Loading...
HomeMy Public PortalAbout2014.003 (01-07-14)RESOLUTION NO. 2014.003 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AUTHORIZING AN AGREEMENT WITH DECKSIDE POOL IN AN AMOUNT NOT TO EXCEED $20,000 FOR THE MAINTENANCE AND, REPAIR OF THE POOL AND FOUNTAINS WHEREAS, the Natatorium pool and fountains require maintenance and repair for public safety and aesthetic; and WHEREAS, the cost to maintain and repair the pool and fountains exceed the City Manager's purchasing limit; and WHEREAS, to avoid disruption of services, Deckside Pool can continue the maintenance and repairs pending the completion of a competitive bid process. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY RESOLVE, DECLARE, DETERMINE AND ORDER AS FOLLOWS: Section 1. That the City Council approves an Agreement with Deckside Pool to provide maintenance and repair services to the Natatorium Pool and Bateman Hall fountains in a form approved by the City Attorney for a not to exceed amount of $20,000. Section 2. That the City Council authorizes the Mayor to execute an Agreement with Deckside Pool. Section 3. That the City Council authorizes to include pending invoices currently with Deckside Pool to be included in the Agreement. Section 4. Pursuant to the Lynwood Municipal Code Section 6- 3.13(a)(3), the City Council by way of a 4 /5ths vote that the City Council finds that it may be more economically and efficiently effected to continue with Deckside Pool for FY14 and to authorize staff to initiate a competitive bidding process to secure a vendor for FYI 5. Section 5. That this Resolution shall take effect immediately upon its adoption. PASSED, APPROVED and ADOPTED this 7`h day of January, 2014. ide Castro, Mayor ATTEST: Maria Quinonez, City C erk APPROVED AS TO FORM: Fred Galante, City Attorney APPROVED AS TO CONTENT: O)OW Ric and N. Warrie, Interim.City Manager / M'- i Ii o Murga, D/rEictof , Public Worksl ity Engineer STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 7th day of January, 2014. AYES: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS, SOLACHE HERNANDEZ AND CASTRO NOES: NONE ABSENT: NONE ABSTAIN: NONE VM-zbaQuinonez, City Clerk STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true and correct copy of Resolution No. 2014.003 on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 7th day of January, 2014. Maria Quinonez, City Clerk City of Lynwood Purchase Order Terms and Conditions 1. Agreement. Issuance of the foregoing Purchase Order (which may be for goods, services or a combination of both) by the City of Lynwood ( "City'): (a) constitutes acceptance of the Vendor's offer on the terms and conditions stated in the Purchase Order, these Terms and Conditions and all other accompanying documents or attachments referenced in the Purchase Order, and (b) forms a contract. Vendor agrees that the only terms and conditions that are applicable to the Purchase Order are those issued by the City and no other terms and conditions shall be binding upon the Parties. Any additional or different terms or conditions offered by the Vendor are hereby rejected. If a court of competent jurisdiction holds any part of the foregoing Purchase Order invalid, the balance shall retain its full force and effect. The Purchase Order, these Terms and Conditions and any additional documents, exhibits or attachments incorporated by reference in the Purchase Order, totaling eight (8) pages, set forth the entire agreement between Vendor and City: 2. Acknowledgment. Vendor acknowledges that it has received all applicable plans, specifications, descriptions, drawings, data, and all additional documents, exhibits or attachments to which reference is made in the Purchase Order and in all other accompanying documents or attachments referenced therein. Vendor further acknowledges that the plans, specifications, descriptions, drawings, data, and other documents are adequate to enable Vendor to determine fairly its ability to procure the items ordered, and /or to perform the work or services specified, in the Purchase Order, at the price and in accordance with the specified delivery date(s) and /or performance schedule(s) set forth therein. Vendor represents and warrants that it now has, or it can readily procure without the City's assistance, all the items, facilities, and /or labor necessary for performing the Purchase Order. 3. Assignment. Vendor shall not delegate or subcontract any of the duties or obligations or assign any rights or claims under the foregoing Purchase Order without City's prior written consent. 4. Authorized Distributor. Vendor shall be an authorized distributor of the product sold or must be able to show substantial evidence that the product manufacturer will .honor the manufacturer's warranty of the product when purchased by the City from the Vendor. The City reserves the right to cancel the foregoing Purchase Order if the manufacturer refuses to honor the product warranty. 5. Backorders & Product Substitution. The Vendor shall not backorder any item without first requesting authorization from the City, nor make any product substitution without prior written authorization from the Purchasing Officer. 