Loading...
HomeMy WebLinkAbout20-Parks and Rec i ORIGINAL CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION From:Kevin Hawkins, Director Subject: Resolution authorizing the Director of i Finance to increase Purchase Order No. i Dept: Parks, Recreation& Community Services 208064 issued to Waterline i Technologies, Inc. in the amount of Date: June 9, 2008 $7,500, from $30,940 to $38,440, for pool chemicals to be utilized at City pool sites. M/CC Meeting Date: June 16, 2008 Synopsis of Previous Council Action: ? June 5, 2006—Council authorized Purchase Order in the amount of$30,940 to Waterline Technologies, Inc. for pool chemicals for FY 2006/2007, with two one-year renewal options. June 18, 2007—Purchase Order increased to $36,000 to cover costs for the remainder of FY 2006/2007. Recommended motion: Adopt Resolution. Signature I Contact person: Kevin Hawkins Phone: 384-5244 1 Supporting data attached: Ward: Citvwide FUNDING EQUIREMENTS: Amount: Additional $7,500, Increasing P.O. No. 208064 from $30,490 to $38,440. Source: Acct.No.001-389-5111 Finance: Council Notes: Agenda Item No. V CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect• Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the Director of Finance to increase Purchase Order No. 208064 issued to Waterline Technologies, Inc. in the amount of$7,500, from $30,940 to $38,440, for pool chemicals to be utilized at City pool sites. Background: At the June 5, 2006 Council meeting, Council authorized an annual Purchase Order to Waterline Technologies, Inc. in the amount of $30,940 for pool chemicals for FY 2006/2007, with two one-year renewal options. On June 18, 2007, the annual purchase order was increased to $36,000 to cover the pool chemical costs for the remainder of FY 2006/2007. The two liquid chemicals (chlorine and acid) are required year-round to maintain proper water balance and sanitation, with the heaviest consumption during the high use summer months. It is estimated that a total of$38,440 is needed to cover the cost of pool chemicals for FY 2007/2008. Therefore, an increase in the amount of $7,500 is being requested to Purchase Order No. 208064. The increase will cover the accumulated costs in excess of the $30,940 purchase order for the current fiscal year, which exceeded $4,300 on June 0, 2008, as well as the predicted use of liquid acid and liquid chlorine at the City's six swimming pool locations for the balance of FY 2007/2008. For FY 2008/2009, the Parks, Recreation and Community Services Department will be submitting the request for annual Purchase Order in the higher amount so that it will not be necessary to request an increase to the P.O. amount during the fiscal year. Due to health and safety issues, the County of San Bernardino Department of Public Health codes require that minimum water sanitation levels be maintained before the pools are made available for public use. Additionally, maintenance of pH and chlorine levels at these standards is critical to optimal equipment operation, which helps mitigate the need for costly repairs and down time. Financial Impact Funding in the amount of$7,500 will be available in Account No. 001-389-5111 to cover the cost of the increase to Purchase Order No. 208064. Recommendation Adopt Resolution. ' I PY1 RESOLUTION NO. C (O 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 3 SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE TO INCREASE PURCHASE ORDER NO. 208064 ISSUED TO WATERLINE TECHNOLOGIES, INC. IN 4 THE AMOUNT OF$7,500, FROM $30,940 TO $38,440 FOR POOL CHEMICALS TO BE UTILIZED AT CITY POOL SITES. 5 6 WHEREAS, by Resolution No. 2006-165, the Mayor and Common Council authorized 7 the issuance of a purchase order to Waterline Technologies, Inc., for the purchase of swimming 8 pool chemicals, with two one-year renewals; and, 9 WHEREAS, by Resolution No. 2007-194, the Mayor and Common Council renewed said 10 11 Purchase Order for FY 2007/2008; and, 12 WHEREAS, the Mayor and Common Council desires to exercise its option to renew said 13 Purchase Order for the second year; 14 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 15 OF SAN BERNARDINO AS FOLLOWS: 16 SECTION 1. That the Director of Finance is authorized to increase Purchase Order No. 17 208064 to Waterline Technologies, Inc. by the amount of$7,500, from $30,940 to $38,440 for FY 18 2008/2009; a copy of such Purchase Order is attached hereto and incorporated herein as Exhibit 19 "A" 20 SECTION 2. That the authorization granted herein is void and of no effect if not 21 executed within ninety days of the date that this Resolution is adopted. 