Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Waterline Technologies Inc; 2023-03-16; PKRC23-0224
Tracking #: SPA FILTER REPLACEMENT CONT. NO. PKRC23-0224 Page 1 of 6 City Attorney Approved 2/14/2023 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SPA FILTER REPLACEMENT; CONT. NO. PKRC23-0224 This agreement is made on the ______________ day of _________________________, 20___, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Waterline Technologies, Inc. whose principal place of business is 620 Santiago Street, Santa Ana, CA 92701 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction “Greenbook,” latest edition and including all errata; Part 1 General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Mike Anderson, (City Project Manager) PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 16th March 23 Tracking #: SPA FILTER REPLACEMENT CONT. NO. PKRC23-0224 Page 2 of 6 City Attorney Approved 2/14/2023 Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, 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 the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: ___________________________________ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that 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. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than……..$1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ….…$1,000,000 Property damage insurance in an amount of not less than……..$1,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 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. DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 Tom Berreyn~ ~ Tracking #: SPA FILTER REPLACEMENT CONT. NO. PKRC23-0224 Page 3 of 6 City Attorney Approved 2/14/2023 BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within __15_ working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within __15_ working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Waterline Technologies, Inc. 620 Santiago Street (name of Contractor) 263844 (street address) Santa Ana, CA 92701 (Contractor’s license number) C-61/D35, 12/31/2024 (city/state/zip) 714-342-4415 (license class. and exp. date) 1000006327 (telephone no.) 714-564-9100 (DIR registration number) 6/30/2023 (fax no.) jmartindale@waterlinetech.com (DIR registration exp. date) (e-mail address) /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 Tracking #: SPA FILTER REPLACEMENT CONT. NO. PKRC23-0224 Page 4 of 6 City Attorney Approved 2/14/2023 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. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Tom Berrey, General Manager Assistant City Manager, Deputy City Manager, or Department Director as Authorized by the City Manager (print name/title) By: ATTEST: (sign here) SHERRY FREISINGER Myha Vu, Controller 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, President, or Vice-President Secretary, Assistant Secretary, 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 DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 Tracking #: SPA FILTER REPLACEMENT CONT. NO. PKRC23-0224 Page 5 of 6 City Attorney Approved 2/14/2023 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work to be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 0 Tracking #: SPA FILTER REPLACEMENT CONT. NO. PKRC23-0224 Page 6 of 6 City Attorney Approved 2/14/2023 EXHIBIT B (ENTER SCOPE OF WORK, SPECIFICATIONS, CONTRACTOR’S PROPOSAL, ETC.) JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 24-1175 2 PENTAIR TRITON II TR140C3 BLACK 4,112.82 2 10-1584 26 HEALTHY SWIM AFMng #1 55 LBS 1,663.74 3 10-1586 12 HEALTHY SWIM AFM #3 55 LBS 719.88 4 34-1094 4 3 IN SCH 80 PVC FLANGE 159.12 5 34-1001 4 SCH 80 TEE 3IN 343.28 6 34-0960 2 SCH 80 90 3IN 93.32 7 34-1420 4 FLNG TO FLANG 2 1/2" BOLT KIT, NO GASKET 253.08 8 34-1460 8 3IN BUNA FLANGE GASKET 120.56 9 34-0233 40 SCH #80 PIPE 3IN 490.40 10 1 SERVICE LABOR CHARGE 4,950.00 11 1 TRAVEL (Technician travel) 145.00 12 1 HAZARDOUS MATERIALS CHARGE 1,800.00 13 1 TRAVEL (Disposal truck travel) 90.00 SUB-TOTAL 14,941.20 TAX 616.59 TOTAL* 15,557.79 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYY) ~ 07/20/2CJ2.2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer riahts to the certificate holder in lieu of such endorsementCs). PRODUCER CONTACT FEDERATED MUTUAL INSURANCE COMPANY NAME: CLIENT CONTACT CENTER PHONE I FAX HOME OFFICE: P.O. BOX 328 IA/C No Extl: 888-333-4949 IA/C Nol: 507-446-4664 OWATONNA, MN 55060 t~D~~ss: CLI ENTCONTACTCENTER@FEDI NS.COM INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED 308-577-6 INSURER B: WATERLINE TECHNOLOGIES INC INSURER C: 620 N SANTIAGO ST SANTA ANA, CA 92701-3942 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 167 REVISION NUMBER: 0 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVD IMM/DD/YYYYI IMM/DD/YYYYI X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 f--:=J CLAIMS-MADE 0 OCCUR ~~rr:iii:?E:~~!u~~encel $100,000 MED EXP (Any