Loading...
2011-62 CONTRACTOR AGREEMENT FOR CERTIFED LABORATORY SERVICES THIS AGREEMENT, made and entered into this a'7 day of Se diemb e 2011, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY "), and FLOWERS CHEMICAL LABORATORIES, INC., P.O. BOX 150597, Altamonte Springs, FL 32715 (hereinafter referred to as "CONTRACTOR "). WHEREAS, CONTRACTOR in response to a public bid prepared and issued by the Florida Department of Corrections submitted a response to provide certified laboratory services; WHEREAS, based on CONTRACTOR's response, the Florida Department of Corrections awarded Contract No. COS- DC- 7583R, Certified Laboratory Services to CONTRACTOR and subsequently extended the term of the contract to June 18, 2016; WHEREAS, CITY desires to utilize the CONTRACTOR's contract with the Department of Corrections in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of Florida Department of Corrections awarded Contract No. CO5- DC- 7583R. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus and transportation and perform all of the work described in Florida Department of Corrections awarded Contract No. COS -DC- 7583R, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. To the extent of a conflict between this Agreement and Exhibit "A ", the terms and conditions of this Agreement shall prevail and govern. ARTICLE II - THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated herein. ARTICLE III — TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and 1 shall remain in effect until June 18, 2016, unless terminated as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. ARTICLE III - COMMENCEMENT AND COMPLETION OF WORK 1. The CONTRACTOR shall commence work within 10 calendar days after receipt of a purchase order, and the CONTRACTOR will complete the same as set forth in the purchase order. 2. The CONTRACTOR shall prosecute the work with faithfulness and diligence. ARTICLE III - PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for work performed during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for work performed during the preceding calendar month under the Agreement. ARTICLE IV — DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another 2 location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE V — INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. Contractor's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) Contractor's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. Subcontractor's Public Liability and Property Damage Insurance - The CONTRACTOR shall require each of his subcontractors to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subcontractors in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, 3 including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VI - NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Flowers Chemical Laboratories, Inc. P.O. Box 150597 Altamonte Springs, FL 32715 CITY: City of Clermont Attn: Wayne Saunders, City Manager 685 W. Montrose Street Clermont, FL 34711 4 ARTICLE X — MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at tnal or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in wnting signed by both parties. 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action ansing out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Records. CONTRACTOR expressly understands and acknowledges that any and all documents related to the services provided herein, may be considered records that are subject to examination and production in accordance with Florida's Public Records Law. CONTRACTOR expressly agrees that it will comply with all requirements related to said law and that it will hold CITY harmless, including attorney fees and litigation costs, for any such disclosure related to Florida's Public Records Law. 5 ARTICLE XI - AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in Florida Department of Corrections awarded Contract No. CO5- DC- 7583R. IN this WITNESS of E parties ties hereto have executed this Agreement on Y t City of ■ t hL` arold S: Turville, Jr., Mayor Attest: ; : / / cd e ctetr j ' fTracy oyd, City Cle Flowers,Chemical Laboratories, Inc. l�. �1YCf2 c •.• T �,o k ,, , President 0 6 , • cs beg? t ..... 4 1111C.$ 1 :, Corpora S \_) 0 11 M O (Name Printed or Typed) 6 04/20/2011 16:18 4072606110 FLOWFRS CHEM LABS PAGE 02/02 ‘,* FL RIDA V DEPARTMENT of 14 CORRECTIONS Governor RICK SCOTT Secretary All Equal Oppormoly Empkor EDWIN G. RUES 2601 Blarr Sion Road • Tallahassee, FL 32399-2500 http:thvww.de.stato.fLus r- April 19, 2011 Mr. Jefferson S. Flowers, PILD. Flowers Chemical Labonuories, Inc. Post Office Box 150597 Altamonte Springs, FL 32715-0597 RE:Contract CO5-DC-7583R Certified Laboratory Services Amendment No 14 – Renewal of Contract Dear Mr. Flowers: The above-referenced Contract expires June 18, 2011. In accordance with special conditions section 7.1, entitled "Contract", we request your company's concurrence to renew the referenced Contract for one rm. additional five (5) year period, through June 18, 2016. This renewal shall be ander the same prices (or less), terms and conditions indicated in the original bid, unless a price inerease(s)/decrease(s) was approved during Ittt contract period, then the approved prices would supersede the original bid price(s). r- If you are in agreement, please sign below and return to the ribove-referenced address or fax to 850-488-7189 no later than April 22, 2011. Once approved, a copy will be returned to you. If you have any questions, please call Jessie C. Moseley at (850) 717-3683. Sincerely, Patti Casey, Assistant eti Bureau of . MP: ty r- PC/jem Milk Neemor r- Company: ).i, s 4. Date: 77/f Approved: — Assisimit Bureau Chid Date: Pm' rim +orc OF co4.4. . , FLORIDA DEPARTMENT of .. ' t Governor e OF VIO . °" CORRECTIONS JEB BUSH �. Secretary An Equal Opportunity Employer JAMES R. McDONOUGH 2601 Blair Stone Road • Tallahassee, Florida 32399 -2500 http: / /www.dc.state.fl.us CERTIFICATION OF CONTRACT �-/ TITLE. Certified Laboratory Services CONTRACT NO CO5- DC -7583R EFFECTIVE DATE: June 19, 2006 THRU: June 18, 2011 CONTRACTOR(S): Harbor Branch Environmental Laboratories, Inc. The Water Spigot, Inc. KSA Environmental Laboratory, Inc Flowers Chemical Laboratories, Inc. A. AUTHORITY: Upon action taken by the Florida Department of Corrections, hereinafter referred to as the Department, this contract is executed between the Department of Corrections and the designated contractor(s). (Said contract, consisting of the Department's ITB and the Contractor's response thereto, is attached as Attachment A). B. EFFECT: This contract was entered into to provide economies in the purchase of Certified Laboratory Services for the Department of Corrections. Therefore, all purchases of these services shall be made under the terms, prices and conditions of this contract and with the contractor(s) specified. C. ORDERING INSTRUCTIONS: All purchase orders shall be issued m accordance with the attached ordering m- structions. Purchasers shall order at the prices indicated. Purchase orders shall include the contract number, description of item(s), and unit costs. Purchasing entities are authorized to issue annual term purchase orders, if so desired, or may utilize the State's Purchasing Card (Visa). D. CONTRACTOR PERFORMANCE: Purchasing entities are to report any vendor failing to perform according to the requirements of this contract on a Department of Management Services' "Complaint to Vendor" form ( #PUR7017). Should the vendor fail to correct the problem within a prescribed penod of time, then a "Request for Assistance" form ( #DC2 -509) shall be filed with the Bureau of Procurement and Supply in Tallahassee, FL, with a copy to the Contract Manager, if applicable. Copies of these submittals shall remain in the contract file for use m decisions regarding renewal options. Page 1 of 161 n E. CONTRACTOR SALES REPORT: The contractor shall furnish the Department, Bureau of Procurement and Supply, a summary report of contract sales at the end of each calendar quarterly period, in accordance with Section 3.7 of the attached contract ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHOULD BE BROUGHT TO THE ATTENTION OF SABINA FLANAGAN (850) 410 -4056 (PHONE) OR P" (850) 488 -7189 (FAX). isa M. Bassett, C ' of „- 'A Bureau of Procurement and uppl r, , attachment /jsf p Page 2 of 161 F1 +Jo,. � 4 t ,x ; CI FLORIDA : - m , DEPARTMENT of CORRECTIONS Govemor ' of v P JEB BUSH 11 Secretary An Equal Opportumty Employer JAMES R McDONOUGH 2601 Blair Stone Road • • Tallahassee, FL 32399 -2500 http / /www dc state fl us E July 13, 2006 Mr Jefferson S Flowers, Ph D fl Flowers Chemical Laboratories, Inc Post Office Box 150597 Altamonte Springs, Florida 32715 -0597 F . Dear Mr Flowers Enclosed is your executed copy of the Contract between the Department of Corrections and your organization to provide certified laboratory services to various locations throughout the State of Florida This contract will begm on June 19, 2006 and will expire at midnight on June 18, 2011 O As a remmder, please be advised WM • to include the contract number (CO5- DC- 7583R) on all associated invoices and correspondence, `` • that material changes to the scope of work or changes m pricing cannot be made except through a formal contract amendment, executed by both parties, and issued by this office, LI• that services may not be provided after the expiration date unless the contract has been renewed or extended through a formal renewal/extension, executed by both'parties and issued by this office, and n • that invoices may be submitted after the expiration date for services properly provided up to and including the expiration date of the contract O If there are any questions, please call Sabina Flanagan at (850) 410 -4056 f Sincerely, ..).4.,,,,,if.„._ 1:1 C,(./.-2 Julia Sabma Flanagan, CPPB 171 Purchasing Analyst /jsf f enclosures , E r . c. -f. SUBMIT'BID TO: {'_ STATE OF FLORIDA J , . 0,14111,„ ► = a r ` � > M S 2 01S .tr fo e` - INVITATION TO BID - Gla ?/ , ,: _3 2 - �3 S/' ,' AGENCY TERM CONTRACT Telephone`Number : .f � Bidder Acknowledgment "Page 1 ot: - BIDS w 8E OPEN _ BIb NO //yy Q " tna ages ,and y4lot be�wlthdrawn within l) le- 1.x'93 { [Y days after such date and tune. O ? ;AGENCY MAILING DAT BID T1 L E ', � � ' OS/0 � e ;' ' erti � x - L (�6 b) STATE PURC ge o , HASING SUBSYSTEM (SPURS) VENDOR NUMBER F.5 0 01 V f) NDOR , NA I %t4rle� 2 eor p o ra°Fecs REASON FOR NO BID ' Terri /cal i.abo 0 , "PO ADDRESS 3 i 7 ORIGINAL C Y - STATE ZIP / POSTING OF BID TABULATIONS .. , IY1( 5y 1 }(� QY Yle-�S �L . 2 7/5 - 0 5 • 7 Bid tabulations with recommended awards will be posted for review by interested parties at the location ( / , where bids were opened and will remain posted for a period 0172 hours Failure to file a protest within AREA CODE P I j ONE M BER :',3(3 - 6-1 B t/- the time prescribed in Section 120 57 ) or failure to post the bond or other secunty required bylaw within the tim: flowed 1.r filing a bo shall n5tlt6TE"a• ever I proceedings under Chapter 120 d 3 FREE NUMBER g - ( ( ff j L 7 Florida Statut "N ` ill be on or o I certify that this bid is made without prior understanding agreement or connection with any corporation ` 41 k firm, or person submitting a bid for the same materials, supplies or equipment, and is in all respects y lair end without collusion or fraud I agree to abide by all conditions of this bid and certify that I am • 1 PRIZED IGNATURE AN authorized to sign this bid for the bidder and that the bidder is in compliance with all requirements V . UAL ) of the Invitation to Bid, including but not limited to certification requirements In submitting a bid to c� an agency tor the State of Florida the bidder offers and agrees that it the m is accepted the bidder O / y • • p�V-j.s / i�l J h 2 will convey sell, , assign or transfer to the State a e State o! Florida lo all rights, title and interest t in in and d t to all causes V / of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State r^ of Florida for pnce fixing relating to the particular commodities or services purchased or acquired by AUTHORIZ SIGNATURE T P� ED) 4ITL the State of Florida At the State's discretion such assignment shall be made and become effective �`r at the time the purchasing agency tenders final payment to the bidder " � re y . j ( [ ^+ � / 1 reC 111 / ) r GENERAL CONDITIONS r' Y l /// 777 SEALED BIDS: All bid sheets and thls form must be executed and submitted in a (e) SAFETY STANDARDS: Unless otherwise stipulated in the bid all manufactured sealed envelope (DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE) The lace items and fabricated assemblies shall comply with applicable requirements of 01 the envelope shall contain in addition to the above address the date and time of the Occupational Safety and Health Act and any standards thereunder bid opening and the bid number Bids not submitted on attached bid form shall be rejected All bids are subject to the conditions specified herein Those which do not comply with (f) INVOICING AND PAYMENT: The contractor shall be paid upon submission these conditions are subject to rejection of properly certified invoices to the purchaser at the prices stipulated on the contract at the time the order is placed atter delivery an acceptance of goods less deductions 1. EXECUTION OF BID: Bid must contain a manual signature of authorized representative tl any, as provided Invoices shall contain the contract number purchase order number in the space provided above Bid must be typed or printed in ink Use of erasable ink is not and the contractors' SPURS vendor number An original and three permitted All corrections made by bidder to his bid price must be initialed The company name (3) copies of the invoice shall be submitted Failure to follow these instructions may ■• and SPURS vendor number shall appear on each page of the bid as required Complete ordering result in delay in processing invoices for payment INTEREST PENALTIES Payment instructions must be submitted with the bid If you are not a registered shall be made in accordance with Section 215 422 F S which states the vendor with the Department of Management Services contact State Purchasing 4050 contractors' rights and the State agency's responsibilities concerning interest penalties Esplanade Way, Suite 360, Tallahassee FL 32399-0950 (850) 487-4634 immediately and time Omits for payment of invoices VENDOR RESPONSE SYSTEM' To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413.7269 between 2. NO BID: If not submitting a bid respond by returning only this bidder acknowledgment form 7 a m and 6 p m Monday through Friday to check on the status of payments by State agencies r■• marking it "NO BID' and explain the reason in the space provided above Failure to respond to a The system can accommodate English and Spanish speaking callers VENDOR OMBUDSMAN procurement solicitation without giving justifiable reason for such failure non-conformance to Vendors providing goods and services to an agency should be aware of the following time contract conditions or other pertinent factors deemed reasonable and valid shall be cause for frames Upon receipt an agency has five (5) working days to inspect and approve the goods removal of the suppliers name from the bid mailing list NOTE To quality as a respondent bidder and services unless the bid specifications purchase order or contract specifies otherwise An must submit a NO BID" and it must be received no later than the staled bid opening date and agency has 20 days to deliver a request for payment (voucher) to the Department of Banking hour and Finance The 20 days are measured from the latter of the date the invoice is received or the i∎• goods and services are received inspected and approved If a payment is not available within 3 BID OPENING Shall be public, on the date and at the time specified on the bid 40 days a separate interest penalty set by the Comptroller pursuant to Section 55 03 F S will form It is the bidder's responsibility to assure that his bid is delivered at the proper be due and payable in addition to the invoice amount to the vendor To obtain the applicable time and place of the bid opening Bids which for any reason are not so delivered will interest rate contact the agency purchasing office The interest penalty provision applies after not be considered Oilers by telegram or telephone are not acceptable A bid may not be altered a 35 day time period to health care providers as defined by rule Interest penalties of less than on atter opening of the bids NOTE Bid tabulations will be furnished upon written request with an (1) dollar will not be enforced unless the vendor requests payment Invoices which have to be enclosed self addressed stamped envelope and payment of a predetermined lee Bid tiles may returned to a vendor because of vendor preparation errors will result in a delay in the payment be examined during normal working hours by appointment Bid tabulations WILL NOT be provided by telephone The invoice payment requirements do not start until a properly completed invoice is provided to the agency A Vendor Ombudsman has been