HomeMy WebLinkAbout2026-01-13; City Council; Resolution 2026-005RESOLUTION NO. 2026-005 .
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, AUTHORIZING EXECUTION OF AN AGREEMENT FOR POOL
CHEMICAL SUPPLY AND DELIVERY SERVICES AT CITY AQUATIC FACILITIES
WITH HERITAGE POOL SUPPLY GROUP, INC. IN AN AMOUNT NOT TO
EXCEED $200,000 FOR THE INITIAL ONE-YEAR TERM
WHEREAS, the City of Carlsbad operates two aquatic facilities, the Alga Norte Aquatic Center
and the Monroe Street Pool, that require the ongoing delivery of pool chemicals to maintain safe and
healthy water quality for public use; and
WHEREAS, maintaining the proper chemical balance of pool water is essential to ensuring
compliance with local and state regulations; and
WHEREAS, in recent years the cost of pool chemicals has increased significantly, resulting in
projected expenses that would exceed the contractual threshold for City Manager approval; and
WHEREAS, per Carlsbad Municipal Code Section 3.28.040(D)(1), agreements for goods, services,
and/or professional services exceeding $100,000 per agreement year require City Council approval;
and
WHEREAS, on July 29, 2025, the city advertised a Request for Bids, or RFB, for pool chemicals
supply and delivery services to city aquatic facilities, and
WHEREAS, the scope of services in the RFB included the provision and bulk delivery of pool
chemicals, including but not limited to liquid chlorine, muriatic acid, sodium bicarbonate, and sodium
thiosulfate, offloading into on-site storage tanks at city aquatic facilities using contractor-provided
equipment, in compliance with all applicable safety and environmental regulations; and
WHEREAS, staff received four proposals in response to the RFB by Aug. 29, 2025; and
WHEREAS, the city utilizes a best value evaluation system for goods and services, and staff
conducted a review of the four proposals received, according to the pre-established criteria; and
WHEREAS, staff determined the proposal submitted by Heritage Pool Supply Group, Inc., to be
the best value in addressing the city’s requirements and scope of services, and
WHEREAS, staff recommend authorizing the execution of a services agreement with Heritage
Pool Supply Group, Inc., for pool chemical supply and delivery services to city aquatic facilities, in an
amount not-to-exceed $200,000 for the initial one-year term; and
Jan. 13, 2026 Item #8 Page 3 of 13
Exhibit 1
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
WHEREAS, sufficient funds are available for the initial term of this agreement in the Parks &
Recreation Department’s Fiscal Year 2025-26 operating budgets for aquatic facilities.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as
follows:
1.That the above recitations are true and correct.
2.That the proposed action is not a “project” as defined by CEQA Section 21065 and CEQA
Guidelines Section 15378(a) and does not require environmental review under CEQA
Guidelines Section 15060(c)(2) because the action is limited to the execution of an
agreement to provide pool chemical supply and delivery services to city aquatic
facilities. The action has no potential to cause either a direct physical change in the
environment or a reasonably foreseeable indirect physical change in the environment.
3.That the Mayor of the City of Carlsbad is hereby authorized and directed to execute an
agreement with Heritage Pool Supply Group, Inc., for pool chemical supply and delivery
services, in an amount not to exceed $200,000 for the initial one-year term, which
agreement is attached hereto as Attachment A.
4.That the City Manager or designee is hereby authorized to execute amendments to
extend the agreement for four additional one-year terms or parts thereof, in an amount
not to exceed $200,000, per agreement year.
PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City
of Carlsbad on the 13th day of January, 2026, by the following vote, to wit:
AYES: Blackburn, Bhat-Patel, Acosta, Burkholder, Shin.
NAYS: None.
ABSTAIN: None.
ABSENT: None.
______________________________________
KEITH BLACKBURN, Mayor
______________________________________
SHERRY FREISINGER, City Clerk
(SEAL)
Jan. 13, 2026 Item #8 Page 4 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
Page 1 City Attorney Approved Version 5/30/2025
AGREEMENT FOR POOL CHEMICAL SUPPLY AND DELIVERY SERVICES
HERITAGE POOL SUPPLY GROUP, INC.
THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day of
_________________________, 2026, by and between the City of Carlsbad, California, a municipal
corporation ("City") and Heritage Pool Supply Group, Inc., a Delaware corporation, ("Contractor").
RECITALS
A. City requires the professional services of a consultant that is experienced in chemical
supply and delivery.
B. Contractor has the necessary experience in providing professional services and advice
related to chemical supply and delivery.
C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to
perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained in this
Agreement, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services ("Services") that are
defined in attached Exhibit "A," which is incorporated by this reference in accordance with this
Agreement’s terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan
Southern California area, and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year(s) from the date first above
written. The City Manager may amend the Agreement to extend it for four (4) additional one (1) year(s)or
parts of a year. Extensions will be based upon a satisfactory review of Contractor's performance, City
needs, and appropriation of funds by the City Council. The parties will prepare a written amendment
indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5.COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term shall not exceed
two hundred thousand dollars ($200,000). No other compensation for the Services will be allowed except
for items covered by subsequent amendments to this Agreement. If City elects to extend the Agreement,
the amount shall not exceed) two hundred thousand dollars ($200,000) per Agreement year. Payment
terms are Net 30 unless otherwise provided in Exhibit “A” or agreed to in writing by the parties. City
reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or
Services specified in Exhibit "A."
Attachment A
Jan. 13, 2026 Item #8 Page 5 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
14th
January
Page 2 City Attorney Approved Version 5/30/2025
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A."
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit
of Contractor's independent calling, and not as an employee of City. Contractor will be under the control
of City only as to the result to be accomplished, but will consult with City as necessary. The persons used
by Contractor to provide services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to this Agreement will be the full and complete compensation
to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of
Contractor or its agents, employees or subcontractors. City will not be required to pay any workers'
compensation insurance or unemployment contributions on behalf of Contractor or its employees or
subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers' compensation
payment which City may be required to make on behalf of Contractor or any agent, employee, or
subcontractor of Contractor for work done under this Agreement. At City’s election, City may deduct the
indemnification amount from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City. If
Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and
omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the
subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor.
Nothing contained in this Agreement will create any contractual relationship between any subcontractor
of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind
every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement
applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved
in writing by City.
8. OTHER CONTRACTORS
City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by City), indemnify, and hold harmless the City and
its officers, elected and appointed officials, employees and volunteers from and against all claims,
damages, losses and expenses including attorneys fees arising out of the performance of the work
described in this Agreement caused by any negligence, recklessness, or willful misconduct of Contractor,
any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any
of them may be liable.
If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s
performance as a “design professional” (as that term is defined under California Civil Code Section
2782.8), then, and only to the extent required by California Civil Code Section 2782.8, which is fully
incorporated in this Agreement, Contractor’s indemnification obligation shall be limited to claims that
arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Contractor, and,
upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability
Jan. 13, 2026 Item #8 Page 6 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
Page 3 City Attorney Approved Version 5/30/2025
for such claim, including the cost to defend, shall not exceed Contractor’s proportionate percentage of
fault.
The parties expressly agree that any payment, attorneys fee, costs or expense City incurs or makes to or
on behalf of an injured employee under City’s self-administered workers’ compensation program is
included as a loss, expense or cost for the purposes of this section, and that this section will survive the
expiration or early termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all amendments,
insurance against claims for injuries to persons or damage to property which may arise out of or in
connection with performance of the services by Contractor or Contractor’s agents, representatives,
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
authorized to do business in the State of California. The insurance carrier is required to have a current
Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of
Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”;
OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC)
latest quarterly listings report.
10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations
under this Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect
Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense.
The full limits available to the named insured shall also be available and applicable to City as an additional
insured.
10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis,
including personal and advertising injury, with limits no less than $2,000,000 per occurrence. If a general
aggregate limit applies, either the general aggregate limit shall apply separately to this project/location
or the general aggregate limit shall be twice the required occurrence limit.