22 23 24 25 HI 26 27 28 I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE TO INCREASE 2 PURCHASE ORDER NO. 208064 ISSUED TO WATERLINE TECHNOLOGIES, INC. IN 3 THE AMOUNT OF$7,500, FROM $30,940 TO $38,440 FOR POOL CHEMICALS TO BE UTILIZED AT CITY POOL SITES. 4 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a meeting thereof, held on the 7 day of , 2008, by the following vote, to wit: 8 Council Members: AYES NAYS ABSTAIN ABSENT 9 ESTRADA 10 11 BAXTER 12 BRES KER 13 DERRY 14 KELLEY 15 JOHNSON 16 MCCAMMACK 17 18 19 Rachel G. Clark, City Clerk 20 21 The foregoing resolution is hereby approved this day of , 2008. 22 23 Patrick J. Morris, Mayor 24 City of San Bernardino 25 Approved as to form: 26 JAMES F. PENMAN 27 Cit Attorney 28 61 CITY OF SAN BERNARDINO OFFICE OF THE PURCHASING DIVISION 300 N. "D" ST. SAN BERNARDINO,CALIFORNIA 92418 QRIE#i L - �: 5�rrlN.r..�'u'.k�•!!s4- '..�u�:i'sxvn`' .. leed'erafYN" 1 R�.QIJI.R1"D DELIVERY LOCATION. ENDOR WATERLINE TECHNOLOGIES FACILITIES MANAGEMENT FORMERLY POOL SUPPLY OF ORANGE COUNTY 300 N. "D" STREET 620 N SANTIAGO SAN BERNARDINO CA 92418 SANTA ANA CA 92701 Attn: TOM BERREY OR JOSEPH DELZINGAR s3�¢,%'h. 3 tarty k s n,s-:° §l,: z1 •k ,dmd.4E's y z� .a r : ,Yilz I 2 ET `CI 41 )MMENTS ;'I-'.M QUANTITY UNIT DESCRIPTION UNITTRICE EXTENDED AM' 0LJNT 1 LT 38,440.00 R 3 �„.,s 4A �.t�L� � _.� � R� fi !F 3.iv4%T N k �b� Y, ..y Y✓4� „fa^: � /yam �,G CITY 'T: rI1 EIS' i � K. PO EF E'rTTt'E 7/ 1/0 fiJ30/08 Z � CHANGE ORDER `1 DATED 06/ 16/08 INCREASE BY: $7,500, FROM: $30,940, To' $:38,f'44CI Memo Accounting it r;`-ma t ion Only General Ledger Account Number Distribution 001-325-5111-0000 38,440,00 SUBJECT TO TERMS e'r CONDITIONS STATED ON REVERSE 38,44(1.00 13.00 PURCHASING OFFICIAL I 3$ 440 • ` This order is subject to the following terms and conditions IMPORTANT INVOICES MUST BE FORWARDED TO THE DEPARTMENT PLACING THIS ORDER immediately upon delivery of articles or performance of services ordered hereon or unless otherwise indicated Invoices must show on their face the number of this order,which appears in the upper right hand corner hereof, the name of the department to which the goods were furnished;that the same covers complete or partial delivery or performance as the case may be, and amount of prompt payment discount. FREIGHT CHARGES, IF ALLOWED, MUST BE PREPAID AND ITEMIZED ON INVOICE. ALL PURCHASES F.O.B. DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER.ALL ARTICLES OR SERVICES FURNISHED PURSUANT TO THIS PURCHASE ORDER SHALL COMPLY WITH ALL CAL-OSHA STANDARDS AND REGULATIONS AND ALL APPLICABLE GOVERNMENTAL LAWS AND ORDERS. 1. This Purchase Order is limited to the Terms and Conditions contained on the face and back hereof. Any ;additional or different terms in the seller's form are hereby deemed to be material alterations and notice of objection to them and rejection of them is hereby given. No variation in prices, quality, quantity, deliveries or specifications of this order, nor automatic renewal of services or annual orders, irrespective of the wording of seller's acceptance,will be effective without the written consent of the Purchasing Manager. 2. ALL PURCHASES F.O.B. DESTINATION DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER. 3. Packing lists must accompany each shipment showing our order number,description,part number for each item and name of"Deliver to" department. 4. Shipments must be identified as"Partial" or "Complete". 5. Material is subject to buyer's inspection and approval within a reasonable time after delivery; if specifications are not met or if material is not approved, material may be returned at seller's expense. 