established within the Department of Banking and 4. PRICES, TERMS AND PAYMENT: Firm prices shall be bid and include all Finance The duties of this individual include acting as an advocate of vendors who may be packing handling shipping charges and delivery to any point within the State of Florida experiencing problems in obtaining timely payment(s) from a State agency The Vendor Ombudsman may be contacted a (850) 488 2924 or by calling the State Comptrollers Hotline (a) TAXES. The State of Florida does not pay Federal Excise and Sales taxes on direct 1.800 -848 3792 State Purchasing shall review the conditions and circumstances surrounding purchases of tangible personal property See tax exemption number on lace of purchase non - payment and unless there is a bona fide dispute State Purchasing may in writing authorize J order This exemption does not apply to purchases of tangible personal property made by the contract supplier to reject and return purchase orders from said agency until such time as contractors who use the tangible personal property in the performance of contracts for the the agency complies with the provisions of Section 215 422 F S improvement of state owned real property as defined in Chapter 192 F S (b) CASH DISCOUNTS: Cash discounts for prompt payment shall not be considered (g) ANNUAL APPROPRIATIONS The State of Flonda's performance and obligation to in determining the lowest net cost for bid evaluation purposes pay under this contract is contingent upon an annual appropriation by the Legislature 5 ADDITION OR DELETION OF TERMS OR CONDITIONS No addition or (c) MISTAKES: Bidders are expected to examine the specifications delivery delelionoftheterms01conditionsincludedwiththebidresponseshaltbeevaluatedorconsidered schedule bid prices, and all instructions pertaining t supplies and services Failure to do so will be at bidder's nd any and all such revisions shall have no force and effect and are inapplicable to this bid If rs nsk In case of mistake in extension the unit juice will govern submitted either purposely through intent or design or inadvertently appearing separately in transmittal letters specifications literature, price lists or warranties it is understood and agreed (d) CONDITION AND PACKAGING' It is understood and agreed that any item the general and special conditions in this bid solicitation are the only conditions applicable to this offered or shipped as a result of this bid shall be new (current model available at the J time of this bid) All containers shall be suitable for storage or shipment and �y,f�r e,� b and the bidders authorized signature affixed to the bidder acknowledgment form attests to this shall include standard commercial packaging I d�C 9 of 1 61 PUR 7050 Rev. 6/1/98 t,, 6 MANUFACTURERS' NAME AND APPROVED EQUIVALENTS: 14. LEGAL REQUIREMENTS: Applicable provision of all Federal State county and S Any manufacturers' names, trade names brand names information and/or catalog numbers local laws and of all ordinances rules and regulations shall govern development submittal listed in a specification are for information and not intended to limit competition The bidder and evaluation of all bids received in response hereto and shall govern any and all claims may offer any brand for which he is an authorized representative which meets or exceeds the and disputes which may arise between person(s) submitting a bid response hereto and the specifications tor any item(s) MEASUREMENTS Customary measurements appearing State of Florida by and through its officers employees and authorized representatives or ,. in these specifications are not intended to preclude bids for commodities with metric any person natural otherwise and lack or knowledge by any bidder shall not measurements If bids are based on equivalent products indicate on the bld form the constitute a cognizable defense against the legal effect thereof manufacturer's name and number Bidder shall submit with his bid, cuts sketches and i` descriptive literature and /or complete specifications Reference to literature submitted with 15 PATENTS AND ROYALTIES: The bidder without exception, shall indemnify and a previous bid will not satisfy this provision The State of Flonda reserves the right to determine save harmless the purchaser and its employees from liability of any nature or kind including acceptance of item(s) as an approved equivalent Bids which do not comply with these cost and expenses for or on account of any copyrighted patented, or unpatented invention requirements are subject to rejection Bids lacking any written indication of Intent to bid an process or article manufactured or supplied by the bidder The bidder has no liability when alternate brand will be received and considered In complete compliance with the specifications such claim is solely and exclusively due to the combination, operation or use of any article as listed on the bid form The Division 01 Purchasing is to be notified of any proposed supplied hereunder with equipment or data not supplied by contractor or is base solely changes in (a) materials used, (b) manutactunng process, or (c) construction However, changes and exclusively upon the State's alteration of the article The purchaser will provide prompt shall not be binding upon the State unless evidenced by a Change Notice issued and signed by written notification of a claim of copynght of patent infringement and will afford the bidder ' the agency Purchasing Director or purchasing Agent full opportunity to defend the action and control the defense 7. INTERPRETATIONS/DISPUTES Any Further, if such a claim is made or is pending the contractor may at its options and y questions concerning conditions and expenses procure for the purchaser the right to continue use of replace or modify the specifications shall be directed in writing to this office for receipt no later than ten (10) days article to render it noninfringing (t1 none of the alternatives are reasonably available the prior to the bid opening Inquiries must reference the date of bid opening and bid number State agrees to retum the article on request to the contractor and receive reimbursement No interpretation shall be considered binding unless provided in wnting by the State of if any as may be determined by a court of competent jurisdiction ) If the bidder uses any Florida in response to requests in full compliance with this provision Any person who Is design device or materials covered by letters patent or copyright, it is mutually agreed adversely affected by a State Purchasing decision or intended decision concerning a and understood without exception that the bid prices shall include all royalties or cost arising procurement solicitation orcontract award and who wants to protest such decision or intended from the use of such without design device or materials in any way involved in the work decision shall file a protest in compliance with Chapter 28.110, Florida Administrative Code Failure to file a protest within the time prescribed in Section 120 57(3) F S or failure to post 16. PRICE ADJUSTMENTS: Any price decrease effectuated dunng the contract period the bond other security required by law within the time allowed for filing a bond shall constitute by reason of market change shall be passed onto the State of Florida This shall also apply a waiver of proceedings under Chapter 120 F S to all in -place equipment on rent or lease plan Price increases are not acceptable 8. NOTICE OF BID PROTEST BONDING REQUIREMENT: Any person 17. CANCELLATION: All contract obligations shall prevail for at least one hundred eighty who files an action protesting a decision or intended decision pertaining to contracts (180) days alter effective date of the contract Also cancellation may be required in administered by State Purchasing or a State agency pursuant to Section 120 57(3) F S accordance with Section 287 042(2)(b) and (c) F S In addition to the provision of the shall post with State Purchasing or the State agency at the time of filing the formal wntten Renewal Paragraph, the protection of both parties this contract may be cancelled in whole • protest, or within the 10 day period allowed for filing the formal written protest, a bond payable or in part by either party by given thirty (30) days prior notice in writing to the other party to 1 the State Purchasing or the State agency in an amount equal to 18. RENEWAL. The Agency, reserves the option to renew the period of this percent of the State Purchasing or State agencies estimate of the total volume of the contrail contract or any portion thereof, for an additional term not to exceed the original contract - or $5,000, whichever is less which bond shall be conditioned upon the payment of all costs which may be adjudged against him in the administrative hearing in which the action is period unless the original contract period is 24 months of less in which case the contract brought and in any subsequent appellate court proceeding For protest of decisions or may be renewed up to 2 one year periods Renewal of the contract period shall be by mutual intended decisions of State Purchasing g g requests approval of agreement in writing g penainin to agencies' re uests for a exceptional purchases, the bond shall be in the amount equal to 1 percent of the requesting 19 ABNORMAL QUANTITIES: Should any unusual or abnormal quantity requirements agency's estimate of the contract amount for the exceptional purchase requested or $5 000 arise, the State reserves the right to solicit separate bids thereon , whichever is less In lieu of a bond State Purchasing or the State agency may in either case accept a cashier's check or money order in the amount of the bond FAILURE TO 20. ADVERTISING: In submitting a bid bidder agrees not to use the results therefrom FILE THE PROPER BOND AT THE REQUIRED TIME WILL RESULT IN A DENIAL OF as a part of any commercial advertising THE PROTEST 21. ASSIGNMENT: Any Purchase Order issued pursuant to this bid invitation and the 9. AWARDS: As the best interest of the State may require the right is reserved to make monies which may become due hereunder are not assignable except with the prior wntten award(s) by individual item, group of items all or none or a combination thereof on a approval of the ordering agency The Division of Purchasing may assign the resulting contract geographical distncl basis and /or on a statewide basis with one or more suppliers, to reject upon mutual consent any and all bids or waive any minor irregularity or technicality in bids received When it is determined there is competition to the lowest responsible bidder evaluation of other bids 22 LIABILITY: The supplier shall hold and save the State of Florida its officers agents is not required Bidders are cautioned to make no assumptions unless their bid has been and employees harmless against claims by third parties resulting from the supplier's breach evaluated as being responsive All awards made as a result of this bid shall conform to of this contract or the supplier's negligence applicable Florida Statutes 23. FACILITIES: The State reserves the right to inspect the bidder's facility at any 10. NONCONFORMANCE TO CONTRACT CONDITIONS Items may be reasonable time with prior notice tested for compliance with specifications by the Florida Department of Agnculture and 24. DISTRIBUTION OF CERTIFICATION OF CONTRACT: One (1) copy of Consumer Services or by others acceptable to the State Should the items fail testing the the Certification of Contract shall be furnished to each contractor as a result of the bid Agency may require the vendor to reimburse the State for costs incurred It shall be the contractor's responsibility to reproduce and distribute copies of this certification by the State in connection with the examination or testing of the commodity including costs to all distributors listed in this bid who will accept orders and complete deliveries No relating to transporting the commodity samples to the testing site actual test costs, personnel additions, deletions or any changes of any kind shall be made to this certification by the contractor costs and other applicable costs The data derived from any tests for compliance with without prior approval of the Agency specifications are public records and open to examination thereto in accordance with Chapter 119 FS Items delivered not conforming to specifications may be rejected and returned 25. THE SUCCESSFUL. BIDDER(S) MUST PROVIDE: A copy of any product at vendor's expense These items and items not delivered as per delivery date in bid and /or literature and price list in excellent quality black image on white paper purchase order may may in bidder being d in which event any and all 26. ADDITION /DELETION OF ITEMS: The Agency reserves the right reprocurement costs may be charged against the the defaulting contractor contractor r Any violation o1 f these stipulations may also result in to add to or delete any item from this bid or resulting contract when deemed to be in the State s best Interest a) Suppliers name being removed Irom the State Purchasing vendor mailing list b) All State departments being advised not to do business with the supplier without 27. ORDERING INSTRUCTIONS: Manufacturers are encouraged to bid direct naming written approvallrom the Division 01 Purchasing until such time as suppler reimburses dealers who will accept orders and complete deliveries Bidder must include complete and the State for all reprocurement and cover costs detailed ordenng instructions, including SPURS vendor number(s) for invoicing dealers on the bid form provided 13. INSPECTION, ACCEPTANCE AND TITLE: Inspection and acceptance will be at destination unless otherwise provided Title and risk of loss or damage to all items 28 PUBLIC PRINTING. A bidder must have at the time of bid opening a manufacturing shall be the responsibility of the contract supplier until accepted by the ordering agency plant in operation which is capable of producing the items of bid and so certify upon request unless loss or damage results from negligence by the ordering agency The contract supplier of the agency Every agency of the State including agencies within the legislative and judicial shall be responsible for filling, processing and collecting all damage claims the ordering agencywill branches of government shall give preference to bidders located within the State when (a) Record any evidence of visible damage on all copies of the delivering carrier's Bill awarding contracts to have materials printed whenever such printing can be done at no of Lading greater expense than and at a level of quality comparable to that obtainable from a bidder (b) Report damage (Visible and Concealed) to the carrier and contract supplier confirming located outside the State such reports in writing within 15 days of delivery requesting that the carrier inspect 29. PUBLIC RECORDS: Any material submitted in response to this invitation to bid will the damaged merchandise (c) Retain the item and its shipping container including inner packing material until become a public document pursuant to Section 119 07 F S This includes material which inspection is performed by the carner and disposition given by the contract supplier the responding bidder might consider to be confidential or a trade secret Any claim of (d) Provide the contract supplier with a copy of the carrier's Bill of Lading and damage confidentiality is waived upon submission defective after opening pursuant to Section 119 07 FS inspection report NOTE ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE THIS SHEET AND THE ACCOMPANYING BID CONSTITUTE AN OFFER FROM THE BIDDER IF ANY OR ALL PARTS OF THE BID ARE ACCEPTED BY THE STATE OF FLORIDA , AN AUTHORIZED REPRESENTATIVE OF THE AGENCY SHALL AFFIX HIS SIGNATURE HERETO, AND THIS SHALL THEN CONSTITUTE THE WRITTEN _ AGREEMENT,- I3:TWEEN PARTIES THE, ONDITIONS OF THIS FORM BECOME A PART OF THE WRITTEN AGREEMENT BETWEEN THE PARTIES STATE O FLORID DEPARTMEi IF - ' 'Ut -1771 / /t T/r rI BY r� - Contract Number C 45 — /c: •— — 231? A ihonzed Agency •net • re J 6 / 6- DG� Pag "f4� "bf f i / 9k6 (/ /off /f / (Dale) 1 r State of Florida Department of Corrections 7.6 w z 0 OF FZ,O¢N r• INVITATION TO BID (ITB) FOR CERTIFIED LABORATORY SERVICES (REBID) ITB # 05- DC -7583R COMMODITY CODE: 991 -812 991 -900 995 -770 RELEASED ON MARCH 4, 2006 BY THE DEPARTMENT OF CORRECTIONS r BUREAU OF PROCUREMENT & SUPPLY 2601 BLAIR STONE ROAD TALLAHASSEE, FLORIDA 32399 -2500 r (850) 488 -3020 FAX (850) 488 -7189 Page 3 of 147 Model Commodity Tenn Bid (01/26/06) Page 11 of 161 1TB4 05 -DC -7583R rim TABLE OF CONTENTS .. SECTION 1 — DEFINITIONS ... .. .. . . 7 SECTION 2 — INTRODUCTION. ... .. . . . 9 2.1 Background and Statement of Purpose ... 9 .. 2.2 Contract 9 2 3 Cooperative Purchasing 11 SECTION 3 — PRODUCT INFORMATION 11 3.1 Specifications. 11 3.2 Delivery 14 3.3 Minimum Order (This does not apply to this ITB) ............15 3.4 Quantity Discounts (This does not apply to this ITB). 15 3.5 Substitutions 15 3.6 Damaged Goods 15 3.7 Trade Names 15 3.8 Contract Sales Report 16 3.9 Estimated Quantities 16 3.10 Price Increase ........ ............................... 16 3.11 Contract Modifications ... 16 — SECTION 4 — PROCUREMENT RULES AND INFORMATION . . 17 4.1 Contact Person 17 4.2 Calendar of Events. .... .............. .....17 ^" 4.3 Procurement Rules 18 4.3.2 Submission of Bids „18 4.3.3 Bid Opening 18 4.3.4 Costs of Preparing Bid.. 19 4.3 5 Disposal of Bids ............................. 19 4.3.6 Bid Rules for Withdrawal .19 4.3.7 Rejection of Bids 4.3.8 Bid Inquiries . . ..... .......... ... ..........20 4.3.9 Addenda .......... 21 4.3.10 Cost Discussions 21 4.3.11 Verbal Instructions ..... ............................... ... ... 21 J. 4.3.12 No Prior Involvement and Conflicts of Interest .. 22 4.3 13 Department of State Licensing Requirements .. 22 4.3.14 Public Entity Crimes . 22 4.3.15 Discriminatory Vendor List. 23 4.3.16 Unauthorized Employment of Alien Workers .................. .. ...23 4.4 Posting of Recommended Award .. 23 Page 4 of 147 Model Commodity Term Bid (01/26/06) Page 12 of 161 ITB# 05- DC -7583R pm " SECTION 5 - BID FORMAT AND CONTENTS 24 5.1 Mandatory Responsiveness Requirements 25 5.2 Contact for Contract Administration .26 5.3 Addendum Acknowledgment Form.. 26 5.4 Cost Proposal ... ........26 5.4.1 Cost Proposal Submission Requirements ............... .... .26 SECTION 6 - AWARD OF CONTRACT ... . 27 6.1 Price Determination .27 6.2 Incomplete Cost Information Sheet .28 6.3 Identical Tie Bids... . .. 28 SECTION 7 - CONTRACT TERMS AND CONDITIONS 29 " 7.1 Contract. 7.2 Termination. 29 7.2.1 Termination at Will 29 7.2.3 Termination for Cause 30 7.2.4 Termination for Unauthorized Employment.... .. ...................... .... ....30 7.3 Payments and Invoices 30 7.4 Contract Management 31 7.4.1 Department's Contract Manager ...31 7.4.2 Department's Contract Administrator 33 7.5 Contract Management Changes ... 34 7.6 Vendor's Expenses . .34 7.7 Governing Law and Venue 34 7.8 Records 7.8.1 Public Records Law ...34 7.8.2 Audit Records 34 7.8 3 Retention of Records . ...... ........... ................ 7.9 Prison Rehabilitative Industries and Diversified Enterprises, Inc ( "PRIDE ") . .. ...35 7.10 Product Available from the Blind or Other Handicapped (RESPECT) ....36 " 7.11 Procurement of Materials with Recycled Content .36 7 12 Sponsorship ................ 36 7.13 Employment of Department Personnel.... 36 714 Non - Discrimination . ..36 ....................... ....... ... ... ..... 7.15 Americans with Disabilities Act ...... 37 7.16 Indemnification ... ....37 7.17 Bidder's Insurance . 37 7 18 Copyrights, Right to Data, Patents and Royalties .............. 38 7.19 Disputes 39 7 20 Independent Vendor Status...... . .. . . .. . . .. . .. .. ... . .39 7 21 Assignment .39 7 22 Force Majeure . .39 7.23 Severability... ....... ..40 .... ..... ............ . . ... . .. 7.24 Use of Funds for Lobbying Prohibited . ... ... .. .... .... .. ............. ....40 7.25 Convicted Felons Certification ........ 40 MI Page 5 of 147 Model Commodity Term Bid (01/26/06) Page 13 of 161 1TB# 05- DC -7583R " 171 a ATTACHMENT 1 —CONTACT FOR CONTRACT ADMINISTRATION 41 D ATTACHMENT 2 - IDENTICAL TIE BIDS . 42 TABLE 1— COST INFORMATION BID SHEET INSTRUCTIONS & EXPLANATION 43 TABLE 1- COST INFORMATION BID SHEETS 44 171 a a a 0 , a Page 6 of 147 Model Commodity Term Bid (01/26/06) Page 14 of 161 ITB# 05- DC -7583R lim Fa SECTION 1— DEFINITIONS Pm The following terms used in this Invitation to Bid ( "ITB "), unless the context otherwise clearly requires a different construction and interpretation, have the following meanings Om 1.1 Breach of Contract: The condition of the relationship between the Department and the Contractor which exists when the Contractor fails to perform under the terms and .. conditions of the Contract which may result from this ITB. 1.2 Contract: The agreement which results from this ITB between the winning Bidder and the Department. r - 1.3 Contractor: The organization or individual providing services to the Department in accordance with the terms of the Contract which results from this ITB. Pm 1.4 Department or Owner: The Florida Department of Corrections referred to in this ITB document. 1.5 Desirable Conditions: The use of the words "should" or "may" in this ITB indicate desirable attributes or conditions, but are permissive in nature. Deviation from, or omission of, such a desirable feature, will not in itself cause rejection of a proposal. rim 1.6 Mandatory Responsiveness Requirements: Terms, conditions or requirements that must be met by the bidder to be responsive to this ITB. These responsiveness requirements are mandatory. Failure to meet these responsiveness requirements will cause rejection of a bid. Any bid rejected for failure to meet mandatory responsiveness requirements will not be further reviewed. r 1.7 Material Deviations: The Department has established certain requirements with respect to bids to be submitted by bidders. The use of shall, must or will (except to indicate simple futurity) in this ITB indicates a requirement or condition which may not be waived by the Department except where the deviation therefrom is not material A r• deviation is material if, in the Department's sole discretion, the deficient response is not in substantial accord with this ITB's requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on the quantity or quality of items im bid, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a bid 1.8 Minor Irregularity: A variation from the ITB terms and conditions which does not r affect the price of the bid or give the bidder an advantage or benefit not enjoyed by the other bidders or does not adversely impact the interests of the Department r- 1.9 NELAC. National Environmental Laboratory Accreditation Conference. A voluntary organization for state and federal governments formed to insure competency, integrity and credibility of scientific work products of environmental laboratories. P" 1.10 P - Card: Refers to the State of Florida's purchasing card program, using the Visa platform 1.11 Purchase Order: The contract document issued by the Department to the Vendor to procure goods and services. Pm Page 7 of 147 Model Commodity Term Bid (01/26/06) Page 15 of 161 ITB# 05- DC -7583R r" r r r 1.12 Responsible Vendor: A vendor who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good faith performance. P" 1.13 Responsive Bid: A bid, submitted by a responsive and responsible vendor that conforms In all material respects to the solicitation. 1.14 Vendor, Offeror and Bidder: A legally qualified corporation, partnership or other entity submitting a bid to the Department pursuant to this ITB •• 1.15 Winning or Successful Bidder: The business or entity submitting the lowest responsive bid, meeting all requirements of the Department's ITB. 7 F. r r r. F r• r THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK r r Page 8 of 147 Model Commodity Term Bid (01/26/06) Page 16 of 161 ITB# 05- DC -7583R WI Om SECTION 2 — INTRODUCTION PM 2.1 Background and Statement of Purpose Om The Florida Department of Corrections owns and operates several water treatment plants ( WTP's), wastewater treatment plants (WWTP's) and groundwater monitoring wells at facilities throughout the State of Florida. It is necessary to perform periodic analyses on PEN samples from the facilities, to ensure compliance with the respective operating permits and to comply with the current regulations of the Florida Department of Environmental Protection. Pm The department is seeking qualified vendors to provide certified laboratory services for the department's WTP's, WWTP's, and groundwater monitoring wells located .. throughout the state in accordance with the solicitation documents. If regulations are revised by the Florida Department of Environmental Protection (DEP), IM the testing frequency, protocol or actual items will be adjusted accordingly. 2.2 Contract As a result of this ITB, the successful bidder(s) will be awarded a five (5) year contract, which may be renewed for a period of five (5) years. This five year period will allow the p. awarded vendor to provide services through one entire cycle of the DEP testing program as defined in Chapter 62 -550 Florida Administrative Code (FAC) or by facility permit. Purchases from the resulting Contract shall be accomplished by the issuance of purchase order(s). If testing protocol changes, a change order to the purchase order will be issued to cover the cost of the new testing. WI The following correctional sites and locations that shall be included under the Contract resulting from this ITB are as follows: Pm Pm Pla Pow Page 9 of 147 Model Commodity Term Bid (01/26/06) Page 17 of 161 ITB# 05- DC -7583R MS am .. REGION INSTITUTION ADDRESS PHONE # 1 Gulf CI 500 Ike Steel Road, Wewahitchka, FL 32465 (850) 639 -1000 1 Gulf FC 3222 Doc Whitfield Rd , White City, FL 32465 (850) 827 -7412 1 Jackson CI 5563 10 Street, Malone, FL 32445 -3144 (850) 569 -5260 w• 1 Jefferson CI 1050 Big Joe Rd ,Monticello, FL 32344 -0430 (850) 997 -1987 1 Marianna WRC 2980 State Correctional Rd, Marianna, FL 32448 (850) 482 -9190 1 Okaloosa CI 3189 Little Silver Road, Crestview, FL 32539 (850) 682 -0931 pm 1 Walton CI 691 World War II Veterans Lane, Defuniak Spring, FL 32433 (850) 892 -6141 1 Washington CI 4455 Sam Mitchell Dr , Chipley, FL 32428 (850) 773 -6100 PM 2 Baker CI US 90 West, Sanderson, FL 32087 (386) 719 -4500 2 Columbia CI Route 7, Box 376, Lake City, FL 32055 -8075 (386) 754 -7600 ^, 2 Dinsmore CCC 13200 Old Kings Road, Jacksonville, FL 32216 (904) 924-1700 2 Florida State Prison State Road 16, Raiford, FL 32083 (904) 368 -2500 2 Lancaster CI 3449 SW State Road 26, Trenton, FL 32693 (352) 463 -4100 0. 2 Madison CI SR 14 South & County Rd 360, Madison FL 32340 (850) 973 -5300 2 Mayo CI 8784 US Hwy 27 West, Mayo, FL 32066 (386) 294 -4500 2 Taylor CI 8501 Hampton Springs Road, Perry FL 32348 (850) 838 -4001 No 3 Avon Park CI County Road 64 East, Avon Park, FL 33826 (863)453 -3174 3 Lowell CI 11120 NW Gainesville Rd, Ocala, Florida 34482 -1479 (352) 401 -5301 n. 3 Marion CI 3269 NW 105 Street, Lowell Florida 32663 (352) 401 -6400 3 Polk CI 10800 Evans Rd , Polk City, FL 33868 (863) 984 -2273 pm 3 Sumter CI County Road 476B (352) 569 -6100 4 Charlotte CI 33123 Oil Well Road, Punta Gorda, FL 33955 (941) 833 -2300 4 Hardee CI Rt 2, Box 200, Bowling Green, FL 33834 (863) 773 -2441 4 Hendry CI 12551 Wainwright Drive, Immokalee, FL 34142 (239) 867 -2100 4 Martin CI 1150 S W Allapattah Road, Indtantown, FL 34956 (772) 597 -3705 .. 4 Okeechobee CI 3420 NE 168 Street, Okeechobee, FL 34972 (863) 462 -5474 .• Based on the unique operational needs of the correctional system and on available funding, the Department reserves the right to require the Contractor to add or delete institutions and satellite facilities, in addition to those originally contemplated by this ITB. In addition, due to potential changes to permit requirements by regulatory agencies, the Department reserves the right to revise the parameters to be tested and their am frequency Therefore, the Contractor should be prepared, in advance, to make any necessary changes as required. Page 10 of 147 Model Commodity Term Bid (01/26/06) Page 18 of 161 ITB# 05- DC -7583R vim OM AM 2.3 Cooperative Purchasing As provided in Section 287.042(16) (a), F.S., other state agencies may purchase from this contract, provided that the Department of Management Services has determined that the contract's use is cost - effective and in the best interest of the State Upon such approval, the Contractor may, at its discretion, sell these commodities or services to additional agencies, upon the terms and conditions contained herein. In addition, other political subdivisions may also purchase from this contract at the discretion of the Contractor. Entities purchasing from this contract assume and bear complete responsibility with regard to performance of any contractual obligation or term SECTION 3 — PRODUCT INFORMATION 3.1 Specifications 3.1.1 Certification: Each vendor that submits a bid must be certified by the Florida Department of Health (DOH) to perform all required analyses or must clearly indicate that they will secure the services of a subcontractor who is certified to perform all required analyses. A copy of all applicable certifications must be submitted with the bid. The Contractor shall only perform test methods for which it currently holds National Environmental Laboratory Accreditation Conference (NELAC) certification. The Contractor shall also submit a copy of his /her current DOH analyte sheet. The Contractor must immediately notify the department whenever they are unable to perform the necessary test method, due to NELAC certification problems or for any other reason. 3.1.2 Number of Samples: The department cannot determine the exact number (quantities) of analyses that NM will be required for a particular parameter or group of parameters for the various WTP's, WWTP's or monitoring wells. Therefore, estimates of current requirements are shown in Table 1 — Cost Information Bid Sheet in bold and in NM the column identified as Est. Tests Per Year. All other tests shown that are not in bold indicate one (1) or less than one (1) test per year for the purpose of obtaining weighted values (Section 6 1). Unit prices will be established so that the operators at any facility can order as many analyses as necessary to comply with the respective operating permits and appropriate requirements of the Florida Administrative Code Pm Page 11 of 147 Model Commodity Term Bid (01/26/06) Page 19 of 161 1TB# 05- DC -7583R ow 3.1.3 Sample Pickup: The Department's operators will collect all samples except for the Giardia, Cryptosporidium and monitoring well samples. The Contractor shall be responsible, at their own expense, for collection, pick -up or arrangements for pick -up and /or transportation, by U.S. Mail or courier service for all samples at the addresses indicated for each facility. The Contractor's unit bid price on group and individual analyses shall include all costs associated with the expense, for collection of Giardia, Cryptosporidium and monitoring well samples, field time, p. pick -up and /or transportation, by U.S. Mail or courier service, for all the samples and the specimen containers (see Section 3.1.4 paragraph (h). The Contractor will be required to establish a sampling plan in conjunction with the operator, so . as to obtain all necessary samples in compliance with the various institution's permits and DEP's rules. The Contractor will need to work closely with the operator at each institution to schedule the sample collection and pick -up. 3.1.4 Sample Analysis: a. Samples shall be analyzed according to current acceptable methodologies of EPA, FDEP and DOH. The necessary analytical work must be done by a State of Florida (DOH) NELAC Certified Lab. All analyses must be performed by • the Contractor in their facilities, by their personnel The Contractor may subcontract specific chemical analyses, if necessary, to complete the analyte lists for each facility. All subcontracted laboratories shall be certified by the DOH, FDEP or EPA for the method used to complete the analyses Any and all analyses that will be subcontracted will be detailed in the bid submission. b. The department may request testing of an individual parameter or a group of parameters as a set. Bidders shall submit a current unit price for analysis of all individual parameters and group of parameters as indicated on Table 1 - Cost Information Bid Sheet for each institution for which they are submitting a bid. The unit price shall include all costs associated with • the expense of collection of Giardia, Cryptosporidium and monitoring well samples, field time, pick -up and/or transportation, by U S. Mail or courier service, for all the samples and the specimen containers (see Section 3.1 4 paragraph (h). Bidder is not required to bid all institutions listed. c. Quantities in "bold" on Table 1 — Cost Information Bid Sheets are estimates .. as reported by the institutions. Testing that is performed one (1) time per year or less, will have a one (1) listed in the Est. Tests Per Year column for calculation of a weighted value. The department is not required to guarantee PM any minimum or maximum number of samples under the requirements of the contract. Page 12 of 147 Model Commodity Term Bid (01/26/06) Page 20 of 161 ITB# 05- DC -7583R ma P M liM Om d. The Florida Maximum Contaminant Levels (MCL's) for each required chemical constituent for WTP's are presented in Table 1 — Cost Information Bid Sheet Chemical constituents listed for WWTP's do not have MCL's P- listed because they are permit and site specific and could not feasibly be placed in this document. The constituents of concern and the MCL's will be supplied with the first sampling event for each institution. The Contractor shall confirm to the department that attainment of Method Detection Limits for each constituent at or below the respective MCL or permit limit is practicable. Constituents that cannot be analyzed to a concentration at or pm below the respective regulatory level shall be identified in the Contractor's submittal. .