from this bid award to begin July 1,
2015 and ending date is to be June 30, 2016. Each possible renewal will also have a
starting date of July 1 and ending. date of June 30, in each year.
All responding vendors should be aware of this timeline as the timeframe for
completing a contract will be VERY short and the schedule for the first delivery
will be shorter as well.
Bid R PR -14-15-24
0
SAMPLE CONTRACT
MAINTENANCE AGREEMENT
BETWEEN THE CITY OF SANTA CLARIT'A
AND
FOR
THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF SANTA
CLARITA, a general law city and municipal corporation ("CITY") and
("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A, As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and
conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set forth
in the attached Exhibit " ," which is incorporated by reference, for CONTRACTOR's
services. CITY will pay such amount promptly, but not later than thirty (30) days after
receiving CONT'RACfOR's invoice.
2. 'PERM. The term of this Agreement will be from , to The Agreement may
be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit "
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials, equipment,
printing, vehicles, transportation, office space and facilities, and all tests, testing and
analyses, calculation, and all other means whatsoever, except as herein otherwise expressly
specified to be furnished by CITY, necessary or proper to perform and complete the work and
provide the professional services required of CON'T'RACTOR by this Agreement.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must
pay its workers prevailing wages. It is CON PACTOR's responsibility to interpret and
Bid # PR -14-15-24
implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty
or civil damages resulting from a violation of the prevailing wage laws and to indemnify,
defend, and hold harmless CITY as against any claim, demand, or imposition of penalties,
interest, or damages of any kind arising out of Labor Code § 1726, § 1771.6, o any other
provision of the California Prevailing Wage Law. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from CITY's
Engineering Division or the website for State of California Prevailing Wage Determination
at www.dii,.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be
posted at thejob site.
B. If this contract is subject to state prevailing wage requirements of the California Labor
Code including Sections 1770 and 1773, then it is also subject to the City's California
Department of Industrial Relations (DIR) approved Labor Compliance Program. All
covered work classifications required in performance of this contract will be subject to
prevailing wage provisions.'1'lie Contractors and its subcontractors shall pay not less than
the state wage rates and shall further adhere to the requirements contained in the City of
Santa Clarita's Labor Compliance Program, A copy of the Labor Compliance Program is
available for review upon request at the Office of the City.Clerk. All pertinent state
statues and regulations, including, but not limited to those referred to in this contract and
in the City's Labor Compliance Program, are incorporated herein as though set forth in
their entirety. Additionally, the Contractor is responsible for obtaining a current edition
of all applicable state statues and regulations and adhering to the latest editions of such.
C. Protection of Resident Workers
The City of Santa Clarita actively supports the hmnigration and Nationality Act (INA),
which includes provisions addressing employment eligibility, employment verification,
and nondiscrimination. Under the INA, employers may hire only persons who may
legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens
authorized to work in the U.S. The employer must verify the identity and employment
eligibility of anyone to be hired, which includes completing the Employment Eligibility
Verification Form (I-9). The Contractor shall establish appropriate procedures and
controls so no services or products under the Contract Documents will be performed or
manufactured by any worker who is not legally eligible to perform such services or
employment.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has:
Thoroughly investigated and considered the scope of services to be performed;
and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending performance of
the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has
or will investigate the site and is or will be fully acquainted with the conditions there existing,
before commencing the services hereunder. Should CONTRACTOR discover any latent or
Bid # PR -14-15-24 10
unknown conditions that may materially affect the performance of the services,
CONTRACTOR will immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR 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 Limits (combined single)
Commercial general liability: $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
Pollution, Excess liability and Cargo insurance as required when delivering chemicals
B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGI,
Form No. CG 00 01 11 85 or 88. The amount of insurance set froth 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.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 92, including symbol 1 (Any Auto).
D. CONTRACTOR 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 of 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:VII."
Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any
cancellation of coverage. CONTRACTOR 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.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments clue to CONTRACTOR
under this Agreement or terminate. in the alternative, should CONTRACTOR fail to
meet anv of the insurance recuirements under this agredment. City may cancel the
Agreement immediately with no penalty.
F. Should Contractor's insurance required by this Agreement he cancelled at any point prior
to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt
Bid # PR -14-15-24 11
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 la se in
covcra e-
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement
until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization to
proceed, any such professional services are at CONTRACTOR's own risk.
S. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause
B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at
least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure oil its own
terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for damages that
might otherwise arise from CITY's termination under this Section.
9. 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
CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at
CITY's 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.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act
as an independent contactor and will have contol of all work and the manner in which is it pertbnned.
CONTRACTOR will be free to contract for similar service to be performed for other employers while
under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to
participate in any pension plan, insurance, bonus or similar benefits CITY provides faits employees.
Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to
the details of doing the work or to exercise a measure of control over the work means that
CONTRACTOR will follow the direction of the CITY as to end results of the work only.
Bid 9 PR -14-15-24 12
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in writing and
may be given by personal delivery or by mail. Notice sent by mail will be addressed as
follows:
To CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR:
B- When addressed in accordance with this paragraph, notices will be deemed given upon
deposit in the United States mail, postage prepaid. In all other instances, notices will be
deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to be given
by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
'taxpayer Identification Number.
13. WAIVER. A waiver by CITY of any. breach of any term, covenant, or condition contained in this
Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term,
covenant, or condition contained in this Agreement, whether of the same or different character.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and
according to its fair meaning, and this Agreement will never be construed either for or against either
Party.
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to
be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the
opinion of the court to render such portion enforceable and, as so modified, such portion and the
balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference
only and will not affect the interpretation of this Agreement.
17, WAIVER Waiver of any provision of this Agreement will not be deemed to constitute a waiver of
any other provision, nor will such waiver constitute a continuing waiver.
18. INTERPRETATION. Tlus Agreement was dialled in, and will be construed in accordance with the
laws of the Slate of California, and exclusive venue for any action involving this agreement will be in
Los Angeles County.
19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
Bid # PR -1415-24 13
CITY until executed by the City Manager. The Parties represent and warrant that all necessary action
has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in
the actions described herein. This Agreement may be modified by written agreement. CITY's City
Manager may execute any such amendment on behalf of CITY.
20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in -connection with
this Agreement will be considered signed when the signature of a party is delivered by facsimile
transmission. Such facsimile signature will be treated in all respects as having the same effect as an
original signature.
21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between ally
provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of
this Agreement will govern and control.
22. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will immediately
terminate without obligation of either party to the other.
23. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement
between CONTRACTOR and CITY respecting maintenance. To the extent that there are additional
terms and conditions contained in Exhibit " " that are not in conflict with this Agreement, those
terms are incorporated as if fully set forth above. There are no other understandings, terms or other
agreements expressed or implied, oml or written.
24. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and
regulations including, without limitation, CITY's conflict of interest regulations.
25. ELECTRONIC TRANSMISSION OF CONTRACTAND 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)
mid * PR -14-1524 14
IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of
FOR CONTRACTOR:
By: Do Not Sten
Sample onto
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, COPY MANAGER
By:
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNCY
LIN
City Attorney
Date:
Bid S PR -14-15-24 15
E.
PRICING
1. Sodium Hypochlorite price/gallon $ 94
X 60,000 gallons annually (bulk delivery only)
$_56,400,00
2. Hydrochloric Acid/ price/gallon $ 12.80
Muriatic Acid X 1,500 gallons annually (in 4x1 cases)
$ 4,800.00
3. Sodium Bicarbonate price/50 Ib. bag $ 15.70
X 12,000 lbs annually (50 Ib. bags only)
$ 3768.00
4. Sodium Thiosut6te price/50 Ib bag $ 19.28
X 400 Ibs. annually (50 lbs. bags or smaller only)
$ 154.24
5. Soda Ash price/ 50 lb. bag $ 14.25
X 400 lbs. annually (50 Ib. bags only)
$ 114.00
6. Acid —25 % (bulk) price/ gallon $ .96
16,320.00
X 17,000 gallons annually (bulk delivery)
$
7. Calcium HypoChlorite price/100 kb. Bucket $ 133.95
X 1,500 lbs. (100 Ib containers)
$ 1,406,48
8. SUBTOTAL (ADD LINES 1-7) $ 82,962.72
9. CA Tax @.09% (if applicable) $ 7,466,64
10. Delivery Costs $ 0 00
TOTAL (ADD LINES 8,9 AND 10) $ 90,429.36
Bid # PR -14-15-24 16