6. Changes in Purchase Order. It is mutually understood and agreed that no alteration or variation of the terms of the foregoing Purchase Order shall be valid unless made in writing and signed by the appropriate officer of the City or his /her authorized designee, and that no oral understandings or agreements not incorporated therein, and no alterations or variations of the terms thereof unless made in writing between the parties, shall be binding. The City will not compensate Vendor for goods or services not authorized by written Change Order. The City shall have the right to revoke, amend, or modify the foregoing Purchase Order at any time by issuance of a written Change Order. Vendors failure to respond within ten (10) days to a written Change Order shall constitute Vendors acceptance of the change without price or other adjustment. 7. Compliance with Laws — Goods and Services. All goods and services shall comply with all current federal, state, and local laws and regulations relative thereto, including but not limited by those set forth by the California Occupational Safety and Health Act (Cal - OSHA). Vendor further agrees to indemnify, defend and hold the City harmless for any failure to so conform. If, in connection with the specified goods, Vendor is required . to comply with the Occupational Safety and Health Act's hazardous communications standard, VENDOR SHALL PROVIDE COPIES OF APPLICABLE MATERIAL SAFETY DATA SHEETS (MSDS) AT THE TIME OF DELIVERY OF THE GOODS. 8. Conflict of Interest. Vendor represents and warrants that no officer or employee of Vendor is currently a council member, officer, or employee of the City, or a member of its boards, commissions, or committees, except to the extent permitted by law. Vendor further represents and warrants that no council member, officer, or.employee of City has, or shall have, any direct or indirect financial interest in the foregoing Purchase Order. 9. Default by Vendor /Breach of Contract. The City reserves the right to cancel at any time, any or all items not delivered as directed and within the time specified. In case of default by Vendor, the City may procure the goods or services from any source available and may charge the difference between the price named in the Purchase Order and the actual cost thereof to the Vendor. Prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 10. Delivery/Performance - Time is of the Essence. Time is of the essence in this contract and failure to deliver the goods or render the services specified in the Purchase Order shall be a material breach of this contract. If Vendor cannot deliver goods and or render services within the time specified on the Purchase Order, Vendor shall promptly notify City of the earliest possible date for delivery /performance. Notwithstanding such notice, City may terminate the foregoing Purchase Order or any part thereof without liability except for services .previously rendered and /or goods previously delivered and accepted. City's receipt or acceptance of all or part of a nonconforming delivery shall not constitute a waiver of any claim, right or remedy City has under this contract or applicable law. 11. F.O.B. Point and Title. The F.O.B. point for the goods to be provided under the foregoing Purchase Order shall be T.O.B. Destination' (destination to be the address of the City unless otherwise specified, . on the Purchase Order). Except as otherwise expressly provided herein, title to and risk of loss on all items shipped by Vendor, or his agent, shall pass to the City upon the City's inspection and acceptance of such items at the City's premises. Vendor warrants that all articles, materials, and work are free and clear of all liens and encumbrances whatsoever, and that Vendor has a good and marketable title to same, and Vendor agrees to hold City free and harmless against any and all claimants to said article, material, or work. Transportation charges shall be prepaid by the Vendor and added to the invoice. City of Lynwood Purchase Order Terms and Conditions _ Page 1 of 4 City of Lynwood Purchase Order Terms and Conditions THE ORIGINAL FREIGHT BILL MUST BE ATTACHED TO THE SHIPMENT. No charges for transportation, containers, packing, handling, or inside delivery will be allowed unless specifically stated in the foregoing Purchase Order. 12. Force Majeure. Neither party to the foregoing Purchase Order shall be held responsible for delay or default caused by fire, riot, acts of God, and /or war which is beyond that party's reasonable control. City may terminate the foregoing Purchase Order upon written notice after determining such delay or default will reasonably in City's sole discretion prevent successful performance and /or timely delivery of the order. 