• e. All original samples must be retained by the contractor under holding conditions that will allow for testing to be repeated until all analyses are completed. lam If any parameter exceeds the MCL or permit limit, the original sample shall be retested for that parameter. If the retest confirms the original test, the .. department will pay for both tests. If the retest indicates compliance with the MCL or permit limit, the department will pay for the retest only, but not for the original test. Any parameter which does exceed the MCL or permit limit shall be clearly flagged on the report in a manner approved by the Department of Corrections and requires immediate notification per Section (j) below All telephone and facsimile (fax) messages shall be returned within two (2) hours of being received. 0. f. A list of the previous results for each parameter shall be supplied by the chief MI operator of the WTP and WWTP to the Contractor. g As indicated in (e) above, samples must be retained by the Contractor in case re- analysis is required In case of error on the Contractor's part, not performing all required analyses, the Contractor will resample at no cost to the department. 0. h. The department routinely provides personnel for performing the field sampling except for sampling of Giardia, Cryptosporidium and the Monitoring Ilm Wells. The Contractor shall provide pre- assembled sampling kits to the institution's operator, consisting of required bottles, containers, vials, packing, record document forms, ice cooler, etc All containers (bottles, etc.) supplied Om to hold samples for transportation to the laboratory shall be pre - cleaned and sealed or accompanied by a certification that declares that the containers are sterile, free of contaminates and appropriate for the required analyses The kits shall also contain special sampling equipment that may be specifically .. required for any of the required sampling. Page 13 of 147 Model Commodity Term Bid (01/26/06) ITB# OS- DC -7583R .. P M P M I Sample containers shall be provided with appropriate preservatives for the I. specific parameters to be sampled during the sampling event. Volatile Organic Compound (VOC) vials shall be new. All collection containers shall be clean to prevent interference with good laboratory analytical practices. Sampling kits shall be provided to the department within 48 hours of a submitted request. The Contractor will schedule analysis sampling requirements with the facility to be sampled. j. The Contractor shall report findings in an acceptable time frame. Immediate notification to the plant operator via phone and fax is required whenever parameters exceed the MCL or fall outside acceptable permit limits. k. All analytical results shall be reported within ten (10) calendar days from the . - time of pick -up, with the exception of the coliform analysis, which shall be reported within 24 hours by fax. . - 1 Reports and custody records shall be on required forms accepted by EPA FDEP, and DOH If the results are required by the department to be supplied on disk, the Contractor shall supply the information, on disk, in an acceptable .- format. Results must reflect the same compound name as required by FDEP forms Copies of the FDEP form are to be supplied by the department (Results must show current MDL's and MCL's as per FDEP regulations ,.- and the active permits for each Institution). m. A copy of the chain of custody for all samples will be left with the operator at MI the institution when samples are picked -up by the contractor. n. The Contractor shall provide cleaning reagents for sampling equipment if PENI necessary. o. The Contractor shall be able to respond immediately, 24 hours a day, under PM emergency conditions as identified by the department This is to include immediate analysis under conditions of acute violations and imminent health risks. p. The Contractor shall supply pick -up and delivery of samples and containers to comply with all holding times as required by FDEP and DOH regulations OM 3.2 Delivery The Contractor shall start services on the first day of the month after receipt of a purchase order. Page 14 of 147 Model Commodity Term Bid (01/26/06) ITB# 05- DC -7583R n. PM 3.3 Minimum Order (This does not apply to this ITB) 3.4 Quantity Discounts (This does not apply to this ITB) PM 3.5 Substitutions The Contractor is required to provide only the service(s) identified in this bid submission .. Alternate services provided to the Department without prior approval by the Contract Manager are prohibited, will be at the Contractor's expense, and may cause termination of the contract. Pml In the event, the product/service specified can no longer be provided for reasons beyond the Contractor's control (i e. — product/service discontinuance); the Contractor shall provide an alternate product/service request to the Contract Manager. The substituted product/service shall meet (or exceed) all terms, conditions, and specifications applicable to the original specified product/service. An alternate product/service may be required by the Department for review prior to acceptance 3.6 Damaged Goods The Contractor shall be responsible for filing, processing and collecting all damage claims. However, to assist the vendor in the expeditious handling of damage claims, the ordering office will: 1. Record any evidence of visible damage on all copies of the delivery carrier's MI" Bill of Lading. 2 Report damage (visible or concealed) to the carrier and contract supplier, confirming such reports, in writing, within fifteen (15) days of delivery, PM requesting that the carrier inspect the damaged merchandise. 3. Retain the item and its shipping container, including inner packing material, until inspection is performed by the carrier and disposition given by the contract supplier 4 Provide the vendor with a copy of the carrier's Bill of Lading and Damage Inspection Report. 3.7 Trade Names Any manufacturer's names, trade names, brand names or catalog numbers used in specifications contained in this bid are for the purposes of describing and establishing general quality levels. Such references are not intended to be restrictive. Bids will be Poll considered for any brand that meets or exceeds the quality level of item(s) listed. An alternate product sample may be required by the Department for review prior to acceptance. Page 15 of 147 Model Commodity Term Bid (01/26/06) Page 23 of 161 ITB# 05- DC -7583R ow p. 3.8 Contract Sales Report The Contractor shall furnish the Department of Corrections, Bureau of Procurement & Supply, a summary report of contract sales at the end of each calendar quarterly period. The report shall summarize, at a minimum. total number of tests performed during the quarter, total dollar value of tests performed during the quarter, total number of tests performed by location, total number of tests performed and total dollar value of tests ..., performed for the entire contract term The Department may, at its discretion, develop the exact format the Contractor shall use for report submittal. Any report format developed by the Department shall be incorporated into, and shall become a part of, the original contract. A summary report shall be furnished for quarters that include less than three full months of business (such as, the beginning or end of the contract term). Failure to provide this information within thirty (30) calendar days following the end of each quarter may result in ., the termination of the contract. 3.9 Estimated Quantities PM Quantities indicated herein, are annual estimates as reported by the institutions, are given only as a guideline for preparing your bid, and should not be construed as representing .. actual quantities to be purchased under any resulting contract. 3.10 Price Increase The Department will consider price increases resulting from increases in raw material costs, manufacturing price increases, imposition of taxes not contemplated at the time that this ITB was released, etc , if rendered, a written notice of vendor's justification for a price increase (i e. letter, invoice, etc., from manufacturer or taxing authority, etc.). After receipt by the Contract Manager, price adjustments, if approved, will become effective .. thirty (30) days thereafter. Once a price adjustment request is received and approved, no entity will order more than a thirty (30) day's supply of any item prior to the effective date of the increase Price increases will be considered once a year and after the first PM year of the contract. 3.11 Contract Modifications Modifications to provisions of this Contract shall only be valid when they have been rendered in writing and duly signed by both parties. The parties agree to renegotiate this — Contract to comply with any applicable current or revised state laws, regulations, or increases /decreases in allocations that make changes in the Contract necessary There are no obligations to agree by either party. — Page 16 of 147 Model Commodity Term Bid (01/26/06) Page 24 of 161 ITB# 05- DC -7583R iimi P.M SECTION 4 — PROCUREMENT RULES AND INFORMATION 4.1 Contact Person Questions related to this procurement should be addressed to. Susan Barr Government Operations Analyst II Bureau of Procurement & Supply Department of Corrections 2601 Blair Stone Road Tallahassee, Florida 32399 -2500 Phone: (850)410 -1799 ., Fax: (850)488 -7189 E mail barr.susan @mail.dc.state.fl.us P" From the date this ITB is issued until a notice of recommended award, rejection of all bids or other notice is made, no contact related to the ITB will be allowed between a bidder and any Department staff, with the exception of the Contact Person or Designee Pl Any unauthorized contact may disqualify the bidder from further consideration. Questions will only be accepted if submitted in writing and received on or before the date PM and time specified in the Calendar of Events (Section 4.2). Responses will be made in writing and mailed to all known bidders, including participants of the Vendor Bid System's e -mail notification, on or about the anticipated date referenced in the Calendar of Events. 4.2 Calendar of Events WM Listed below are the important actions and dates /times by which the actions must be taken or completed If the Department finds it necessary to change any of these IMI dates /times, it will be accomplished by addendum. All listed times are local time in Tallahassee, Florida. "' Date Time Action 4.2.1 MAY 4, 2006 2:00 P.M. Release of ITB 4.2.2 MAY 9, 2006 2 00 Last day for written inquiries 4.2.3 May 10, 2006 Anticipated date for responses to written inquiries See posting in the Vendor Bid System '^ (VBS) 4.2.5 MAY 22, 2006 2 00 P.M. Bid opening Page 17 of 147 Model Commodity Term Bid (01/26/06) Page 25 of 161 ITB# 05- DC -7583R P IM P M PM 4.2.6 MAY 23, 2006 Anticipated date of posting of recommended award 4.2.7 MAY 2006 Anticipated date for issuance of ^, Contract 4.3 Procurement Rules .. 4.3.1 Mandatory Vendor Registration In 2003, the state of Florida implemented an on -line e- procurement system called PM MyFloridaMarketplace (MFMP) through which all purchase orders are issued and distributed via e-mail or facsimile (fax) machine. The method of automatic distribution is selected by the vendor during the registration process. Therefore, before doing business with any state agency, vendors must register in this system on -line at: http: / /dms.myflorida.com /mfmp . Vendors needing assistance with _ the registration process may call 1- 866 - 352 -3776. For information regarding the fees for this service, please refer to Section 7.3.1. 4.3.2 Submission of Bids PM Each bid shall be prepared simply and economically, providing a straightforward, concise delineation of the bidder's capabilities to satisfy the requirements of this ITB. Fancy bindings, colored displays, and promotional material are not desired. p. Emphasis in each bid must be on completeness and clarity of content. In order to expedite the review of bids, it is essential that bidders follow the format and instructions contained in the Bid Submission Requirements (Section 5), with PM particular emphasis on the Mandatory Responsiveness Requirements. Bids are due at the time and date specified in the Calendar of Events (Subsection w. 4.2) at the Department of Corrections, Bureau of Procurement & Supply, 2601 Blair Stone Road, 4 floor, Tallahassee, Florida 32399 -2500, and shall be submitted to the attention of the Contact Person at the address listed in Subsection ^" 4.1. Bids received late will not be considered. No Department staff will incur responsibility for the inadvertent opening of a bid not properly sealed, addressed or identified. 4.3.3 Bid Opening Bids will be publicly opened at the time and date specified in the "Calendar of Events" (Section 4 2). The name of all bidders submitting bids shall be made available to interested parties upon written request to the contact person listed in .. Section 4.1. owl Page 18 of 147 Model Commodity Term Bid (01/26/06) Page 26 of 161 ITB# 05- DC -7583R p. 4.3.4 Costs of Preparing Bid PIM The Department is not liable for any costs incurred by a bidder in responding to this ITB, including those for oral presentations, if applicable. "' 4.3.5 Disposal of Bids All bids become the property of the State of Florida and will be a matter of public PM record subject to the provisions of Chapter 119, Florida Statutes The State of Florida shall have the right to use all ideas, or adaptations of those ideas, contained in any bid received in response to this ITB. Selection or rejection of ., the bid will not affect this right. 4.3.6 Bid Rules for Withdrawal A submitted bid may be withdrawn by submitting a written request for its withdrawal to the Department, signed by the bidder within seventy -two (72) hours after the bid due date indicated in the Calendar of Events. Any submitted bid shall remain a valid bid for twelve (12) months after the bid PM submission date. 4.3.7 Rejection of Bids The Department reserves the right to reject any or all bids failing to meet mandatory responsiveness requirements, or containing material deviations and may require modifications before acceptance of any bid. 4.3.7.1 Mandatory Responsiveness Requirements PM Mandatory responsiveness requirements are terms, conditions or requirements that must be met by the bidder to be responsive to this Invitation to Bid. Failure to meet these mandatory requirements will cause rejection of a bid. 4.3.7.2 Material Deviations The Department has established certain requirements with respect to IIIM bids to be submitted by bidders. The use of shall, must, or will (except to indicate simple futurity) in this Invitation to Bid indicates a requirement or condition from which a material deviation may not be waived by the Department. A deviation is material if, in the Department's sole discretion, the deficient response is not in substantial accord with this Invitation to Bid's requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on ., Page 19 of 147 Model Commodity Term Bid (01/26/06) Page 27 of 161 1TB4 05- DC -7583R 17 r71 . El the quantity or quality of items proposed, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a bid. a 4.3.7.3 Minor Irregularities Q A minor irregularity is a variation from the ITB terms and conditions which does not affect the, price of the bid or give the bidder an advantage or benefit not enjoyed by the other bidders or does not fl adversely impact the interests of the Department 4.3.8 Bid Inquiries El 4.3.8.1 This section supersedes paragraph 7 entitled "Interpretations /Disputes" of the General Conditions on the cover sheet of this Invitation to Bid E (PUR 7050). 4.3.8.2 The bidder shall examine this ITB to determine if the Department's a requirements are clearly stated. If.there are any requirements which restrict competition, the bidder may request, in writing, to the Department,"that the specifications be changed. The bidder who fl requests changes to the Department's specifications must identify and describe the bidder's difficulty in meeting the Department's specifications, must provide detailed justification for a change, and must fl recommend changes to the specifications. Requests for changes to this ITB must be received by the Department no later than the date shown for written inquiries in the "Calendar of Events." A bidder's failure to request changes by the date described above shall be considered to constitute bidder's acceptance of Department's specifications. The Department shall determine what changes to this ITB shall be acceptable fl 1 to the Department. If required, the Department shall issue an addendum reflecting the acceptable changes to this ITB, which shall be sent to all bidders in order that all bidders shall be given the opportunity of fli proposing to the same specifications. 