one person) EXCLUDED -A y N 0623485 08/15/2022 08/15/2023 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 FlPOLICY □ ~:g,: □ LOC PRODUCTS -COMP/OP AGG $2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000 f--IEa accident) X ANY AUTO BODILY INJURY (Per person) --SCHEDULED A OWNED AUTOS ONLY AUTOS N N 0623485 08/15/2022 08/15/2023 BODILY INJURY (Per accident) --NON-OWNED rp~~~~~J:nfAMAGE HIRED AUTOS ONLY AUTOS ONLY f--- X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $10,000,000 f--f-- A EXCESS LIAB CLAIMS-MADE N N 0623486 08/15/2022 08/15/2023 AGGREGATE $10,000,000 DED I I RETENTION WORKERS COMPENSATION IPER STATUTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE □ E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE If yes, describe under E.L DISEASE -POLICY LIMIT DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 3401 MONROE ST CARLSBAD CA 92008. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOUR ENDORSEMENT FOR GENERAL LIABILITY. CERTIFICATE HOLDER CANCELLATION 308-577-6 167 0 ATTN: CONTRACT ADMINISTRATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CARLSBAD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1635 FARADAY AVE ACCORDANCE WITH THE POLICY PROVISIONS. CARLSBAD, CA 92008-7314 AUTHORIZED REPRESENTATIVE . ~ 6 )ltv-, © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD © Insurance Services Office, Inc., 2012 Policy Number: Transaction Effective Date: 0623485 08/15/2022 POLICY NUMBER: 0623485 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PARTPRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART City of Carlsbad Attn Contract Administration 1635 Faraday Ave Carlsbad, CA 92008-7314 Any Coverage Provided by This Endorsement Applies Only With Respect to Named Insured's Commercial (Non-Residential) Tank Work at: City Pool, 3401 Monroe Street, Carlsbad CA 92008 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule, but only with respect to liability for "bodily injury"or "property damage" caused,in whole or in part,by "your work"at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: The insurance afforded to such additional insured only applies to the extent permitted by law;and If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following is added to If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: Required by the contract or agreement;or Available under the applicable Limits ofInsuranceshowninthe Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Waterline Technologies Inc 620 N Santiago St Santa Ana, CA 92701-3942 Page 1 of 1 CG 20 37 04 13 COMMERCIAL GENERAL LIABILITYCG 20 37 04 13 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location And Description Of Completed Operations A.Section II -Who Is An Insured 1. 2. B. Section III -Limits Of Insurance: 1. 2. Insured: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. © Insurance Services Office, Inc., 2012 Policy Number: Transaction Effective Date: 0623485 08/15/2022 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury","property damage"or "personal and advertising injury" caused, in whole or in part, by: Your acts or omissions; or The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However,the insurance afforded to such additional insured: Only applies to the extent permitted by law; and Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to: "Bodily injury","property damage"or "personal and advertising injury"arising out of the rendering of,or the failure to render, any professional architectural,engineering or surveying services, including: The preparing,approving,or failing to prepare or approve, maps, shop drawings, opinions,reports,surveys,field orders, change orders or drawings and specifications; or Supervisory,inspection,architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision,hiring, employment,training or monitoring of others by that insured,if the "occurrence"which caused the "bodily injury"or "property damage",or the offense which caused the "personal and advertising injury",involved the rendering of or the failure to render any professional architectural, engineering or surveying services. Page 1 of 2 CG 20 33 04 13 COMMERCIAL GENERAL LIABILITYCG 20 33 04 13 A.Section II -Who Is An Insured 1. 2. 1. 2. B. 1. a. b. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHENREQUIRED IN CONSTRUCTION AGREEMENT WITH YOU THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. © Insurance Services Office, Inc., 2012 Policy Number: Transaction Effective Date: 08/15/2022 "Bodily injury"or "property damage"occurring after: All work,including materials,parts or equipment furnished in connection with such work,on the project (other than service,maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or That portion of "your work"out of whichtheinjuryordamageariseshasbeenputtoitsintendedusebyanypersonororganizationotherthananothercontractororsubcontractorengagedinperformingoperationsforaprincipalasapartofthesame project. With respect to the insurance afforded to theseadditionalinsureds,the following is added to The most we will pay on behalf of the additional insured is the amount of insurance: Required by the contract or agreement you have entered into with the additional insured; or Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 CG 20 33 04 13 0623485 2. a. b. C. Section III - Limits Of Insurance: 1. 