13. Hold Harmless. Vendor shall indemnify, defend, and hold harmless the City, and its officers, officials, employees and agents, from and against any and all claims asserted, liability, loss damage, expense, costs, including without limitation costs and fees of litigation, of every nature arising out of, directly or indirectly, or in connection with the foregoing Purchase Order or the acts or omissions of Vendor, Vendor's subcontractors, employees, representatives, agents and invitees including, but not limited to, performance of the work hereunder or failure to comply with any of the obligations contained herein, except such loss or damage which was caused by the established active negligence of City or the established sole negligence or willful misconduct of City, its officers, officials, employees and agents. Said indemnification and hold harmless provisions shall be in full force and effect regardless of whether or not there shall be insurance policies covering and applicable to such liability, loss, damage, expense or cost. The Vendor agrees that the use of any and all public streets and improvements that are part of or subject to the foregoing Purchase Order shall be at all times, prior to final acceptance by the City, the sole and exclusive risk of Vendor. The Vendor further specifically agrees that he shall indemnify and hold City free of any liability for any accident, loss or damage to the goods and /or work that is the subject of the foregoing Purchase Order prior to its completion and acceptance by the City. 14. Inspection, Testing, & Approval. Goods shall be received and services rendered subject to City inspection, testing, approval, and acceptance at City premises notwithstanding any prior payment for such goods /services. Goods rejected by City as not conforming may be returned to Vendor at Vendor's risk and expense, and shall not be replaced by Vendor without written authorization from City. Substitutions are not permitted except upon specific written authorization of City. 15. Invoice. Vendor shall bill the City in arrears after goods have been shipped and /or work has been performed. Each Purchase Order shall be invoiced separately, and the City's Purchase Order number must appear on all invoices and packing slips. Goods and services provided under the foregoing Purchase Order must not be billed with those from other Purchase Orders. Goods shall be itemized as shown in the Purchase Order, and tax must be shown as a separate line item. Out -of- state Vendors must indicate their State of California Use Tax Permit number when collecting tax. Mail one original invoice to: City of Lynwood, Public Works Department, 11330 Bullis Road, Lynwood, CA 90262. 16. Law and Venue. The foregoing Purchase Order has been negotiated and executed in the state of California and shall be governed by and construed under the laws of the state of California. 17. Material Safety Data Sheets. Vendor shall conform to California Labor Code Section 6360 and Title 8 C.C.R., Sections 339 and 5194 and submit Material Safety Data Sheets with orders of hazardous substances. 18. Patent/Copyright Indemnity. If any goods sold or delivered to City by Vendor are protected by a patent or copyright, Vendor agrees to indemnify and hold harmless the City of Lynwood, its officers, agents, servants, and employees from and against any and all suits, claims, judgments and costs instituted or recovered against it on account of the use or sale of such goods by City in violation of rights under such patent or copyright. 19. Payment Terms. Payment terms shall be net thirty (30) days from the date of receipt of invoice or acceptance of goods and /or services, whichever occurs last. If City is entitled to a cash discount, the period of computation shall commence on the date of receipt of invoice or acceptance of goods and /or services by City, whichever occurs last. Delay caused by correction of errors and omissions shall extend the discount period and shall be just cause for withholding payment without loss of cash discount by City. City may set off any amount owed by Vendor to City against any amount owed by City to Vendor under the Purchase Order. City shall endeavor to pay each invoice within thirty (30) days, but shall not be responsible to Vendor for additional charges, interest, or penalties due to failure to pay within that period. 20. Permits, Licenses, and Other Requirements. During the term that the Purchase Order is in force, Vendor and its employees shall: (a) obtain and maintain valid permits, licenses, certificates, authorizations and other documents as required by federal, state, county, City and other governmental or regulatory bodies to legally procure the items ordered and /or to perform the work or services specified in the Purchase Order; and (b) comply with all applicable federal, state and local laws, rules, regulations, and orders. 21. Prices. All prices shall be as stated in the foregoing Purchase Order and are firm and not subject to escalation. 22. Proprietary Information. (A) Upon completion or cancellation of the foregoing Purchase Order, Vendor shall return all designs, drawings, and blueprints (Design Materials) that are furnished by the City for the production of the goods. Design Materials shall not be used by the Vendor in the production of materials for any third party without express written consent of the City. Design Materials involve valuable property rights of City and shall be held confidential by Vendor. (B) Vendor shall keep confidential and not disclose or use in any way confidential business or technical information that the City may disclose in conjunction with the foregoing Purchase Order or the Vendor may learn as a result of entering City property to deliver items or services or to perform work hereunder. 