File #: 2021-535    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 6/24/2021 In control: City Council
On agenda: 7/20/2021 Final action:
Title: CONSIDER AWARDING A PUBLIC WORKS AGREEMENT WITH WATERLINE TECHNOLOGIES, INC. FOR THE DELIVERY OF POOL CHEMICALS AT VARIOUS CITY OF CARSON POOL LOCATIONS (CITY COUNCIL)
Attachments: 1. DOC071521, 2. BID REGISTER - IFB 21-03
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Report to Mayor and City Council

Tuesday, July 06, 2021

Consent

 

 

SUBJECT:                     

Title

CONSIDER AWARDING A PUBLIC WORKS AGREEMENT WITH WATERLINE TECHNOLOGIES, INC. FOR THE DELIVERY OF POOL CHEMICALS AT VARIOUS CITY OF CARSON POOL LOCATIONS (CITY COUNCIL)

 

Body

I.                     SUMMARY

Invitation For Bid (IFB) No. 21-03 was released on April 8, 2021 to solicit proposals from qualified firms to provide pool chemical delivery services for various City of Carson pools for a three year period, with two one-year extensions. In response to the IFB, staff received three (3) bids. After careful analysis and evaluation of the proposals, staff is recommending the City Council to award a contract to Waterline Technologies, Inc.

 II.                     RECOMMENDATION

Recommendation

                     TAKE the following actions:

1.                     APPROVE a Public Works Agreement with Waterline Technologies, Inc. to provide  Pool Chemical delivery services to City of Carson pools in an amount not-to-exceed $72,000 for an initial three-year term, with City options to extend the term for up to two additional one-year periods thereafter at compensation not-to-exceeds $24,000 per one-year option (Exhibit No. 1)

 

2.                     AUTHORIZE Mayor to execute the Agreement following approval as to form by City Attorney.

 

Body

III.                     ALTERNATIVES

1.                     REJECT all proposals and direct staff to initiate a new IFB process.

 

2.                     TAKE any other action the City Council deems appropriate, consistent with the requirements of applicable law.

 

 

IV.                     BACKGROUND

The City of Carson is responsible for the care and upkeep of two pools, two aquatic facilities, one splash pad, and two fountains: Carson Park Pool (170,000 gallons), Foisia Park Pool (180,000 gallons), Dominguez Park Aquatic Center (170,000), and Hemingway Park Aquatic Center (150,000 gallons) for approximately 670,000 gallons in volume.

Pool chemicals, such as UN 1789, hypochlorite solution and sodium hypochlorite eliminate bacteria and algae from pools by way of disinfection. Regularly disinfecting pools and aquatic centers with these chemicals is necessary to ensure the health and safety of the City’s pool users and to meet Los Angeles County Health code regulations.

From April 8, 2021, through April 29, 2021, an IFB process took place. The IFB was advertised through PlanetBids and the Daily Journal and resulted in the receipt of three (3) bids (Exhibit No. 2).

The main objective of an IFB is to obtain contractor cost proposals to complete the project and not on services. As part of the review, staff determined that the cost proposals from Northstar Chemical, Inc. and The Illini Companies, Inc. were more than Waterline Technologies, Inc. While all the bidders were materially responsive pursuant to Carson Municipal Code (CMC) Section 2610(i) of the City’s Purchasing Ordinance, Waterline is the most cost efficient by having an all-inclusive price (shipping and pesticide fee included) and most experienced amongst the three with 57 years of experience as a contractor in this type of work. By comparison, Northstar has 8 years and Illini has 17 years. Waterline’s references were all positive.

A notice of intent to award the contract to Waterline was issued on June 8, 2021.

Accordingly, pursuant to Carson Municipal Code Section 2611(c), staff recommends that the City Council award the contract to Waterline. The proposed Agreement with Waterline provides for on-call pool chemical delivery services to be performed for a three-year term for a not-to-exceed contract sum of $72,000, with City options to extend the term for up to two additional one-year periods for additional compensation in the amount of up to $24,000 per one year extension period.

V.                     FISCAL IMPACT

Staff is not anticipating any additional fiscal impact with the three-year contract. Funds for this service were included in the FY 2021/22 General Fund budget under the account numbers 101-80-840-102-6004.

VI.                     EXHIBITS

1.  Waterline Technologies, Inc. Contract (pgs. 4-15)

2.  Bid Register (pg. 16)

 

Prepared by:  Ariel De La Paz, Superintendent of Landscape & Building and Modesto Bolanos, Facility Maintenance Supervisor.