2. QUOTATION 1731322 ORDER DATE ORDER NUMBER 2/3/2023 10:32:21 PAGE 1 of 3 ALGA NORTE AQUATIC CENTER 6565 ALICANTE RD MIKE ANDERSON 442-888-3486 CARLSBAD, CA 92010 OFF. 760-268-4783 Carlsbad, CA 92009 6565 Alicante Road BILL TO:SHIP TO: CITY OF CARLSBAD 760-602-2424 HELEN 2350 7324 CARRIER TERMSPO NUMBER OUR TRUCK - SANTA ANA Net 30 ITEM DESCRIPTION PRICE EXTENDED PRICEORDEREDLINE DELIVERY INSTRUCTIONS:**********TALK TO TIM PRIOR TO FILLING ACID. YOU CANNOT FILL THE ACID TANK TO THE TOP, THEY ADD WATER FOR A 25% MIX************CALL MIKE ANDERSON 442-888-3486 24-1175 2,056.41 4,112.821 2 PENTAIR TRITON II TR140C3 BLACK Vendor: 1807 Part # : 140342 7.06 SQ.FT. - 3 INCH FLANGED CONNECTIONS - 8 INCH EASY OPEING ACCESS TO SAND BED - 925 LBS SAND REQUIRED 10-1584 63.99 1,663.742 26 HEALTHY SWIM AFMng #1 55 LBS Vendor: 5867 Part # : A999006 BIO RESISTANT ACTIVATED FILTER MEDIA, GLASS MEDIA -- REPLACEMENT FOR SAND 10-1586 59.99 719.883 12 HEALTHY SWIM AFM #3 55 LBS Vendor: 5867 Part # : A999019 BIO RESISTANT ACTIVATED FILTER MEDIA, GLASS MEDIA - REPLACEMENT FOR PEA GRAVEL FOR UNDERDRAINS 34-1094 39.78 159.124 4 3 IN SCH 80 PVC FLANGE Vendor: 1632 Part # : 854-030 34-1001 85.82 343.285 4 SCH 80 TEE 3IN Vendor: 1632 Part # : 801-030 34-0960 46.66 93.326 2 JMARTINDALE jmartindale@waterlinetech.com DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 I I L!l WATIRLINI TIC'HNOLUOIIS, INC. SWIMMING POOL EQUIPMENT I CHEMICALS SANTA ANA BRANCH 620 SA TIAGO STREET SANTA A A, CA 92701 714.564.9100 I I QUOTATION 1731322 ORDER DATE ORDER NUMBER 2/3/2023 10:32:21 PAGE 2 of 3 ITEM DESCRIPTION PRICE EXTENDED PRICEORDEREDLINE SCH 80 90 3IN Vendor: 1632 Part # : 806-030 34-1420 63.27 253.087 4 FLNG TO FLANG 2 1/2" BOLT KIT, NO GASKET Vendor: 1632 Part # : HK-030 ZINC PLATED STEEL FLANGE BOLT KIT - 4 BOLTS - 5/8" X 11 - 3 1/4" LONG 34-1460 15.07 120.568 8 3IN BUNA FLANGE GASKET Vendor: 1632 Part # : GK1-030 34-0233 12.26 490.409 40 SCH #80 PIPE 3IN Vendor: 1573 PIPE, PVC, SCH 80 - 20 FOOT LENGHT - 3 INCH DIAMETER - PRICE IS PER FOOT - NON BELLED ENDS - 1100 FEET PER LIFT L 4,950.00 4,950.0010 1 SERVICE LABOR Vendor: 1698 Part # : SERVICE LABOR CHARGE Quote reflects prevailing wage for 2 technicians to remove and replace existing filters with Pentair 140C3s.This work involves replumbing, removal and disposal of old media, and filling the new filters with fresh media. Test for leak free operation T 145.00 145.0011 1 TRAVEL Vendor: 1698 Technician travel HM 1,800.00 1,800.0012 1 HAZARDOUS MATERIALS CHARGE Vendor: 1698 Part # : HAZ MAT DELIVERY FEE - NON TAXABLE T 90.00 90.0013 1 TRAVEL Vendor: 1698 Disposal truck travel JMARTINDALE jmartindale@waterlinetech.com DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 I I L!l WATIRLINI TIC'HNOLUOIIS, INC. SWIMMING POOL EQUIPMENT I CHEMICALS SANTA ANA BRANCH 620 SA TIAGO STREET SANTA A A, CA 92701 714.564.9100 I I QUOTATION 1731322 ORDER DATE ORDER NUMBER 2/3/2023 10:32:21 PAGE 3 of 3 ITEM DESCRIPTION PRICE EXTENDED PRICEORDEREDLINE SUB-TOTAL:TOTAL LINES:13 14,941.20 616.59TAX: 15,557.79AMOUNT DUE: All items are in accordance with plans and specifications. Waterline Technologies shall not be responsible for misinterpretations of specifications after making a reasonable effort. Material quoted shall be verified by the purchaser as to conforming to specifications and/or quantities. Waterline Technologies shall not be obligated to honor or accept any purchase order based on the quotation, and no contract or obligation on the part of Waterline Technologies shall arise unless and until all of the following conditions have been satisfied: 1. The quote is timely and unconditionally accepted in writing by perspective customer within ten (10) days of the quotation. 2. All terms of the quotation are accepted without modifications or change. 3. Waterline Technologies satisfies itself, in the sole and absolute discretion, regarding the credit worthiness of the prospective customer. 4. It is the responsibility of the purchaser to carefully review the items listed for accuracy and application. 5. Unless revised in writing, the goods listed above are those that will be shipped. Date: ______________________Signature: _____________________________________________________________________________ JMARTINDALE jmartindale@waterlinetech.com DocuSign Envelope ID: 0BC7C5E7-84E8-4E33-8DA9-9BF49C7B1D73 I I L!l WATIRLINI TIC'HNOLUOIIS, INC. SWIMMING POOL EQUIPMENT I CHEMICALS SANTA ANA BRANCH 620 SA TIAGO STREET SANTA A A, CA 92701 714.564.9100 I I