23. Quantities. Vendor shall deliver the exact quantities specified in the foregoing Purchase Order. City reserves the right to reject incomplete deliveries and to return at Vendor's risk and expense excess quantities delivered. 24. Rejection Of Disclaimers Of Warranties. THE CITY OF LYNWOOD REJECTS ANY DISCLAIMER BY VENDOR OF ANY WARRANTY, STANDARD, IMPLIED OR EXPRESS UNLESS SPECIFICALLY AGREED TO City of Lynwood Purchase Order Terms and Conditions Page 2 of 4 City of Lynwood Purchase Order Terms and Conditions ELSEWHERE IN THE FOREGOING PURCHASE ORDER, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. 25. Severability. If any provision of the foregoing Purchase Order, and /or these Terms and Conditions, and /or any other accompanying documents, and /or attachments referenced in the Purchase Order is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and conditions shall not be affected; and the rights and obligations of the parties shall be construed and enforced as if the foregoing Purchase Order, and /or these Terms and Conditions, and /or any other accompanying documents, and /or attachments referenced in the Purchase Order did not contain the particular provision held to be invalid. 26. Shipping and Handling Charges. No shipping, transportation, or handling charges will be allowed unless otherwise specified in the foregoing Purchase Order (see "FOB Point and Title" above.) 27. Taxes. All sales, use, excise or similar taxes to be paid by the City must be itemized separately in the foregoing Purchase Order and on invoices. The goods provided under the foregoing Purchase Order are subject to California Sales Tax. 28. Termination for Default. In addition to any other remedies or rights it may have by law, the City may terminate this Purchase Order Agreement with or without cause upon thirty (30) days written notice to Vendor. The effective date of termination shall be upon the date specified in the notice of termination. Vendor agrees that in the event of such termination, City's obligation to pay Vendor shall be limited to payment only for those services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Vendor shall discontinue performing services, preserve the product of the services, and turn over to City the product of the services in accordance with written instruction of City. 29. (No) Waiver. Failure of City to enforce any provision of the foregoing Purchase Order, and /or these Terms and Conditions, and /or any other accompanying documents; and /or attachments referenced in the Purchase Order shall not constitute a waiver or relinquishment by City of the right to such performance in the future nor of the right to enforce any other provision of the Purchase Order, and /or these Terms and Conditions, and /or any other accompanying documents, and /or attachments referenced in the Purchase Order, 30. Warranties. Vendor warrants that the goods delivered and the work or services performed shall conform to the specifications, drawings, samples or other description specified by the City and shall be fit and sufficient for the purpose intended, merchantable, of good materials and workmanship, in good working order and free from defect or faulty workmanship for a period of at least ninety days, after delivery. When defective goods or faulty workmanship is discovered, Vendor shall provide all labor, materials, parts and equipment to correct such defect or make such replacement at no expense to the City. If, after notice, Vendor fails promptly to replace or repair any such goods, Vendor shall promptly refund to City the full purchase price paid by City for such goods. Defective items not meeting the City's specifications shall be held for the Vendor's instructions at the Vendors risk and, if the Vendor so directs, will be returned at the Vendor's expense. In addition to any other express or implied warranties, Vendor warrants that all goods delivered under the foregoing Purchase Order will be new (unless otherwise specifically stated on the Purchase Order). These warranties shall not be deemed to exclude Vendor's standard warranties or other rights or warranties that City may have or obtain. 31. ADDITIONAL TERMS AND CONDITIONS APPLICABLE WHEN THE VENDOR IS TO PERFORM SERVICESMIORK ON CITY-OWNED PREMISES A. Liens. If, during the work, the Vendor allows any indebtedness or lien to accrue for labor, equipment, or materials, which may become a claim against the City, the Vendor shall immediately pay such claim or indebtedness or cause such lien to be dissolved and discharged by giving a bond and, in case of failure to do so, the City may withhold any money due to Vendor until such claim, indebtedness or lien is paid or may apply such money toward the discharge thereof; or the City may, at its option, cancel the foregoing Purchase Order, take possession and control of the work, and complete the same or cause the same to be completed. Vendor shall pay to City the difference between the Purchase Order price and the actual cost to the City in completing or causing the work to be completed. B. Work Performed at Vendor's Risk. The Vendor shall perform the work at Vendor's own risk until the same is fully completed and accepted and shall, in case of any accident, destruction or injury to the work or items before final completion and acceptance, repair or replace