6. Send invoice promptly for each partial or complete shipment,showing our order number. 7. Invoice each Purchase Order separately, in duplicate. 8• In connection with any prompt payment discount specified on this order,time will be computed from the date of complete delivery of articles or services as specified; or from the date correct invoices are received in the Finance Department if the latter date is later than the date of delivery. Payment is deemed to be made,for the purpose of earning the discount on the date of mailing the city warrant or check. 9• C.O.D. Shipments will not be accepted. 10. Overshipments, unless specifically authorized by the Purchasing Manager will not be accepted. 11. Vendor shall supply all items, components, parts, processes, etc. as furnished and supplied as his "standard" article or service and as so advertised,whether or not such items, components,parts,processes, etc. are specifically specified herein. 12. All articles or services furnished pursuant to this purchase order shall comply with all CAL-OSHA standards and regulations and all applicable governmental laws and orders. 13. Ownership of all artwork,film, negatives, computer files, diskettes, CD Roms and other related media,whether supplied by the City to Seller or produced for the City by the Seller for the fulfillment of this order, shall be retained by the City. Seller shall surrender all such materials to the City upon demand. 14. TERMINATION-City reserves the right to terminate its obligations under this order or any part hereof if any delivery is not made within the time provided,or, if no time is specified,within a reasonable time, or if the material that is delivered is not as specified. Such right shall be in addition to City's other legal rights, whether set forth in this order or not. Acceptance of any part of the order shall not bind City to accept future services or shipments, nor deprive it of the right to stop performance of existing services or return goods already accepted. THE CITY OF SAN BERNARDINO WILL NOT BE RESPONSIBLE FOR ARTICLES OR SERVICES FURNISHED OFFICIALS OR EMPLOYEES WITHOUT A PURCHASE ORDER SIGNED BY THE PURCHASING MANAGER OR HIS AUTHORIZED REPRESENTATIVE. In submitting a bid to a public purchasing body,the bidder offers and agrees that if the bid is accepted,it will assign to the purchasing body all rights,title,and interest in and to all causes of action it may have under any applicable Federal or State Laws arising from purchases of goods,materials, or services by the bidder for sale to the Purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 7ORDE--R A CITY OF SAN BERNARDINO OFFICE OF THE PURCHASING DIVISION 300 N. `D ST SAN BERNARDINO,CALIFORNIA 92418 t3AT O7/01l07 REgUIRED I1ET��Y ATE . f DELIVERY LOCATION.- ENDOR WATERLINE TECHNOLOGIES FACILITIES MANAGEMENT FORMERLY POOL SUPPLY OF ORANGE COUNTY 300 N. "D" STREET 620 N SANTIAGO SAN BERNARDINO CA 92418 SANTA ANA CA 92701 Attn: TOM BERREY OR JOSEPH DELZINGAR 1,1ik o. 13832 NET 5Q DESTINATION )MMENTS EM QUANTITV UNIT DESCRIPTION UNITPRICE EXTENDED AMOUN'l 1 LT 38,440.00 CITY CONTACT: JIM SHARER 909/384-5244. PO EFFECTIVE 7/1/07 - 6/30/08 CHANGE ORDER III DATED 06/X16/08 INCREASE BY: $7,500, FROM: $30,940, TO: $38,440 x.r:rr±k�>kstirCS':�;��`:a'e$c9r9c4cac*9:*ar�$cYk�c�c�cY�r��4***#*�*$e��k�:�*�Sr�k��rat9etktt��i#3e�e�e3t�t�c�'rh>k�cae�3e�t3r�'.thy:::�t�tdt�aYac�t3cYc3e�e�c�eic�t� Memo Accounting Info:°:rint:i or) (H),I y General Ledger Account Number Distribution Ca 5-5 Ii.i-0000 38,440.00 A Pt"ROVED AS TO FORM: JP,nies F. Peitman, t� Attorney °b B • SUBJECT TO TERMS er CONDITIONS STATED ON REVERSE f 2,a . PURCHASING OFFICIAL 38,440-00 s This order is subject to the following terms and conditions IMPORTANT INVOICES MUST BE FORWARDED TO THE DEPARTMENT PLACING THIS ORDER immediately upon delivery of articles or performance of services ordered hereon or unless otherwise indicated Invoices must show on their face the number of this order,which appears in the upper right hand corner hereof, the name of the department to which the goods were furnished;that the same covers complete or partial delivery or performance as the case may be, and amount of prompt payment discount. FREIGHT CHARGES, IF ALLOWED, MUST BE PREPAID AND ITEMIZED ON INVOICE. ALL PURCHASES F.O.B. DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER.ALL ARTICLES OR SERVICES FURNISHED PURSUANT TO THIS PURCHASE ORDER SHALL COMPLY WITH ALL CAL-OSHA STANDARDS AND REGULATIONS AND ALL APPLICABLE GOVERNMENTAL LAWS AND ORDERS. 