4.3.8.3 Any inquiries from bidders concerning this ITB shall be submitted in 1 writing, identifying the submitter, to the individual identified in Section 4.1 of this ITB and must be received no later than the date and time specified in Section 4.2 of the Calendar of Events. (E -mail inquiries are Fl preferred with the bidder following up by mailing or faxing a hard copy.) It is the responsibility of the bidder to confirm receipt of e- mailed and faxed inquiries. F 4.3.8.4 Failure to file a protest of the bid specifications within the time prescribed in Section 120 57(3), Florida Statutes, or failure to post the El bond or other security required by law within the time allowed for filing 4=1 Page 20 of 147 Model Commodity Term Bid (01/26/06) Page 28 of 161 ITB# 05- DC -7583R Pe PIN a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 4.3.8.5 Pursuant to Section 287.042(2)(c), Florida Statutes, a formal written protest must be accompanied by a bond payable to the Department in an amount equal to one percent (1%) of the estimated total value of the Poe proposed contract amount submitted by the protestor. In lieu of a bond, the Department may accept a cashier's check, official bank check, or money order in the amount of the bond. 4.3.9 Addenda Pm 4.3.9.1 The Department will post all addenda and materials relative to this procurement on the Florida Vendor Bid System at www myflorida.com '" under the posted bid number (click on "Business ", then "Doing Business with the State ", under "Everything for Vendors and Customers ", click on "Vendor Bid System (VBS) ", and "Search Advertisements ") Each "' bidder is responsible for monitoring this site for new or changing information relative to this procurement '" 4.3.9.2 An Addendum Acknowledgment Form will be included with each addendum and shall be signed by an authorized company representative, dated, and returned with the bid, as instructed in Section 5, Contents of Pim Bid. 4.3.10 Cost Discussions Any discussion by the bidder with any employee or authorized representative of the Department involving cost information, occurring prior to bid opening or !" notice of recommended award, or notice of rejection of all bids, will result in rejection of said bidder's bid. 4.3.11 Verbal Instructions No negotiations, decisions, or actions shall be initiated or executed by the .• Contractor as a result of any discussions with any Department employee. Only those communications that are in writing from the Department's staff identified in Section 4.1 of this ITB shall be considered a duly authorized expression on behalf r of the Department Only communications from the Contractor's representative, which are in writing and signed, will be recognized by the Department as duly authorized expressions on behalf of the Contractor. Pm r Page 21 of 147 r Model Commodity Term Bid (01/26/06) Page 29 of 161 ITEM 05- DC -7583R im P m Iwo 4.3.12 No Prior Involvement and Conflicts of Interest P M The Contractor shall not compensate in any manner, directly or indirectly, any officer, agent or employee of the Department for any act or service that he /she P M may do, or perform for, or on behalf of, any officer, agent, or employee of the Contractor. No officer, agent, or employee of the Department shall have any interest, directly or indirectly, in any contract or purchase made, or authorized to be made, by anyone for, or on behalf of, the Department or the State of Florida The Contractor shall have no interest and shall not acquire any interest that shall conflict in any manner or degree with the performance of the services required under this Contract. 4.3.13 Department of State Licensing Requirements All entities defined under Chapters 607, 617 or 620, Florida Statutes, seeking to do business with the Department shall be on file and in good standing with the Florida Department of State. OM In furtherance of the One Florida Initiative, bidders are encouraged to seek the participation of certified minority business enterprises (CMBE). Information on the One Florida Initiative and CMBEs is available from the Office of Supplier ,., Diversity at http: / /osd dms state fl us. Please identify each CMBE that will participate in the Contract and the nature of the participation. 4.3.14 Public Entity Crimes A person or affiliate who has been placed on the Convicted Contractor List .. following a conviction for a public entity crime may not submit a bid or proposal to provide any goods or services to a public entity, may not submit a bid or proposal to a public entity for the construction or repair of a public building or .. public work, may not submit bids or proposals for leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity, and may not .. transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the Convicted Contractor List. .•. Page 22 of 147 Model Commodity Term Bid (01/26/06) Page 30 of 161 ITB# 05- DC -7583R 4.3.15 Discriminatory Vendor List An entity or affiliate who has been placed on the Discriminatory Vendor List may p. not submit a bid or contract to provide goods or services to a public entity, may not submit a bid or contract with a public entity for the construction or repair of a public building or public work, may not submit bids or contracts on leases of real property to a public entity, may not perform work as a contractor, supplier, subcontractor or consultant under contract with any public entity and may not transact business with any public entity 4.3.16 Unauthorized Employment of Alien Workers 0. The Department does not intend to award publicly funded contracts to those who knowingly employ unauthorized alien workers, constituting a violation of the employment provisions as determined pursuant to Section 274A of the Immigration and Nationality Act. 4.4 Posting of Recommended Award The notice of intended award will be posted on or about the date shown in the Calendar of Events (Subsection 4.2) and will remain posted for a period of seventy -two (72) hours. Saturdays, Sundays, and state holidays shall be excluded in the computation of the 72 hour time period. Posting will be made available on the Florida Vendor Bid System at www.myflorida com (follow instructions listed in Subsection 4.3.8). OM 4.4.1 Any bidder who desires to protest the recommended award must file the following documents with the Agency Clerk in the Department's Office of General Counsel, 2601 Blair Stone Road, Tallahassee, Florida 32399 -2500 (telephone number 850- 488 -2328, facsimile number 850- 410 - 4133), and provide copies to the Contact Person listed in Section 4 1 of this ITB PM 4.4.1.1 A written notice of intent to protest within seventy -two (72) hours after posting of the recommended award. Saturdays, Sundays, and state holidays shall be excluded in the computation of the 72 hour time period. PM 4.4.1.2 A formal written protest by petition within ten (10) calendar days after the date on which the notice of protest is filed. 4.4.1.3 A protest bond (see Section 4.4.3) within ten (10) calendar days after the date on which the notice of protest is filed PM 11., Page 23 of 147 Model Commodity Term Bid (01/26/06) Page 31 of 161 ITEM 05- DC -7583R 4.4.2 Failure to file a protest within the time prescribed in Chapter 120.57(3), Florida Statutes or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under '... Chapter 120, Florida Statutes. 4.4.3 Pursuant to Section 287 042(2)(c), Florida Statutes, a formal written protest must be accompanied by a bond payable to the Department in an amount equal to one percent (1 %) of the estimated total value of the proposed contract amount submitted by the protestor. The amount of the bond will be provided by the ., Department's Office of General Counsel /Contracts Section and can be obtained by contacting the appropriate staff at 850- 410 -4133 In lieu of a bond, the Department may accept a cashier's check, official bank check, or money order in the amount of the bond. 4.4.4 In addition to the requirements of the paragraph entitled "Awards" of the General Conditions of this Invitation to Bid as listed on form PUR 7050, the Department shall not be obligated to pay for information obtained from or through any bidder prior to entering into a contract with the winning bidder OM P M THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK P M O NN IM., Page 24 of 147 Model Commodity Term Bid (01/26/06) Page 32 of 161 ITB# 05- DC -7583R — SECTION 5 — BID FORMAT AND CONTENTS This section contains instructions that describe the required format for the submitted bid. The ^, bidder shall supply one (1) original, signed bid which shall include all required documents, in a separately sealed envelope clearly marked "Bid — ITB #05 -DC -7583 " There is no intent to limit the content of the response. Additional information deemed appropriate ^" by the bidder may be included. However, cluttering the bid with irrelevant material makes the review more difficult The following paragraphs contain instructions that describe the required format for bid responses. 0. 5.1 Mandatory Responsiveness Requirements '^ The following terms, conditions, or requirements must be met by the bidder to be responsive to this ITB. These responsiveness requirements are mandatory. Failure to meet these responsiveness requirements will cause rejection of a bid. 5.1.1 It is mandatory that the bidder complete, sign and return PUR Form 7050, State of Florida ITB /Agency Term Contract/Bidder Acknowledgement, which is the 0. front cover of this ITB document. The bidder must return either the original or a copy (front & back) with an original signature. The sealed envelope shall be clearly marked "ITB -# 05 -DC -7583. 5.1.2 It is mandatory that the bidder complete, sign, and return a hard copy of all, TABLE I — Cost Information Bid Sheets for each location bid in the format received. The bidder must return the TABLE I — Cost information section, dated and with an original signature. 5.1.3 It is mandatory that the bidder return Table I — Cost Information Bid Sheets, which consist of pages 44 through 147 in the format provided saved to a compact disc (CD) compatible with Microsoft Excel XP. A signature is not required on the CD copy, but all information shall be exactly the same as the hard copy for your bid to be considered responsive If there are discrepancies between the hard copy and the CD copy, the hard copy shall prevail. 0. To obtain a blank excel TABLE 1 — COST INFORMATION BID SHEETS in an electronic copy, you must request it from the contact person listed in — Section 4.1. 5.1.4 It is mandatory to respond on the Table I — Cost Information Bid Sheet The blue and green spaces (cells) on the price sheet under the title Enter Bid Price Per Test are the cells where the bidder is required to supply bid data The bidder shall fill in the unit bid price for each test, including the group of tests, where Page 25 of 147 — Model Commodity Term Bid (01/26/06) Page 33 of 161 ITB# 05- DC -7583R 0 0 indicated, for the WTP, in the highlighted cells for each location desired. Check carefully, parameters may change from location to location and /or region to region. 3.2 Contact for Contract Administration The bidder shall complete and insert Attachment 1 of this ITB. 5.3 Addendum Acknowledgment Form If an addendum to this bid is issued, the Bidder shall complete and insert the signed D Addendum Acknowledgment Form(s). 5.4 Cost Proposal 5.4.1 Cost Proposal Submission Requirements The bidder shall submit the Cost Information Sheet(s) (Table I). By submitting a bid or bids under this each bidder warrants its agreement to the prices submitted. Any qualifications, counter - offers, deviations, or challenges shall fl render the bid non - responsive 0 0 E 0 0 THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK 0 0 Page 26 of 147 F1 Model Commodity Term Bid (01/26/06) Page 34 of 161 ITB# 05- DC -7583R SECTION 6 — AWARD OF CONTRACT pi- 6.1 Price Determination The Department will award the Contract to the lowest responsive bidder in accordance with the General Conditions, Awards, No. 9, listed on Form 7050- Invitation to Bid (ITB). In the event the low cost bidder is found non - responsive, the Department may proceed to the next lowest cost responsive bidder and continue the award process. Firm prices shall be bid and shall include all material necessary for testing, sampling kits, packaging, handling, pick -up, shipping and delivery charges (F.O B. Destination, Freight Prepaid). WI The lowest responsive bidder shall be based on the lowest Grand Total Weighted Bid Price by location, region, combination of regions or statewide. The bidder is not required to bid all locations listed in a region in order to be considered responsive The PM bidder desiring a particular location is required to bid on all tests and group of tests within that location for their bid to be considered responsive. The bidder will enter their ., price on the document in the highlighted column labeled Enter Bid Price Per Test. Note. You will not insert pricing in the groupings that are highlighted in gray. Grand Total Weighted Bid Price is achieved by • Adding the total of all Est. Tests Per Year for WTP and WWTP. (All tests that PM are one (1) or less than ( <) one (1) per year are entered as one (1) for weighted value purposes). • Dividing each Est. Tests Per Year by the Grand Total of WTP and WWTP Est. Tests Per Year to obtain the Weighted Value. W I • Multiplying the Bid Price per test, times the Weighted Value per test, equals the Weighted Bid Price per test. Pm • Add all Weighted Bid Prices for WTP and WWTP to obtain the Grand Total Weighted Bid Price. Example using data from Gulf CI Table 1 — Cost Information Bid Sheet: • Add all Est. Tests Per Year (WTP + WWTP) = 1016 (Grand Total Est. Tests p. Per Year) Page 27 of 147 si" Model Commodity Term Bid (01/26/06) Page 35 of 161 1TB# 05- DC -7583R IIM IIM • Divide each Est. Test Per Year by the Grand Total Est. Tests Per Year to get the Weighted Value of each test using the information for first item, Asbestos. PM 1 —1016 = .098 rounded off in percentage value of 10% • Multiply the Weighted Value times the Bid Price ($15.38) .10% (.0010) x $15.38 = .01538 rounded off is .02 .02 is the Weighted Bid Price for Asbestos p. • Add all Weighted Bid Prices for WTP and WWTP to get the Grand Total of the Weighted Bid Price. Note: the excel document will calculate all totals for you. The bidder will only input the bid price per test in the highlighted area. All other areas of the document .. are locked to avoid accidental data entry. 6.2 Incomplete Cost Information Sheet PM Any cost information sheet that is incomplete or in which there are significant inconsistencies or inaccuracies may be rejected by the Department. No deviations, qualifications, or counter offers will be accepted The Department reserves the right to reject any and all bids. All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the event of any miscalculation, unit prices p. shall prevail. 6.3 Identical Tie Bids IOW In the event of identical pricing from this ITB, the Department shall determine the order of award using the following criteria, in the order of preference listed below (from p. highest priority to lowest priority). 1. The bid is from a Florida - domiciled entity, as determined by the Department of p. State; 2. The bid provides for manufacturing the commodity(ies) within the state (in preference over any foreign manufacturing); p. 3. The bid provides for a foreign manufacturer that has at least 200 employees working in the state (in preference over a foreign manufacturer with less than 200 employees working in the state); or 4. The bid certifies that a drug -free workplace has been implemented in accordance with Section 287.087 F S. (Bidder must return a fully executed Attachment 2) If none of the criteria listed above is applicable, the Department may determine the order of award by coin toss. Page 28 of 147 "" Model Commodity Term Bid (01/26/06) Page 36 of 161 ITB# 05- DC -7583R Pm Pio Pm SECTION 7 — CONTRACT TERMS AND CONDITIONS This section contains standard terms and conditions that shall be included in any Contract which results from this ITB. By submitting a bid in response to this ITB, the bidder is deemed to have accepted these terms and conditions in their entirety. 7.1 Contract im 7.1.1 A bid in response to this ITB shall be considered as the bidder's formal offer 7.1.2 Upon selection of the winning bid and completion of the seventy -two (72) hour posting process indicated in Section 4.4, an authorized representative of the ,.., agency shall affix his signature to the specified area on the bottom, reverse side of the Bidder Acknowledgement cover sheet (PUR 7050), thereby certifying the bid. Once the bid submittal has been certified, the bidder shall be known as the "Contractor" and the certified bid shall constitute the Contract between the parties. If there is a conflict in language between the Department's ITB and the bidder's submitted bid, the Department's ITB will govern PM Upon certification, and based upon appropriation, the Department shall enter into a five (5) year contract. Said Contract is renewable, at the Department's sole 1. discretion, for one five (5) year term. Such renewals are contingent upon satisfactory performance evaluations, as determined by the Department, and subject to the availability of funds. WM The Department will forward a letter, along with a copy of the certified bid (Contract) to the Contractor and orders may then be issued against the Contract. 