the work or items so injured, damaged or destroyed, at Vendors own expense and to the satisfaction of the City. When others furnish items for installation or erection by the Vendor, the Vendor shall receive, unload, store, and handle same at site and become responsible therefore, as though such items were being furnished by the Vendor under the Purchase Order. - C. Insurance. Vendor shall obtain and maintain at its expense, until completion of performance under the foregoing Purchase Order and acceptance by City, the following insurance issued by an admitted insurer authorized to operate in California: a. COMMERCIAL GENERAL LIABILITY naming City, its officials, employees and agents as additional insured's for injury to or death of persons or damage to or loss of property arising from or connected to Vendor's performance hereunder: $1,000,000 combined single limit for each occurrence or $2,000,000 general aggregate. b. AUTOMOBILE LIABILITY: $1,000,000 combined single limit per accident for bodily injury and property damage covering owned, non -owned and hired vehicles. c. WORKER'S COMPENSATION and EMPLOYER'S LIABILITY. As required by the state of California. Each policy must be endorsed to state that coverage shall not be cancelled by either party or reduced in coverage except after 30 days prior written notice to City. Vendor shall furnish to City, before performance of the work, Certificates of Insurance and original endorsements with the original signature of one authorized by the insurer to bind coverage on its behalf. This insurance shall not be deemed to limit Vendor's liability hereunder. Vendor shall require that City of Lynwood Purchase Order Terms and Conditions Page 3 of 4 City of Lynwood Purchase Order Terms and Conditions its subcontractors comply with this Section. City reserves the -right to require complete certified copies of policies. If Vendor fails to furnish said insurance, City may terminate the Purchase Order. D. Specifications. Vendor shall comply with the specifications stated in, incorporated by reference in, or attached to the foregoing Purchase Order. E. Prevailing Wages. Pursuant to provisions of Section 1770, at seq. of the California Labor Code, for all public works contracts, Vendor shall pay its employees the general prevailing rate of wages as determined by the Director of the Department of Industrial Relations. In addition, Vendor shall be responsible for compliance with the requirements of Section 1777.5 of the California Labor Code relating to apprentices on public works contracts. A copy of the prevailing wages to be paid by Vendor is on file with the City Clerk. _ F. (No) Subcontractors. Vendor shall perform the work with its own employees under its immediate supervision. Unless approved by City in advance in writing, Vendor shall not subcontract any portion of the work. G. Independent Contractor. Vendor shall be considered an independent contractor and not an agent or an employee of the City. The Vendor does not qualify for workers' compensation or other fringe benefits of any kind. The Vendor is responsible for paying all required state and federal taxes. H. Non - Discrimination. The Vendor and its agents, employees or subcontractor(s) shall not discriminate against any person in the performance of the foregoing Purchase Order on the basis of race, religion, national origin, color, age, sex, sexual orientation, AIDS, HIV status, handicap, or disabled, and shall comply with applicable federal and state equal employment opportunity laws, ordinances, rules, and regulations. 32. Scope of Services. The Vendor shall complete the work as approved by the Director of Public Works of the City of Lynwood (Director). Vendor provided a proposed price list and services attached hereto as Attachment A. The Scope of Services shall include the maintenance and repair of the Natatorium Pool and Bateman .Hall Fountains and other services as approved by the Director. 33. Term of Agreement. The agreement shall commence on January 7, 2014 and terminate on June 30, 2014. 34. Not -to- Exceed Payment. This Agreement shall not exceed the payment of $20,000 during the duration of the Agreement term. Services shall be approved by the Director prior to commencement. The Not -to- Exceed amount shall include payment of the unpaid invoices for services already incurred as approved by the Director of Public Works. 35. Signatures of Parties. Vendor and City hereby agree to the terms and conditions set forth in the Purchase Order, these Terms and Conditions and any additional documents, exhibits or attachments incorporated by reference in the foregoing Purchase Order. The foregoing Purchase Order shall be of no force and effect unless it has been signed by the City's Purchasing Officer or his /her authorized designee (for goods /services totaling less than $15,000.00) or by the Mayor (for goods and services in excess of $15.000.00). Exception: If the foregoing Purchase Order is for goods /services being provided on a Public Project: the City Manager may sign any Purchase Order totaling $15,000 or less (LMC 6 6- 6.3.a). The City Council under Resolution No. 2014.003 authorized the Mayor to execute a contract with Deckside Pool Service. By. Aide Castro, Mayor Signature of City's