1. This Purchase Order is limited to the Terms and Conditions contained on the face and back hereof. Any ;additional or different terms in the seller's form are hereby deemed to be material alterations and notice of objection to them and rejection of them is hereby given. No variation in prices, quality, quantity, deliveries or specifications of this order, nor automatic renewal of services or annual orders, irrespective of the wording of seller's acceptance,will be effective without the written consent of the Purchasing Manager. 2. ALL PURCHASES F.O.B. DESTINATION DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER. 3. Packing lists must accompany each shipment showing our order number,description,part number for each item and name of"Deliver to" department. 4. Shipments must be identified as"Partial" or"Complete". 5. Material is subject to buyer's inspection and approval within a reasonable time after delivery; if specifications are not met or if material is not approved, material may be returned at seller's expense. 6. Send invoice promptly for each partial or complete shipment,showing our order number. 7. Invoice each Purchase Order separately, in duplicate. 8. In connection with any prompt payment discount specified on this order,time will be computed from the date of complete delivery of articles or services as specified; or from the date correct invoices are received in the Finance Department if the latter date is later than the date of delivery. Payment is deemed to be made,for the purpose of earning the discount on the date of mailing the city warrant or check. 9. C.O.D. Shipments will not be accepted. 10. Overshipments, unless specifically authorized by the Purchasing Manager will not be accepted. 11. Vendor shall supply all items, components, parts, processes, etc. as furnished and supplied as his "standard" article or service and as so advertised,whether or not such items,components,parts,processes, etc. are specifically specified herein. 12. All articles or services furnished pursuant to this purchase order shall comply with all CAL-OSHA standards and regulations and all applicable governmental laws and orders. At 13. Ownership of all artwork,film, negatives, computer files, diskettes, CD Roms and other related media,whether supplied by the City to Seller or produced for the City by the Seller for the fulfillment of this order, shall Lueamtain6d by-the Qity. Seller shall surrender all such materials to the City upon demand. ; 14. TERMINATION-City reserves the right to terminate its obligations under this order or any part hereof if any delivery is not made within the time provided, or,if no time is specified,within a reasonable time,or if the material that is delivered is not as specified. Such right shall be in addition to City's other legal rights, whether set.forth,1Li this Qrda of not. Acceptance of any part of the order shall not bind City to accept future services or shipments,nor deprive it of the right to stop performance of existing services or return goods already accepted. THE CITY OF SAN BERNARDINO WILL NOT BE RESPONSIBLE FORARTICLES OR SERVICES FURNISHED OFFICIALS OR EMPLOYEES WITHOUT A PURCHASE ORDER SIGNED BY THE PURCHASING MANAGER 0 OR HIS AUTHORIZED REPRESENTATIVE. In submitting a bid to a public purchasing body,the bidder offers and agrees that if the bid is accepted,it will assign to the purchasing body all rights,title,and interest in and to all causes of action it may have under any applicable Federal or State Laws arising from purchases of goods, materials, or services by the bidder for sale to the Purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the