10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for
City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession
with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years
following the date of completion of the work.
10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
Jan. 13, 2026 Item #8 Page 7 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
Page 4 City Attorney Approved Version 5/30/2025
10.2.1 City will be named as an additional insured on Commercial General Liability which shall
provide primary coverage to City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
10.2.3 If Contractor maintains higher limits than the minimums shown above, City requires and
will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance and coverage will be available to City.
10.2.4 This insurance will be in force during the life of the Agreement and any extensions of it
and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant
to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages,
then City will have the option to declare Contractor in breach, or may purchase replacement insurance or
pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor
is responsible for any payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor under this
Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and
certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as
may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during
normal business hours to examine, audit, and make transcripts or copies of records and any other
documents created pursuant to this Agreement. Contractor will allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of four (4) years from the
date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this
Agreement is the property of City. In the event this Agreement is terminated, all work product produced
by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered
at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s
records.
Jan. 13, 2026 Item #8 Page 8 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
Page 5 City Attorney Approved Version 5/30/2025
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor
relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement are:
For City:For Contractor:
Name Nick Davidson Name Andrea Lopez
Title Recreation Area Manager Title Commercial Territory Sales Manager
Dept Parks & Recreation Address 4200 Schmitt Ave.
CITY OF CARLSBAD Louisville, KY 40213
Address 6565 Alicante Road Phone 949-781-9287
Carlsbad, CA 92009 Email andrea.lopez@recreonics.com
Phone 442-339-5762
Each party will notify the other immediately of any changes of address that would require any notice or
delivery to be directed to another address.
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. Contractor shall report investments or
interests as required in the City of Carlsbad Conflict of Interest Code.
Yes No
If yes, list the contact information below for all individuals required to file:
Name Email Phone Number
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which
in any manner affect those employed by Contractor, or in any way affect the performance of the Services
by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and
regulations and will be responsible for the compliance of Contractor's services with all applicable laws,
ordinances and regulations.
Jan. 13, 2026 Item #8 Page 9 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
City Attorney Approved Version 5/30/2025
Page 6
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will
comply with those requirements, including, but not limited to, verifying the eligibility for employment of
all agents, employees, subcontractors and consultants whose services are required by this Agreement.
18. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
19. DISCRIMINATION, HARASSMENT, AND RETALIATIONPROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination, harassment, and retaliation.
20. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will be used
to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties.
Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A
copy of such documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative receiving the letter
will reply to the letter along with a recommended method of resolution within ten (10) business days. If
the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will
be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended
by each party and may then opt to direct a solution to the problem. In such cases, the action of the City
Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the
parties from seeking remedies available to them at law.
21. TERMINATION
In the event of Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this
Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides
to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may
terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor
has five (5) business days to deliver any documents owned by City and all work in progress to City address
contained in this Agreement. City will make a determination of fact based upon the work product
delivered to City and of the percentage of work that Contractor has performed which is usable and of
worth to City in having the Agreement completed. Based upon that finding City will determine the final
payment of the Agreement.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor
may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of
termination of this Agreement by either party and upon request of City, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed and
the compensation to be made.
Jan. 13, 2026 Item #8 Page 10 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
City Attorney Approved Version 5/30/2025
Page 7
22. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other than a
bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has
not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award
or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this
Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or
otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent
fee.
23. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be
asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of
litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to
City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor
acknowledges that California Government Code Sections 12650 et seq., the False Claims Act applies to
this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public
entity. These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the
False Claims Act, it is entitled to recover its litigation costs, including attorneys fees. Contractor
acknowledges that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work
or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another
jurisdiction is grounds for City to terminate this Agreement.
24. JURISDICTION AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California without regard
to, or application of, choice of law rules or principles. Any action at law or in equity brought by either of
the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a
court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all
provisions of law providing for a change of venue in these proceedings to any other county.
25. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and
their respective successors. Neither this Agreement nor any part of it nor any monies due or to become
due under it may be assigned by Contractor without the prior consent of City, which shall not be
unreasonably withheld.
26. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than City
and Contractor.
27. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of
the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be
amended, modified, waived or discharged except in a writing signed by both parties. This Agreement
may be executed in counterparts.
Jan. 13, 2026 Item #8 Page 11 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
City Attorney Approved Version 5/30/2025
Page 8
28. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor
each represent and warrant that they have the legal power, right and actual authority to bind Contractor
to the terms and conditions of this Agreement.
Executed by Contractor this___________ day of _______________________, 20____.
CONTRACTOR CITY OF CARLSBAD, a municipal corporation of
the State of CaliforniaHeritage Pool Supply Group, Inc.,
a Delaware corporation
By:By:
(sign here) Mayor
Matthew McDermott, President
(print name/title)
ATTEST:
By: SHERRY FREISINGER, City Clerk
(sign here) By:
Ryan Nelson, VP/Treasurer
Morgen Fry, Assistant City Clerk
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a
corporation, Agreement must be signed by one corporate officer from each of the following two groups.
Group A Group B
Chairman,Secretary,
President, or Assistant Secretary,
Vice-President CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
BY: _____________________________
Deputy / Assistant City Attorney
Jan. 13, 2026 Item #8 Page 12 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1
City Attorney Approved Version 5/30/2025
Page 9
EXHIBIT A
SCOPE OF SERVICES AND FEE
Contractor shall provide delivery, handling, and offloading of pool chemicals to multiple facilities (Alga
Norte Aquatic Center and Monroe St. Pool)
Contractor shall have the delivery capacity to provide bulk deliveries as needed by the City of Carlsbad.
Delivery to be made within 24-48 hours after request of service. Chemical deliveries will be in the
following quantities and approximate frequencies:
Item Concentration/Size Delivery Quantity Range Delivery Frequency
Sodium hypochlorite 12.5% / gallon 500 – 2,000 gallons Weekly or bi-weekly
Hydrochloric acid 15% solution / gallon 100 – 400 gallons Weekly or bi-weekly
Calcium chloride 50-lb bags 500 – 1,000 pounds Monthly or bi-monthly
Thiosulfate (photo grade) 50-lb bags Every 3 – 9 months
Calcium hypochlorite 50-lb bags Every 3 – 9 months
Sodium bicarbonate 50-lb bags Every 3 – 9 months
Contractor chemical prices and service fees shall be as follows:
Item Concentration/
Size
Unit Price Estimated
Annual Quantity
Total
Estimated
Price
Bulk sodium hypochlorite 12.5% / gallon $ 2.79 46,500 gallons $ 129,735
Bulk hydrochloric acid 15% / gallon $ 3.19 4,600 gallons $ 11,484
Calcium chloride (Prill form) 94–97% / 50-lb bag $ 28.58 280 bags $ 8,003
Thiosulfate (photo grade) 50-lb bag $ 42.65 45 bags $ 1,920
Calcium hypochlorite 50-lb bag $ 132.40 45 bags $ 5,958
Sodium bicarbonate 50-lb bag $ 21.15 25 bags $ 529
Delivery/fuel surcharge fee Per delivery $ 10.00 200 deliveries $ 2,000
Added services, as approved $ 40,371
Total $ 200,000
Contractor shall provide labor, equipment and materials (including offloading hoses and tools) necessary
to perform the services safely and efficiently.
Contractor shall be in compliance with all applicable local, state, and federal laws and regulations
related to the transportation and handling of hazardous materials, including maintaining appropriate
insurance coverages.
Contractor will promptly report any safety concerns or hazards to City staff.
Contractor will assume responsibility for any cleanup or repair of spills or damages resulting from
delivery operations.
Total cost not-to-exceed $200,000
Jan. 13, 2026 Item #8 Page 13 of 13
Docusign Envelope ID: 055C30A6-3D29-4599-B181-3ABB8B71BEC1