Authorized Signer Date: By. k David . Garcia, City Attorney Vendor: Deckside Pool Servic Legal Name of Ve ors�, nn By. may✓ Signature of Vendor's Authorized Signer Title: Pl "iS 110 It'd t� Date: City of Lynwood Purchase Order Terms and Conditions Page 4 of 4 ATTACHMENT A Jarwtary 15, 2014 oEC�cs�r�E pOpL BERVIGE 1612 S. Lyon., Savor fn, At , GA 92705 Fk.orw. 949 -558 -0686 Fa.fu 949 - 713 -7624 yywmrDecks dLPooi, coves 0A836169: C-55 and C-61 City of Lynwood Department of Public Works City Clerk's Office 11330 Bullis road Lynwood, CA 90262 Facility: Fountain at City Hall Thank you for inviting us to present pool service options for your community. DECLARATION OF INSURANCE: We carry commercial insurance with these limits: • Auto: $1,000,000. Mercury Policy AC 11051366. • Worker's Compensation: $1,000,000 Preferred Insurance Policy WKN130497 -3. • General Liability: $1,000;000/$2,000,000. Max Specialty Policy XO 120010006. CONTRACTOR'S LICENSE NUMBER: 836169 — a C -53 swimming pool contractor TAX IDENTIFICATION -- California S- Corporation, ID number 33- 0881599 Add on rice or oanlain Total for ear $ . Year round 12 STOPS PER WEEK 1 $140 P /MON H All chemical prices subject to change w shout notice. Chemical pricing fluctuates based on overall industrial demand and additional EPA, Federal, State and Local laws and regulations. All monthly contract rates are adjusted annually at the contract anniversary date based on the inflation rate as presented by the [JS Department of Labor Bureau of Labor Statistics. Repair rates are adjusted each January using the same criteria. For example, the 2007 rate increase was 3.ir/ . Cancellation of the contract by either parry maybe done at anytime with 30 day written notice. FUEL SURCHARGE: If fuel costs exceed $3.50 per gallon, a $10 per month fuel surcharge maybe required_ PROPOSAL ACCEPTANCE: The se ices and terms described above are accepted as written. Please complete and fax back to 9 13 -7624 INDICATE PREFERRED SER START DATE: Authorized Signature 1>04v.. OUR SERVICES We perform the following procedures at each regular service stop. I. Clean fountain, tile and related facilities as needed. Cleanse tile of dirt, scum and scale deposits. 2. The sides and bottom of fountain shall be kept free from slime and algae. 1 Skim surface to remove Floating debris 4. Remove and clean all strainer baskets around pool and in pump room 5. Maintain proper records in accordance with the Los Angeles Health Department regulations as to operation, pH level, services performed and chemicals uses. 6. The pumps, filters, disinfectant and chemical feeders, flow indicators, gauges and all related parts of the pool water purification system shall be kept in operational condition whenever the pool is available for use. The filters will be disassembled, the grids acid washed, the tanks cleaned and earth replaced every three months. The filters will be backwashed a least once every other week. The chlorinator systems will be properly serviced at least once every other month. 7. All equipment will be maintained in safe, clean and good operating condition. Repairs to equipment wil(be identified and estimates sent for approval prior to repairs performed, 8. water shall be maintained at a Ph level of 7.2 to 8.0. Free chlorine residual most be maintained to at least 1.0 ppm. Cyanuric acid readings will not exceed 100 ppm and shall be tested at least once every three months. All levels will be tested and recorded during ordinary servicing. 9. Maintain correct water levels to assure effective skimming and to prevent cavitation of pumps 10. Calcium hardness will be tested and recorded at bast once every three months. If pool water exceeds 600 ppm, an estimate for drain will be submitted to the board for review. IL Total dissolved solids will be tested at least once every three months. If powspa water exceeds 2000 ppm, an estimate for drain will be submitted for the board to review 11 Contractor will furnish all liquid chlorine, acid, DE and other chemicals (charged per contract) 13. Contractor will famish all additional chemicals, algaecides, dry chemicals, conditioner, foam down required for regular operation of the pool and spa at an additional charge. These chemicals may be stored on premise, 14. All proper emergency signage will be inspected and estimate sent when replacement required. 15. All submerged surfaces (walls, steps and spa) shall be brushed at each service stop. 16. Contractor will provide all necessary servicing and clean ing equipment and tools required for repairs and maintenance. 17. During inclement weather, technicians focus attention and time on protecting equipment and property from the hacads of clogged skimmer lines and over -Flow, During Santa Ana wind events, a two -stop clean -up process begins AFTER the winds subside. CHEMICAL PRICING Bulk chlorine -per gallon (100 -300 gallon delivery) ... .................. .._ .................................. ...... .... .... ...... $1.80 Muriatic Acid - 4 x I gallon case of 4 gallons ....._ ............................................... ............................... $16.00 CO2bulk ­charged per pound ........ _. ...... ___ ...................................................... ..........._._................. $0.24 Shock/Algaecides (per LB or Cal ... ... .................................. ..- ................... ____ ................................... $6,70 Clarifier(per treatment)....... _._ ..... ......... ____ ..... ............... ...- ............... ___ .................. .... .- .._......._. $3900 Cyanuric Acid /Conditioner (dry, I pound) ............................................................. ............................... $3.30 De- foamer (per treatment) .__...._.._ ......................................... ........_...................... ..... .. ... ................ $32.00 D.E. .. ........ ....... ............ ...._._ ......................._.................................. .. ............... . No Charge SERVICE CALL RATES ExtraCleaning Call .... ... ........................ .......................... .. .... ................. .. ............... ......_...................... $42.50 StandardRepair calls._ ......... ....._. .... - ...... ......... ............. ... ... ........... ..... ..................................... ........ . $85.00 Bi -annual filter clean ..... .. ............... _...... .......... _................................................... .............. _,___ ...... $85.00 Heater repairs. . .............. ................ ....... .......__. ... ............................ ___.. ......... $105.00 ..... LargeFountain Drain ............. ....... ........... ___ ....................... ..... ...................... _ ............ .................. $240.00 Electrical or advanced diagnostic . _.. _.. _ ............................. _...... _............................. $10500 Emergency call (business hours).... ........... ......................... ................... ....................................... ...... $127.00 Alter hours call (2 hour minimum) ......... .... .................................... ..... ..................................... ......... $240,00 Emergency call (summer holiday's — Memorial Day, 4th of July, Labor Day).... ... .... ........................$380.00 Contaminationevent.... ........... ....... ........................... - ............ - ........................ __ .......... ... ... _ $280.00 Ja+wary 4,2014 POOL SE RV IGE 1612 S.Lyow, Sa&*, Atw,, CA 92705 Pko -. 949- 858 -0686 Fayu 949- 713 -7624 www: D ecksi.d zPaoL. craw CA836169: C-53 a+ed.0 -61 City of Lynwood Department of Public Works City Clerk's Office 11330 Bullis road Lynwood, CA 90262 Facility: Olympic indoor pool at Natatorium Thank you for inviting us to present pool service options for your community. DECLARATION OF INSURANCE: We carry commercial insurance with these limits: • Auto: $1,000,000. Mercury Policy AC 11057366. • Worker's Compensation: $1,000,000 Preferred Insurance Policy WKN130497 -3. • General Liability: $1,000,0001$2,000,000. Max Specialty Policy X0120010006. CONTRACTOR'S LICENSE NUMBER: 836169 — a C -53 swimming pool contractor TAX IDENTIFICATION -- California S- Corporation, ID number 33- 0881599 Contract Pricing- per scope per sco e o work -all chemicals estra Total for year 84 $6,0 Year round 2 STOPS PER WEEK $570 P /MONTH All chemical prices subject to change without notice. Chemical pricing fluctuates based on overall industrial demand and additional EPA, Federal, State and Local laws and regulations. All monthly contract rates are adjusted annually at the contract anniversary date based on the inflation rate as presented by the US Department of Labor Burem of Labor Statistics. Repair rates are adjusted each January using the same criteria. For example, the 2007 rate increase was 3.9 %. Cancellation of the contract by either party maybe done at any time with 30 day written notice. FUEL SURCHARGE: If fuel costs exceed $3,50 per gallon, a $10 per month fuel surcharge may be required. PROPOSAL ACCEPTANCE: The s rvices an terms described above are accepted as written. Please complete and fax back to 94 13 -76 INDICATE PREFERRED SERVI EST T DATE: i Authorized Signature Da4,u OUR SERVICES We perform the following procedures at each regular service stop. 1. Vacuum, sweep and clean all pools, tile and related facilities as needed. Cleanse the of dirt, scum and scale deposits. 2. The sides and bottom of pool/spa shall be kept free from slime and algae. 3. Skim surface to remove floating debris 4. Remove and clean all strainer baskets around pool and in pump room 5. Maintain proper records in accordance with the Los Angeles Health Department regulations as to operation, pH level, services performed and chemicals uses. 6. The pumps, filters, disinfectant and chemical feeders, flow indicators, gauges and all related parts of the pool water purification system shall be kept in operational condition whenever the pool is available for use The filters will be disassembled, the grids acid washed, the tanks cleaned and earth replaced every three months. The filters will be backwashed at least once every other week. The chlorinator systems will be properly serviced at least once every other month. 7. All equipment will be maintained in safe, clean and good operating condition. Repairs to equipment will be identified and estimates sent for approval prior to repairs performed, 8. Pool water shall be maintained at a Ph level of 7.2 to 8A Free chlorine residual must be maintained to at least 1.0 ppm. Cyznurm acid readings will not exceed 100 ppm and shall be tested at least once every three months. All levels will be tested and recorded during ordinary servicing. 9. Maintain correct water levels to assure effective skimming and to prevent cavitation of pumps 10. Calcium hardness will be tested and recorded at least once every three months. Ifpool water exceeds 600 ppm, an estimate for drain will be submitted to the board for review. 11. Total dissolved solids will be tested at least once every thme months. If pool /spa water exceeds 2000 ppm, an estimate for drain will be submitted for the board in review 12. Pool will be closed for use for a minimum of four hours when water clarity or bacteriological count as specified by Orange county Health Department is exceeded. 13. Contractor will famish all liquid chlorine, acid, DE and other chemicals (charged per contract) 14. Contractor will famish all additional chemicals, algaecides, dry chemicals, conditioner, foam down required for regular operation of the pool and spa at art additional charge. These chemicals may be stored on premise. 15. Set Thermostat as requested by owner for pool /spa operations and record temps in log book 16. 'Chemical feed systems will be refilled and adjusted as required during normal service stops. 17. Circulation and other timers will be set as requested or required by law 18. Gate closing locks and mechanism will be inspected on each stop and management notified if gates are in need of repair. 19. All proper emergency signage will be inspected and estimate sent when replacement required. 20. All submerged surfaces (walls, steps and spa) shall be brushed at each service stop. 21. Contractor will provide all necessary servicing and cleaning equipment and tools required for repairs and maintenance. 22. During inclement weather, technicians focus attention and time on protecting equipment and property from the hazards of clogged skimmer lines and over -flow. During Santa Ana wind events, a two -stop clean -up process begins AFTER the winds subside. Additional Services A preventative maintenance program of inspection and equipment service will be conducted on each pool. monthly. A complete report of the inspection and maintenance performed will be submitted to the manager on request at no extra charge. • You will receive a monthly pump room cleaning and inspection. • All skimmers will have float valves properly adjusted Monthly Chlorinator maintenance will be performed to insure the chlorination systems are working perfectly year round (as required by California State Code). CHEMICAL PRICING Bulk chlorine -per gallon (100 -300 gallon delivery)..,...._ ..... .......... .........._............... ._ ........ .......... ........ $1.80 Muriatic Acid - 4 x I gallon case of gallons ...- ............ ........... ._._...._....._................ .........................$16,00 CO2bulk charged per pound .............. ... ..... ............................. - .......... ........ ...... ............... ..........._.. .... $0.24 Shock/Algaecides (per LB or Gal .. .................. _ - ............ ........ ....... .... .... .......... .___ ... ....... .... .... ..........$6.70 Clarifier (per treatment) ... .... ............. ............... ............... ____ ..... . ............ _.. .......... ....... ..... ... ..... ......... .$39.00 Cyanuric Acid /Conditioner (dry, I .pound) .... - ..... ...................... _... .. ........ ... ................... ......... ........... ....$3.30 De- foamer (per treatment).......... .____ .............. .............. .................. ............................. .... ................. ....$32 00 D.E . .... ..... ........ .... ....... .... ... .............. ........... _.. ......... ...._..... . ............ ................... No Charge SERVICE CALL RATES ExtraCleaning Call, .._ ...... .............__....._...................... ................................................ ............. .. ..... ..542.50 StandardRepair Its ..... .................................... _........... .............................. .................... .............. .... .. ... $85.00 Heaterrepairs .... _......... ............ _ .... ............................... _. _... ... ...... .............................. $105.00 Electrical or advanced diagnostic ........................ _... ......... ..... _.. ..... ................... _........ $105.00 Emergency call (business hours) ............ ..... ........ .. ........ _....._.. .............__._.............. ..... .................. .... $127 00 After hours call (2 hour minimum) .... ____ .......... .. .... _ ..... ........ __... ......... .._.. .............. ...._....._........$240.00 Emergency call (summer holiday's — Memorial Day, 4th of July, labor Day)._... .... .. ........................$380.00 Contamination event ... ......... ................................... ........... ___ .............. ...., ......................................... $280.00 REGULAR and ANNUAL MAINTENANCE PRICES Standard Annual heater inspection for Hi -Defy or Lechinvar (SOOK BTU and above ) .......................$480.00 Standard Annual heater inspection for Raypak or Lochinvar 400K BTU and below) .. ........................$120.00