11=1 Department staff may issue purchase orders, or utilize the State of Florida procurement card (VISA) for purchases under this Contract. 7.2 Termination 7.2.1 Termination at Will The Contract may be terminated by either party upon no less than thirty (30) calendar days' notice, without cause, unless a lesser time is mutually agreed upon by both .. parties Notice shall be delivered by certified mail (retum receipt requested), by other method of delivery whereby an original signature is obtained, or in- person with proof of delivery Notices to the Department shall be sent to the individual listed in .-, Section 4 1. Notices to the Vendor shall be sent to the individual listed in Attachment 1 — Contact (or Contract Administration). ., Page 29 of 147 Model Commodity Term Bid (01/26/06) Page 37 of 161 ITB# 05- DC -7583R 7.2.2 Termination Because of Lack of Funds In the event funds to finance this purchase become unavailable, the Department may cancel the Contract upon no less than twenty -four (24) hours' notice in writing to the Vendor. Notice shall be delivered by certified mail (return receipt requested), facsimile, by other method of delivery whereby an original signature is obtained, or in- person with proof of delivery. The Department shall be the final authority as to the availability of funds •M 7.2.3 Termination for Cause If any breach of the terms and conditions of the Department's Purchase Order or any of its incorporated documents occurs by the Vendor, the Department may, by written notice to the Contractor, cancel the Contract upon twenty -four (24) hours' notice. Notice shall be delivered by certified mail (return receipt requested), by other method of delivery whereby an original signature is obtained, or in- person with proof of delivery. If applicable, the Department may employ the default provisions in Chapter 60A -1, Florida Administrative Code. The provisions herein do not limit the Department's right to remedies at law or to damages 7.2.4 Termination for Unauthorized Employment Violation of the provisions of Section 274A of the Immigration and Nationality Act shall be grounds for unilateral cancellation of the Contract. 7.3 Payments and Invoices 7.3.1 Transaction Fee The Department of Management Services has instituted a statewide eProcurement System ( "System "), with the assistance of a third -party agent, Accenture LLP ( "Accenture ") All transactions from this Contract shall be processed through this system. Pursuant to Section 287.057(23), Florida Statutes (2002), a Transaction IMO Fee of one percent (1%) of the total dollar amount of each purchase order shall apply to all purchases from this Contract The fee shall be paid by the Contractor, and shall not be added to purchase orders as a separate item I t is the intent of the system to automatically deduct the Transaction Fee from payments to the Contractor Automatic deduction is not always possible and Contractors are expected to self -report until a method of automatic deduction is implemented By submission of these self - reports and corresponding Contractor Page 30 of 147 ^ Model Commodity Term Bid (01/26/06) Page 38 of 161 ITB# 05- DC -7583R OINM OM "' deposits, the Contractor is certifying their correctness All such reports and fee deposits shall be subject to audit by the State. The Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non - refundable when an item is rejected or returned, or declined, due to the Contractor's failure to perform or comply with specifications or requirements of the applicable purchase order or Contract. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM BIDDING ON DEPARTMENT CONTRACTS. OM 7.3.2 The Contractor agrees to submit invoices for compensation for delivery of products in detail sufficient for a proper pre -audit and post -audit thereof Invoices will be paid "" upon receipt, inspection and acceptance of product(s). 7.3.3 The State of Florida has implemented a purchasing card program, using the Visa platform. Vendors may receive payment from facilities by the purchasing card in the same manner as other Visa purchases. By submitting a bid in response to this ITB, the vendor agrees that it will accept payment through use of the "' Department's purchasing card. For purchases made by purchase order, the purchase order document shall include the invoicing location and conditions of payment. 0. 7.4 Contract Management 0. 7.4.1 Department's Contract Manager The Contract Manager for this purchase will be • OM Mr. Stephen Grizzard, Chief Bureau of Facilities Services . Department of Corrections 2601 Blair Stone Road Tallahassee, Florida 32399 -2500 PIM Phone number 850-410-4111 Fax number 850- 922 -0027 Email• grizzard.stephen @mail dc state.fl us The Contract Manager will perform the following functions. 7.4.1.1 serve as the liaison between the Department and the Contractor; Page 31 of 147 P" Model Commodity Term Bid (01/26/06) Page 39 of 161 ITB!! O5- DC -7583R a ri t,_ .,.... 7.4.1.2 verify receipt of deliverables from the Vendor, if applicable; I:1 7.4.1.3 submit requests for change orders, if applicable, and 7.4.1.4 review, verify, and approve invoices from the Vendor, if applicable 1:1 7.4.1.5 The Contract Manager may designate the above tasks to the Central Office Contract Coordinator or designee assigned to oversee the daily ill operational tasks related to performance and delivery of services under this contract. a The Central Office Contract Coordinator will be: Bailey Barefoot, Supervising Construction Projects Administrator "M Bureau of Facilities Services Department of Corrections 2601 Blair Stone Road a Tallahassee, Florida 32399 -2500 Phone number: 850- 410 -4093 Fax number: 850- 922 -0027 a Email: barefoot .bailey(a�mail.dc.state.fl us 7.4.1.6 In addition, the Contract Manager may delegate functions to a "Local a Contract Coordinator" The Local Contract Coordinator(s) for this Contract will be: a Charles Payne, Region I Professional Engineer III a 2225 Pat Thomas Parkway Quincy, Florida 32351 Telephone: (850)627 -5405 a Fax: (850)627 -5423 E -mail: payne.charles@mail.dc.state fl.us a Steven Yu, Region II Professional Engineer III 8501 Hampton Springs Road a Perry, Florida 32348 Telephone: (850) 838 -4299 Fax (850) 838 -4025 ri E -mail: yu.stevena,mail.dc state fl us Richard Spaulding, Region III v Page 32 of 147 Model Commodity Term Bid (01/26/06) Page 40 of 161 ITB# 05-DC-7583R .„i OM Professional Engineer III 19225 US Highway 27 Clermont, Florida 34711 Telephone 352= 394 -4584 Fax: 352- 394 -3899 E -mail: Spaulding richard@mail dc.state.fl.us Joe Jereb, Region IV Professional Engineer III 5610 NW 9` Avenue Ft Lauderdale, Florida 33309 Telephone: 954- 202 -3933 Fax: 954- 202 -3845 E -mail: jereb.joe @mail dc.state fl.us The Local Contract Coordinator will be responsible for the following: 7.4.1.5.1 verify receipt of deliverables from the Contractor; 7.4.1.5.2. monitor the Contractor's performance; and 7.4.1.5.3. review, verify, and approve invoices from the Contractor, 7.4.1.5.4. submit requests for change orders, if applicable. 7.4.2 Department's Contract Administrator The Contract Administrator for this purchase will be: Lisa M. Bassett, Chief Bureau of Procurement & Supply Department of Corrections 2601 Blair Stone Road Tallahassee, Florida 32399 -2500 850/488 -6671 (telephone) 850/922 -5330 (facsimile number) bassett.lisa @mail.dc.state.fl.us The Contract Administrator will perform the following functions• 7.4.2.1 maintain the Purchase Order or P -Card file, 7.4.2.2 process all change orders and purchase order cancellations; and r Page 33 of 147 Model Commodity Term Bid (01/26/06) Page 41 of 161 ITB# 05- DC -7583R E E n 7.4.2.3 maintain the official records of all correspondence between the [7 Department and the Vendor 7.5 Contract Management Changes E After execution of the Contract resulting from this ITB, any changes in the information contained in Section 7.4, Contract Management of that Contract, will be provided to the El other party, in writing and a copy of the written notification shall be maintained in the official Contract file. Fl 7.6 Vendor's Expenses The successful bidder shall pay for all licenses, permits, and inspection fees or similar Il charges required for this Contract, and shall comply with all laws, ordinances, regulations, and any other requirements applicable to the work to be performed under this Contract. [I 7.7 Governing Law and Venue This Contract is executed and entered into in the State of Florida, and shall be construed, fl performed and enforced in all respects in accordance with the laws, rules and regulations of the State of Florida. Any action hereon or in connection herewith shall be brought in Leon County, Florida. El 7.8 Records ri 7.8.1 Public Records Law The Contractor .agrees to allow the Department and the public access to any 17 documents, papers, letters; or other materials subject to the provisions of Chapter 119, Florida Statutes, made or received by the Contractor in conjunction with the Contract resulting from this ITB. The Contractor's refusal to comply with this fl provision shall constitute 'sufficient cause for termination of the Contract resulting from this ITB. a 7.8.2 Audit Records 7.8.2.1 The successful bidder agrees to maintain books, records, and documents (including electronic storage media) in accordance with generally accepted accounting procedures and practices which D sufficiently and properly reflect all revenues and expenditures of funds provided by the Department under this Contract, and agrees to provide a financial and compliance audit to the Department or to the Office of ii Page 34 of 147 Model Commodity Term Bid (01/26/06) Page 42 of 161 ITB# 05- DC -7583R 0 0 the Auditor General and to ensure that all related party transactions are disclosed to the auditor. 7.8.2.2 The successful bidder agrees to include all record - keeping requirements in all subcontracts and assignments related to this Contract. 7.8.3 Retention of Records The successful bidder agrees to retain all client records, financial records, .. supporting documents, statistical records, and any other documents (including electronic storage media) pertaining to this Contract for a period of five (5) years The successful bidder shall maintain complete and accurate record - keeping and documentation as required by the Department and the terms of this Contract. Copies of all records and documents shall be made available for the Department upon request. All- invoices and documentation must be clear and legible for audit purposes. All documents must be retained by the successful bidder at the address listed on the Cover Sheet, PUR 7050, for the duration of this Contract. Any records not available at the time of an audit will be deemed unavailable for audit fl purposes. Violations will be noted and forwarded to the Department's Inspector General for review. All documents must be retained by the Vendor at the Vendor's primary place of business for a period of five (5) years following termination of the Contract, or, if an audit has been initiated and audit findings have not been resolved at the end_ of five (5) years, the records shall be retained until resolution of the audit findings. The Vendor shall cooperate with the Q Department to facilitate the duplication and transfer of any said records or documents during the required retention period. The Vendor shall advise the Department of the location of all records pertaining to this Contract and shall notify the Department by certified mail within ten (10) days if /when the records are moved to a new location. 7.9 Prison Rehabilitative Industries and Diversified Enterprises, Inc. ( "PRIDE ") The Bidder agrees that any articles which are the subject of, or are required to carry out this Contract, shall be purchased from PRIDE, identified under Chapter 946, Florida Statutes, in the same manner and under the procedures set forth in Sections 946.515(2) and (4), Florida Statutes. The Bidder shall be deemed to be substituted for the a Department in dealing with PRIDE, for the purposes of this Contract. This clause is not applicable to subcontractors, unless otherwise required by law. Available products, pricing, and delivery schedules may be obtained by contacting PRIDE. This section is applicable to those products manufactured or services rovided b P by PRIDE. For a list of these products, please go to http / /www.pridefl com n E Page 35 of 147 ... Model Commodity Term Bid (01/26/06) Page 43 of 161 ITB# 05- DC -7583R 7.10 Product Available from the Blind or Other Handicapped (RESPECT) The Department supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this Contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036 (1) and (2), Florida Statutes; and for purposes of this Contract the person, firm, or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned. This section is applicable to those products manufactured or services provided by RESPECT. For a list of these products, please go to http. / /www respectofflorida.org. 7.11 Procurement of Materials with Recycled Content It is expressly understood and agreed that any products or materials which are the subject of, or are required to carry out, this Contract shall be procured in accordance with the provisions of Section 403 7065, Florida Statutes and Section 287 045, Florida Statutes 7.12 Sponsorship If the Contractor is a nongovernmental organization which sponsors a program financed partially by state funds, including any funds obtained through this Contract, it shall, in publicizing, advertising, or describing the sponsorship of the program, state: "Sponsored by (insert Vendor's name) and the State of Florida, Department of Corrections." If the sponsorship reference is in written material, the words "State of Florida, Department of Corrections" shall appear in the same size letters or type as the name of the organization 7.13 Employment of Department Personnel The Contractor shall not knowingly engage, employ or utilize, on a full -time, part-time, or other basis during the period of this Contract, any current or former employee of the Department where such employment conflicts with Section 112.3185, Florida Statutes. 7.14 Non - Discrimination No person, on the grounds of race, creed, color, national origin, age, gender, marital status or disability, shall be excluded from participation in, be denied the proceeds or Page 36 of 147 °� Model Commodity Temi Bid (01/26/06) Page 44 of 161 ITB# 05- DC -7583R PM P M P M PM benefits of, or be otherwise subjected to discrimination in, the performance of this Contract F. 7.15 Americans with Disabilities Act The Contractor shall comply with the Americans with Disabilities Act In the event of the Contractor's noncompliance with the nondiscrimination clauses, the Americans with Disabilities Act, or with any other such rules, regulations, or orders, this Contract may be 0. canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further contracts 7.16 Indemnification The Contractor shall be liable, and agrees to be liable for, and shall indemnify, defend, PM and hold the Department, its employees, agents, officers, heirs, and assignees harmless from any and all claims, suits, judgments, or damages including court costs and attorney's fees arising out of intentional acts, negligence, or omissions by the Contractor, P M or its employees or agents, in the course of the operations of this Contract, including any claims or actions brought under Title 42 USC §1983, the Civil Rights Act. v. 7.17 Bidder's Insurance The Contractor agrees to provide adequate insurance coverage on a comprehensive basis pm and to hold such insurance at all times during the existence of this Contract. The Contractor accepts full responsibility for identifying and determining the type(s) and extent of insurance necessary to provide reasonable financial protection for the Contractor and the Department under this Contract. Upon issuance of the Purchase Order, the vendor may be required to furnish the Department written verification of such insurance coverage Such coverage may be provided by a self - insurance program '., established and operating under the laws of the State of Florida. The Department reserves the right to require additional insurance where appropriate. If the Contractor is a state agency or subdivision as defined in Section 768.28, Florida Statutes, the Contractor shall furnish the Department, upon request, written verification of liability protection in accordance with Section 768.28, Florida Statutes Nothing herein shall be construed to extend any party's liability beyond that provided in Section 768 28, Florida Statutes. MP P M Page 37 of 147 pm Model Commodity Term Bid (01/26/06) Page 45 of 161 ITB# 05- DC -7583R IIM IMO 7.18 Copyrights, Right to Data, Patents and Royalties Where activities supported by this Contract produce original writing, sound recordings, pictorial reproductions, drawings or other graphic representation and works of any ., similar nature, the Department has the right to use, duplicate and disclose such materials in whole or in part, in any manner, for any purpose whatsoever and to have others acting on behalf of the Department to do so. If the materials so developed are subject to copyright, trademark, or patent, legal title and every right, interest, claim or demand of any kind in and to any patent, trademark or copyright, or application for the same, will vest in the State of Florida, Department of State for the exclusive use and benefit of the state. Pursuant to Section 286.021, Florida Statutes, no person, firm or corporation, including parties to this Contract, shall be entitled to use the copyright, patent, or trademark without the prior written consent of the Department of State. The Department shall have unlimited rights to use, disclose or duplicate, for any purpose whatsoever, all information and data developed, derived, documented, or furnished by the Contractor under this Contract. All computer programs and other documentation produced as part of the Contract shall become the exclusive property of the State of Florida, Department of State, with the exception of data processing software developed by the Department pursuant to Section 119.083, Florida Statutes, and may not be copied /W" or removed by any employee of the Contractor without express written permission of the Department. P M The Contractor, without exception, shall indemnify and save harmless the Department and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article • " manufactured or supplied by the Contractor. The Contractor has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by the Contractor or is based solely and exclusively upon the Department's alteration of the article. The Department will provide prompt written notification of a claim of copyright or patent infringement and will afford the Contractor full opportunity to defend the action and control the defense of such claim. Further, if such a claim is made or is pending, the Contractor may, at its option and IIMI expense, procure for the Department the right to continue use of, replace, or modify the article to render it noninfringing (If none of the alternatives are reasonably available, the Department agrees to return the article to the Contractor upon its request and receive reimbursement, fees and costs, if any, as may be determined by a court of competent IMP Page 38 of 147 'M Model Commodity Term Bid (01/26/06) Page 46 of 161 ITB# 05- DC -7583R OM OM PM jurisdiction.) If the Contractor uses any design, device, or materials covered by letter, patent or copyright, it is mutually agreed and understood without exception that the Contract prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work to be performed hereunder 7.19 Disputes Purchasing entities are to report any vendor failing to perform according to the requirements of this contract on a Department of Management Services' (DMS) Vendor form ( #PUR7017). A copy of the PUR7017 will be provided to the State Purchasing Office at the Department of Management Services. Should the vendor fail to satisfactorily correct the problem within a prescribed period of time, then a "Request for Assistance" form ( #DC2 -509) shall be filed with the Bureau of Procurement & Supply in ., Tallahassee, FL., with a copy to the Contract Manager. If the dispute still cannot be resolved, the circumstances will be submitted in writing to the Department's Bureau Chief, Bureau of Procurement and Supply. The Bureau Chief shall decide the dispute, reduce the decision to writing, and deliver a copy to the Vendor, the Contract Manager and the Contract Administrator. Copies of these submittals shall remain in the contract file for use in decisions regarding renewal options 7.20 Independent Vendor Status ..." The Contractor shall be considered an independent Vendor in the performance of its duties and responsibilities under this Contract The Department shall neither have nor exercise any control or direction over the methods by which the Contractor shall perform .. its work and functions other than as provided herein. Nothing in this Contract is intended to, nor shall be deemed to constitute, a partnership or a joint venture between the parties. — 7.21 Assignment The Contractor shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department's Contract Manager The Department shall, at all times, be entitled to assign or transfer its rights, duties and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the Contractor 7.22 Force Majeure Neither party shall be liable for loss or damage suffered as a result of any delay or failure in performance under this Contract or interruption of performance resulting directly or ., indirectly from acts of God, accidents, fire, explosions, earthquakes, floods, water, wind, lightning, civil or military authority, acts of public enemy, war, riots, civil disturbances, insurrections, strikes, or labor disputes. pm Page 39 of 147 pm Model Commodity Term Bid (01/26/06) Page 47 of 161 ITB# 05- DC -7583R 0 0 0 7.23 Severability The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof and this Contract shall be construed in all respects as if such invalid or unenforceable provision was omitted, so long as the material purposes of this Contract can still be determined and effectuated 7.24 Use of Funds for Lobbying Prohibited The Contractor agrees to comply with the provisions of Section 216.347, Florida Statutes, which prohibits the expenditure of state funds for the purposes of lobbying the Legislature, the Judicial branch, or a state agency. 7.25 Convicted Felons Certification No personnel assigned to this Contract may be a convicted felon or have relatives either confined by, or under supervision of, the Department. 0 0 0 0 0 0 THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK 0 0 Page 40 of 147 Model Commodity Term Bid (01/26/06) Page 48 of 161 ITB# 05- DC -7583R ATTACHMENT 1 - CONTACT FOR CONTRACT ADMINISTRATION ITB #05 -DC -7583 Designate one person authorized to conduct Contract administration. NAME: o /v erS 1 22 TITLE: re i c e ieth , Cal .'-reel COMPANY NAME: / / /aoyairi� O ADDRESS: PO -o x /50597 /. • • e n S L.32 L5 = 0097 TELEPHONE NUMBER: d 7) 3393$ , 2/9 FAX NUMBER: (o7) g(pD - W/O E -MAIL ADDRESS: e C/01,0erVak , &jam ORDERING INFORMATION ALL PURCHASE ORDERS SHOULD BE DIRECTED TO: VENDOR ' Ne La&,,4/,�� 2TeD 4- ADDRESS: ?6 Bo'X 1540-C97 Ayfin44_e.4 TELEPHONE NUMBER: 6 ex�, Z 0 FAX NUMBER: c •- (l l 0 P E -MAIL ADDRESS: ‘t4 - Rx,Jersiabs, e.orin FAXED ORDERS WILL IV WILL NOT BE ACCEPTED. P§V8 4 J26 61 Model Commodity Term Bid (01/26/06) ITB# 05- DC -7583R ATTACHMENT 2 - IDENTICAL TIE BIDS Preference shall be given to businesses with drug -free workplace programs. Pursuant to Section 287.087, Florida Statutes, whenever two or more bids which are equal with respect to price, quality, and service are r received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors has a drug free workplace program. In order to have a drug -free workplace program, a business shall: P'• 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions -that will betaken- against employees for violations -of such_prahibition r 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee .• assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 894, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. r. 5. Impose a sanction on any employee who is so convicted or require the satisfactory participation in a drug abuse assistance or rehabilitation program as such is available in the employee's community. r• 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of applicable laws, rules and regulations. r As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. 11111 VET +o'\SIGNATURE Page 42 of 147 Model Commodity Term Bid (01/26/06) ITB*/ 05- DC -7583R Imoo GM TABLE I — COST INFORMATION BID SHEET INSTRUCTIONS and EXPLANATION 1. Please call Susan Barr at (850)410 -1799 or email barr.susan @mail.dc.state fl us for an electronic copy of the excel documents, Table I — Cost Information Bid Sheets. 2. Estimated (Est.) Tests Per Year: In the column labeled Estimated (Est.) Tests Per Year, the numbers in BOLD are the number of tests performed or to be performed based on permitting requirements. The tests not in bold indicate less than one (1) test per year for the purpose of obtaining weighted values (see Section 6.1 for an, explanation of how to obtain the weighted value). Less than once a year means the test may be required one (1) time every three (3) years, or more or less frequently (always less than one (1) or zero (0) Unit prices must be provided for all tests. 3. The Weighted Value for each individual test has been determined by the Grand Total of all WTP's and WWTP's Est. Tests Per Year, divided into Est. Tests per Year for each individual test. 4. ENTER Bid Price Per Test: This is the only column the bidder will fill out for their desired locations. The WTP column is highlighted in blue and the WWTP column is highlighted in green. All other columns are locked, blocking access for data entry. Pricing must be provided for all groups of tests and individual tests within a specified location, in order for your bid to be considered responsive for that location. Ilm Example for groups of tests: Inorganics is a general category in the WTP section with individual tests listed it. • Enter a group price for Inorganics. This price will be the total cost for all the tests listed below in that category. ,�• • Then, enter a price for each individual test If a particular test has a gray line in the data entry cell, do not enter a bid price (the cell will be locked). For example, see Disinfection Byproducts in Table 1 — Cost Information Bid Sheet. 5. THE EXCEL DOCUMENT WILL CALCULATE ALL INPUT TO OBTAIN THE GRAND TOTAL WEIGHTED BID PRICE. 6 SAVE THE EXCEL DOCUMENT TO A CD FOR SUBMITTAL. SCANNED DOCUMENTS r- WILL NOT BE ACCEPTED. 7. PRINT, SIGN AND DATE THE HARD COPY FOR SUBMITTAL. Page 43 of 147 ^ Model Commodity Term Bid (01/26/06) Page 53 of 161 ITB# 05- DC -7583R *' Mandatory Form ADDENDA ACKNOWLEDGMENT FORM ITB ADDENDUM # 1 Department of Corrections 2601 Blair Stone Road Tallahassee, Florida 32399 -2500 ITB /BID NO: 05- DC -7583R ITB /BID TITLE: Certified Laboratory Services (Rebid) OPENING DATE: MAY 22, 2006, 2:00 P.M. Local Time r. ADDENDUM NO.: 1 DATE: May 10, 2006 PLEASE BE ADVISED THAT THE FOLLOWING CHANGES ARE APPLICABLE TO THE ORIGINAL SPECIFICATIONS OF THE ABOVE - REFERENCED ITB This addendum includes the following 1 ) Responses to written inquiries PEN 2) Replace page 13 of 147 with revised page 13 Section 3 1 4, Sample Analysis (f) — removes the language requiring notification when the parameters exceed the previous results by 20% 3) Replace page 14 of 147 with revised page 14 Section 3 1 4, Sample Analysis (k) — revises the number of days for analytical results 4) Replace page 17 and 18 of 147 with revised pages 17 and 18 Section 4, Calendar of Events revision (Please note this Addendum must be signed and returned with your Bid.) Failure to file a protest of the bid specifications within the time prescnbed in Section 120 57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes THIS ADDENDUM NOW BECOMES A PART OF THE ORIGINAL ITB. THE ATTACHED ADDENDUM ACKNOWLEDGEMENT FORM SHALL BE SIGNED BY AN AUTHORIZED COMPANY REPRESENTATIVE, DATED AND RETURNED, AS INSTRUCTED IN SECTION 5, BID FORMAT AND CONTENTS, WITH THE BID. FAILURE TO DO SO MAY SUBJECT THE BIDDER/CONTRACTOR TO DISQUALIFICATION. BIDDER /1, .1 ! .i / ..l /✓ / er BY .)/1;Y0A.) I r A DDRESS ? > 4.4" O597 ‘ s r' PHONE i CITY, STATE . i !f �c %s ' i i DATE MO Ap Po W' _ /:� AUTHORIZED SI NAT RE - 1 of 2 P m PM Responses to Written Inquiries ITB #05- DC -7583R .. Certified Laboratory Services (Rebid) All written inquiries are reproduced in the same format as submitted by the Proposer .. 1 ) QUESTION: I see that this is going to be re -bid with the due date of May 16th. There was some terminology in the first one that we need to make sure is addressed in the pricing. They required all MCL exceedences reanalyzed. We do confirm the metals and run the Organics on 2 .•• columns- except for the GC /MS work in which the method confirms itself. If the terminology is not changed in the proposal- we may be forced to actually rerun all MCL violations. This also ties in with their request that states we are suppossed to notify the client of and sample (water or wastewater) that .•. is 20% higher than their routine results - a data nightmare. Answer: The need to verify MCL exceedances is very important If you run the verification at the same time or later, does not matter This requirement cannot be waived Please see the attached page 13, Section 3 1 4 Sample Analysis (f) removing specific language concerning notification 2) QUESTION: The Turn around time stated 7 days - so logging in work orders over a week probably lim wouldn't work. And they had a requirement for a quarterly Sales Report... Answer: Please see the attached k a e 14, Section 3 1 4 Sample Analysis changing the reporting of anal P 9 P Y (k) 9 9 P 9 analytical results Y P „ from 7 to 10 calendar days The requirement for the quarterly sales report still remains 3) QUESTION: I'm also to assume that the attached Region I - IV attached is our pricing submittal worksheets for this re -bid. Pia Answer: The bid 05 -DC -7583R for Certified Laboratory Services has new pricing sheets The excel documents are available upon request by emailing barr susan@mail dc state fl us or fax (850)488 -7189 IM Pm P M P M OM P M PM P I 2 of 2 MANDATORY FORM REGION II - BAKER CI •-, Page 1 of 4 TABLE 1 - COST INFORMATION SHEET BID SHEET BID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be based on one (1) test per year Est. ENTER Limits Tests Per Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Year Value Per Test Price Asbestos(Fed# 1094)/62- 550.511 7 MFL 1 0 30% $ 225 00 $ 0 67 l Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 30% $ 20 00 $ 0 06 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 30% $ 10 00 $ 0 03 Nitrite (Fed # 1041) 1mg /L (as N) 1 0 30% $ 10 00 $ 0 03 Total Nitrate and Nitrite 10mg /L (as N) 1 0 30% $ 10 00 $ 0 03 Inorganics /62- 550(3) & 550.513 1 0 30% $ 130 00 $ 0 39 Antimony Fed# 1074) 006mg /L 1 0 30% $ 12 00 $ 0 04 05mg /L ( 01 mg /L Arsenic (Fed# 1005) after 1/1/05) 1 0 30% $ 12 00 $ 0 04 Barium (Fed# 1010) 2mg /L 1 0 30% $ 12 00 $ 0 04 Beryllium (Fed# 1075) 004 mg /L 1 0 30% $ 12 00 $ 0 04 Cadmium (Fed# 1015) 005mg /L 1 0 30% $ 12 00 $ 0 04 Chromium (Fed# 1020) 1 mg /L 1 0 30% $ 12 00 $ 0 04 Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 30% $ 35 00 $ 0 10 Fluoride (Fed # 1025) 4mg /L 1 0 30% $ 13 00 $ 0 04 Lead (Fed# 1030) 015mg /L 1 0 30% $ 12 00 $ 0 04 Mercury (Fed # 1035) 002mg /L 1 0 30% $ 22 50 $ 0 07 r-, Nickel (Fed# 1036) 1mg /L 1 0 30% $ 12 00 $ 0 04 Selenium(Fed# 1045) 05mg /L 1 0 30% $ 12 00 $ 0 04 Sodium (Fed# 1052) 160mg /L 1 0 30% $ 12 00 $ 0 04 Thallium (Fed# 1085) 002mg /L 1 0 30% $ 12 00 $ 0 04 Disinfection Byproducts 62- 550.500(3) 62- 550.514(2) & 550.821 Total Tnhalomethanes (TTHM) (Fed# 2950) 08mg /L 1 0 30% $ 45 00 $ 0 13 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 1 0 30% $ 105 00 $ 0 31 Bromate (Fed# 1011) 01 mg /L 1 0 30% $ 125 00 $ 0 37 Chlorite (Fed# 1009) 1mg /L 1 0 30% $ 125.00 $ 0 37 Volatile Organics /62- 550.500(3) & 550.515 1 0 30% $ 75 00 $ 0 22 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 30% $ - 1,1,1- Trichloroethane (Fed# 2981) 2mg /L 1 0 30% $ - 1,1,2- Trichloroethane (Fed# 2985) 005mg /L 1 0 30% $ - 1,2-Dichloroethane (Fed# 2980) 003mg /L 1 0 30% $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 30% $ - 1,2,4-Tnchlorobenzene (Fed# 2378) 07mg /L 1 0 30% $ - Benzene (Fed# 2990) 001mg /L 1 0 30% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 30% $ - ►-, cis -1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 30% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 30% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 30% $ - Monochlorobenzene (Fed# 2989) 1 mg /L 1 0 30% $ - o- Dichlorobenzene (Fed# 2968) 6mg /L 1 0 30% $ - para-Dichlorobenzene (Fed# 2969) 075mg /L 1 0 30% $ - Styrene (Fed# 2996) 1 mg /L 1 0 30% $ - Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 30% $ - r-, r■, Model Commodity Term Bid (06/01/05) 76 of 147 ITB O5-DC -7583 MANDATORY FORM REGION II - BAKER CI Page 2 of 4 la Est. ENTER Limits Tests Per Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Year Value Per Test Price Volatile Organics /62- 550.500(3) & 550.515 (Continued) - Toluene (Fed# 2991) 1 mg /L 1 0 30% $ - trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 30% $ - Trichloroethylene (Fed# 2984) 003mg /L 1 0 30% $ - Vinyl Chloride (Fed# 2976) 001 mg /L 1 0 30% $ - Xylenes (total) (Fed# 2955) 10mg /L 1 0 30% $ - Synthetic Organics /62- 550(3) & 550.516 1 0 30% $ 975 00 $ 2 90 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 -8 mg /L 1 0 30% $ - 2,4 -D (Fed# 2105) 07mg /L 1 0 30% $ - 2,4,5-TP (Silvex) (Fed# 2110) 05mg /L 1 0 30% $ - Alachlor (Fed# 2051) 002mg /L 1 0 30% $ - Atrazine (Fed# 2050) 003mg /L 1 0 30% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 30% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 30% $ - Chlordane (Fed# 2959) 002mg /L 1 0 30% $ - Dalapon (Fed# 2031) 2mg /L 1 0 30% $ - F-" Di(2- ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 30% $ - Di(2-ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 30% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 30% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 30% $ - Diquat (Fed# 2032) 02mg /L 1 0 30% $ - Endothall (Fed# 2033) 1mg /L 1 0 30% $ - Endnn (Fed# 2005) 002mg /L 1 0 30% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 30% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 30% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 30% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 30% $ - , Hexachlorobenzene (Fed# 2274) 001 mg /L 1 0 30% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 30% $ - Lindane (Fed# 2010) 0002mg /L 1 0 30% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 30% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 30% $ - Pentachlorophenol (Fed# 2326) 001 mg /L 1 0 30% $ - Picloram (Fed# 2040) 5mg /L 1 0 30% $ - Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 30% $ - Simazine (Fed# 2037) 004mg /L 1 0 30% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 30% $ - Physical Characteristics /62- 550.517 1 0 30% $ 7 00 $ 0 02 ✓ Turbidity 1 0 30% $ 7.00 $ 0 02 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 12 3 57% $ 25 00 $ 0 89 hewer than 4U samples 1 Total Coliform Bacteria positive, 40 samples or more 5% positive 1 0 30% $ 25 00 $ 0 07 • Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 30% $ 160 00 $ 0 48 Combined Radium -226 and radium -228 5pCi /L 1 0 30% $ 235 00 $ 0 70 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 30% $ 45 00 $ 0 13 m. Uranium 3Oug /L 1 0 30% $ 35 00 $ 0 10 P-, e• Model Commodity Tenn Bid (06/01/05) 77 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - BAKER CI p Page 3 of 4 Est. ENTER Limits Tests Per Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Year Value Per Test Price Secondary contaminants /62- 550.500(3) & 550.520 1 0 30% $ 145 00 $ 0 43 Alumium (Fed# 1002) 2mg /L 1 0 30% $ 12 00 $ 0 04 0 - Chloride (Fed# 1017) 250mg /L 1 0 30% $ 13 00 $ 0 04 Copper (Fed# 1022) 1 mg /L 1 0 30% $ 12 00 $ 0 04 Fluoride (Fed# 1025) 2mg /L 1 0 30% $ 13 00 $ 0 04 Iron (Fed# 1028) 3mg /L 1 0 30% $ 12 00 $ 0 04 , Manganese (Fed# 1032) 05mg /L 1 0 30% $ 12 00 $ 0 04 Silver (Fed# 1050) 1 mg /L 1 0 30% $ 12 00 $ 0 04 Sulfate (Fed# 1055) 250mg /L 1 0 30% $ 13 00 $ 0 04 Zinc (Fed# 1095) 5mg /L 1 0 30% $ 12.00 $ 0 04 r— Color (Fed# 1905) 15 color units 1 0 30% $ 13 00 $ 0 04 3 (threshold odor Odor (Fed# 1920) number) 1 0 30% $ 15 00 $ 0 04 pH (Fed# 1925) 6 5- 8 5 1 0 30% $ 7 00 $ 0 02 500mg /L (may be greater if no other Maximum contaminant level is ^ Total Dissolved Solids (TDS) (Fed# 1930) exceeded 1 0 30% $ 10 00 $ 0 03 Foaming Agents (Fed# 2905) 5mg /L 1 0 30% $ 20 00 $ 0 06 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 30% $ 7 00 $ 0 02 ^ Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 30% $ 7 00 $ 0 02 WTP TOTALS 113 33.63% $ 9.54 Est. ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Per Weighted Bid Price Weighted Bid (WWTP) Year Value Per Test Price Raw Wastewater ^ Carbonaceous Biochemical Oxygen Demand (CBOD 26 7 74% $ 22 50 $ 1 74 Total Suspended Solids (TSS) 26 7 74% $ 12 50 $ 0 97 ^ Treated Effluent Carbonaceous Biochemical Oxygen Demand (CBOD 26 7 74% $ 22 50 $ 1 74 Total Suspended Solids (TSS) 26 7 74% $ 12 50 $ 0 97 ^ Fecal Coliform 26 7 74% $ 20 00 $ 1 55 Boron 1 0 30% $ 12 00 $ 0 04 Ammonia 1 0 30% $ 15 00 $ 0 04 ^ Chloride 1 0 30% $ 13 00 $ 0 04 Sulfate 1 0 30% $ 13 00 $ 0 04 Turbidity 1 0 30% $ 7 00 $ 0 02 Nitrite & Nitrate 26 7 74% $ 10 00 $ 0 77 1-1 Specific Conductivity 1 0 30% $ 7 50 $ 0 02 Temperature (Price is $0 00) 1 0 30% $ - $ - Dissolved Oxygen 1 0 30% $ 10 00 $ 0 03 Total Dissolved Solids 1 0 30% $ 10 00 $ 0 03 ^ pH 1 0 30% $ 7 00 $ 0 02 Sodium 1 0 30% $ 12 00 $ 0 04 • r ^ Model Commodity Term Bid (06/01/05) 78 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - BAKER CI r.m Page 4 of 4 Est. ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Per Weighted Bid Price Weighted Bid (WWTP) Year Value Per Test Price Ground Water Monitoring Wells (1 Well) Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 30% $ 22 50 $ 0 07 Total Suspended Solids (TSS) 1 0 30% $ 12 50 $ 0 04 Fecal Coliform 4 1 19% $ 20 00 $ 0 24 Boron 1 030% $ 1200 $ 004 Ammonia 1 0 30% $ 15 00 $ 0 04 Chloride 4 1 19% $ 13 00 $ 0 15 Sulfate 4 1 19% $ 13 00 $ 0 15 Turbidity 1 0 30% $ 7 00 $ 0 02 Nitrite & Nitrate 4 1 19% $ 10 00 $ 0 12 Water Levels (Monitor Wells before purging) 4 1 19% $ 25 00 $ 0 30 Specific Conductivity 1 0 30% $ 7 50 $ 0 02 Temperature 1 0 30% $ 5 00 $ 0 01 Dissolved Oxygen 1 0 30% $ 10 00 $ 0 03 Total Dissolved Solids 4 1 19% $ 10 00 $ 0 12 pH 4 119% $ 700 $ 008 Sodium 1 0 30% $ 12 00 $ 0 04 Sludge (Residuals) Arsenic (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 .4 Cadmium (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Chromium (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Copper (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Lead (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Mercury (Method SW 6010) 1 0 30% $ 22 50 $ 0 07 Molybdenum (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Nickel (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Potassium (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Selenium (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Zinc (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 Iron (Method SW 6010) 1 0 30% $ 12 00 $ 0 04 ,• Sodium 1 0 30% $ 12 00 $ 0 04 Total Solids 1 0 30% $ 10 00 $ 0 03 % Total Solids 1 0 30% $ 10 00 $ 0 03 Total Nitrogen 1 0 30% $ 45 00 $ 0 13 Total Phosphorus 1 0 30% $ 15 00 $ 0 04 pH 1 030% $ 700 $ 002 Fecal Coliform (Per EPA Rule 503) 1 0 30% $ 100 00 $ 0 30 WWTP TOTALS 223 66.37% $ 10.58 em GRAND TOTALS 336 100.00% $ 20.13 Award will be based on the above amount NAME OF BIDDER , SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE Mode] Commodity Term Bid (06/01/05) 79 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - FLORIDA SP r—, Page 1 of 4 TABLE 1 - COST INFORMATION SHEET BID SHEET '" BID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES r, Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be based on one (1) test per year ENTER Limits Est. Tests Weighted Bid Price Weighted Bid r• PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Asbestos(Fed# 1094)/62- 550.511 7 MFL 1 0 18% $ 225 00 $ 0 41 i Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 18% $ 20.00 $ 0 04 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 18% $ 10 00 $ 0 02 Nitrite (Fed # 1041) lmg/L (as N) 1 0 18% $ 10 00 $ 0 02 Total Nitrate and Nitrite 10mg /L (as N) 1 0 18% $ 10 00 $ 0 02 Inorganics /62- 550(3) & 550.513 1 0 18% $ 130 00 $ 0 24 '^ Antimony Fed# 1074) 006mg /L 1 0 18% $ 12 00 $ 0 02 05mg /L ( 01 mg /L Arsenic (Fed# 1005) after 1/1/05) 1 0 18% $ 12 00 $ 0 02 Barium (Fed# 1010) 2mg /L 1 0 18% $ 12 00 $ 0 02 .■, Beryllium (Fed# 1075) 004 mg /L 1 0 18% $ 12 00 $ 0 02 Cadmium (Fed# 1015) 005mg /L 1 0 18% $ 12 00 $ 0 02 Chromium (Fed# 1020) lmg/L 1 0 18% $ 12 00 $ 0 02 P.. Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 018% $ 35 00 $ 0 06 Fluoride (Fed # 1025) 4mg /L 1 0 18% $ 13 00 $ 0 02 Lead (Fed# 1030) 015mg /L 1 0 18% $ 12 00 $ 0 02 Mercury (Fed # 1035) 002mg /L 1 0 18% $ 22 50 $ 0 04 r, Nickel (Fed# 1036) lmg/L 1 0 18% $ 12 00 $ 0 02 Selenium(Fed# 1045) 05mg /L 1 0 18% $ 12 00 $ 0 02 Sodium (Fed# 1052) 160mg /L 1 0 18% $ 12 00 $ 0 02 Thallium (Fed# 1085) 002mg /L 1 0 18% $ 12 00 $ 0 02 "" Disinfection Byproducts 62- 550.500(3) 62- 550.514(2) & 550.821 Total Tnhalomethanes (TTHM) (Fed# 2950) 08mg /L 1 0 18% $ 45 00 $ 0 08 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 1 0 18% $ 105 00 $ 0 19 Bromate (Fed# 1011) Olmg/L 1 0 18% $ 125 00 $ 0 23 r, Chlorite (Fed# 1009) lmg/L 1 0 18% $ 125 00 $ 0 23 Volatile Organics /62- 550.500(3) & 550.515 1 0 18% $ 75 00 $ 0 14 1,1-Dichloroethylene (Fed# 2977) 007mg /L 1 018% $ - 1,1,1-Trichloroethane (Fed# 2981) 2mg /L 1 0 18% $ - 1,1,2- Tnchloroethane (Fed# 2985) 005mg /L 1 0 18% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 18% $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 18% $ - 1,2,4- Tnchlorobenzene (Fed# 2378) 07mg /L 1 0 18% $ - Benzene (Fed# 2990) 001 mg /L 1 0 18% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 18% $ - cis- 1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 18% $ - '^ Dichloromethane (Fed# 2964) 005mg /L 1 0 18% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 18% $ - Monochlorobenzene (Fed# 2989) lmg/L 1 0 18% $ - o-Dichlorobenzene (Fed# 2968) 6mg /L 1 0 18% $ - para - Dichlorobenzene (Fed# 2969) 075mg /L 1 0 18% $ - Styrene (Fed# 2996) lmg/L 1 0 18% $ - Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 18% $ - r , r -, Model Commodity Team Bid (06/01/05) 88 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION 11 - FLORIDA SP Page 2 of 4 ENTER Limits Est. Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Volatile Organics /62- 550.500(3) & 550.515 (Continued) rml Toluene (Fed# 2991) 1 mg /L 1 0 18% $ trans-1 ,2 Dichloroethylene(Fed #2979) 1mg /L 1 0 18% $ - Tnchloroethylene (Fed# 2984) 003mg /L 1 0 18% $ - Vinyl Chloride (Fed# 2976) 001 mg /L 1 0 18% $ - Xylenes (total) (Fed# 2955) 10mg /L 1 0 18% $ - Synthetic Organics /62- 550(3) & 550.516 1 0 18% $ 975 00 $ 1 78 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 /L 1 0 18% $ - 2,4-D (Fed# 2105) 07mg /L 1 0 18% $ - ,_ 2,4,5 -TP (Silvex) (Fed# 2110) 05mg /L 1 0 18% $ - Alachlor (Fed# 2051) 002mg /L 1 0 18% $ - Atrazine (Fed# 2050) 003mg /L 1 0 18% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 18% $ - e -, Carbofuran (Fed# 2046) 04mg /L 1 0 18% $ - Chlordane (Fed# 2959) 002mg /L 1 0 18% $ - Dalapon (Fed #2031) 2mg /L 1 0 18% $ - Di(2-ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 18% $ - r- Di(2- ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 18% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 18% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 18% $ - Diquat (Fed# 2032) 02mg /L 1 0 18% $ - r- Endothall (Fed #2033) 1mg /L 1 0 18% $ - Endrin (Fed# 2005) 002mg /L 1 0 18% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 18% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 18% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 18% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 18% $ - Hexachlorobenzene (Fed #2274) 001mg /L 1 0 18% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 18% $ - '∎ Lindane (Fed# 2010) 0002mg /L 1 0 18% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 18% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 18% $ - Pentachlorophenol (Fed# 2326) 001mg /L 1 0 18% $ - r-. Picloram (Fed# 2040) 5mg /L 1 0 18% $ - Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 18% $ - Simazine (Fed# 2037) 004mg /L 1 0 18% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 18% $ Physical Characteristics /62- 550.517 1 0 18% $ 7 00 $ 0 01 'Turbidity 1 0 18% $ 7 00 $ 0 01 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 12 2 19% $ 25 00 $ 0 55 Fewer than 40 Total Coliform Bacteria samples 1 positive, 40 samples or more r 5% positive 1 0 18% $ 25 00 $ 0 05 Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 18% $ 160 00 $ 0 29 Combined Radium -226 and radium -228 5pCi /L 1 0 18% $ 235 00 $ 0 43 r- Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 18% $ 45 00 $ 0 08 Uranium 3Oug /L 1 0 18% $ 35 00 $ 0 06 rq ••, Model Commodity Term Bid (06/01/05) 89 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - FLORIDA SP Page 3 of 4 ENTER Limits Est. Tests Weighted Bid Price Weighted Bid JPARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Secondary contaminants /62- 550.500(3) & 550.520 1 0 18% $ 145 00 $ 0 26 _I Alumium (Fed# 1002) 2mg /L 1 0 18% $ 12 00 $ 0 02 Chloride (Fed# 1017) 250mg /L 1 0 18% $ 13 00 $ 0 02 Copper (Fed# 1022) 1mg /L 1 0 18% $ 12 00 $ 0 02 Fluoride (Fed# 1025) 2mg /L 1 0 18% $ 13 00 $ 0 02 Iron (Fed# 1028) 3mg /L 1 0 18% $ 12 00 $ 0 02 Manganese (Fed# 1032) 05mg /L 1 0 18% $ 12 00 $ 0 02 Silver (Fed# 1050) 1 mg /L 1 0 18% $ 12 00 $ 0 02 Sulfate (Fed# 1055) 250mg /L 1 0 18% $ 13 00 $ 0 02 „I Zinc (Fed# 1095) 5mg /L 1 0 18% $ 12.00 $ 0 02 Color (Fed# 1905) 15 color units 1 0 18% $ 13 00 $ 0 02 3 (threshold odor Odor (Fed# 1920) number) 1 0 18% $ 15 00 $ 0 03 _1 pH (Fed# 1925) 65 -85 1 0 18% $ 700 $ 001 500mg /L (may be greater if no other Maximum _I contaminant level is Total Dissolved Solids (TDS) (Fed# 1930) exceeded 1 0 18% $ 10 00 $ 0 02 Foaming Agents (Fed# 2905) 5mg /L 1 0 18% $ 20 00 $ 0 04 Copper /40 CFR 141, Subpart 1 0 50mg /L PQL 1 0 18% $ 7 00 $ 0 01 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 18% $ 7 00 $ 0 01 WTP TOTALS 109 19.85% $ 2,666.50 $ 5.36 ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Raw Wastewater Carbonaceous Biochemical Oxygen Demand (CBOD 52 9 47% $ 22 50 $ 2 13 Total Suspended Solids (TSS) 52 9 47% $ 12 50 $ 1 18 Treated Effluent — Carbonaceous Biochemical Oxygen Demand (CBOD 52 9 47% $ 22 50 $ 2 13 Total Suspended Solids (TSS) 52 9 47% $ 12 50 $ 1 18 Fecal Coliform 52 9 47% $ 20 00 $ 1 89 Boron 1 0 18% $ 12 00 $ 0 02 Ammonia 1 0 18% $ 15 00 $ 0 03 Chloride 1 0 18% $ 13 00 $ 0 02 r— Sulfate 1 0 18% $ 13 00 $ 0 02 Turbidity 1 0 18% $ 7 00 $ 0 01 Nitrite & Nitrate 1 0 18% $ 10 00 $ 0 02 Specific Conductivity 1 0 18% $ 7 50 $ 0 01 r „ Temperature (Price is $0 00) 1 0 18% $ - $ - Dissolved Oxygen 1 0 18% $ 10 00 $ 0 02 Total Dissolved Solids 1 0 18% $ 10 00 $ 0 02 pH 1 0 18% $ 7 00 $ 0 01 Sodium 1 0 18% $ 12 00 $ 0 02 r-, Model Commodity Term Bid (06/01/05) 90 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - FLORIDA SP • Page 4 of 4 ENTER "[PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Ground Water Monitoring Wells (5 Wells) Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 18% $ 22 50 $ 0 04 Total Suspended Solids (TSS) 1 0 18% $ 12 50 $ 0 02 Fecal Coliform 20 3 64% $ 20 00 $ 0 73 Boron 1 0 18% $ 12 00 $ 0 02 Ammonia 1 0 18% $ 15 00 $ 0 03 Chloride 20 3 64% $ 13 00 $ 0 47 Sulfate 20 3 64% $ 13 00 $ 0 47 Turbidity 1 0 18% $ 7 00 $ 0 01 Nitrite & Nitrate 20 3 64% $ 10 00 $ 0 36 Water Levels (Monitor Wells before purging) 20 3 64% $ 25 00 $ 0 91 Specific Conductivity 1 0 18% $ 7 50 $ 0 01 Temperature 1 0 18% $ 5 00 $ 0 01 Dissolved Oxygen 1 0 18% $ 10 00 $ 0 02 Total Dissolved Solids 20 3 64% $ 10 00 $ 0 36 _I pH 20 364% $ 700 $ 026 Sodium 0 18% $ 12 00 $ 0 02 Sludge (Residuals) Arsenic (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Cadmium (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 P.. Chromium (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Copper (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Lead (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Mercury (Method SW 6010) 1 0 18% $ 22 50 $ 0 04 Molybdenum (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Nickel (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Potassium (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 r– Selenium (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Zinc (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Iron (Method SW 6010) 1 0 18% $ 12 00 $ 0 02 Sodium 1 0 18% $ 12 00 $ 0 02 Total Solids 1 0 18% $ 10 00 $ 0 02 % Total Solids 1 0 18% $ 10 00 $ 0 02 Total Nitrogen 1 0 18% $ 45 00 $ 0 08 Total Phosphorus 1 0 18% $ 15 00 $ 0 03 pH 1 018% $ 700 $ 001 Fecal Coliform (Per EPA Rule 503) 1 0 18% $ 100 00 $ 0 18 WWTP TOTALS 440 80 15% $ 13 14 — GRAND TOTALS 549 100.00% $ 18.50 Award will be based on the above amount ■-, NAME OF BIDDER SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE r, Model Commodity Tenn Bid (06/01/05) 91 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - LANCASTER CI Page 1 of 4 TABLE 1 - COST INFORMATION SHEET BID SHEET ThID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES ,..Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be based on one (1) test per year ENTER Limits Est. Tests Weighted Bid Price Weighted Bid JPARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Asbestos(Fed# 1094)/62- 550.511 7 MFL 1 0 27% $ 225 00 $ 0 61 i Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 27% $ 20 00 $ 0 05 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 27% $ 10 00 $ 0 03 Nitrite (Fed # 1041) 1mg /L (as N) 1 0 27% $ 10 00 $ 0 03 Total Nitrate and Nitrite 10mg /L (as N) 1 0 27% $ 10 00 $ 0 03 j Inorganics/62-550(3) & 550.513 1 0 27% $ 130 00 $ 0 35 Antimony Fed# 1074) 006mg /L 1 0 27% $ 12 00 $ 0 03 05mg /L ( 01 mg /L Arsenic (Fed# 1005) after 1/1/05) 1 0 27% $ 12 00 $ 0 03 — Barium (Fed# 1010) 2mg /L 1 0 27% $ 12 00 $ 0 03 Beryllium (Fed# 1075) 004 mg /L 1 0 27% $ 12 00 $ 0 03 Cadmium (Fed# 1015) 005mg /L 1 0 27% $ 12 00 $ 0 03 Chromium (Fed# 1020) 1mg /L 1 0 27% $ 12 00 $ 0 03 r- Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 27% $ 35 00 $ 0 10 Fluoride (Fed # 1025) 4mg /L 1 0 27% $ 13 00 $ 0 04 Lead (Fed# 1030) 015mg /L 1 0 27% $ 12 00 $ 0 03 Mercury (Fed # 1035) 002mg /L 1 0 27% $ 22 50 $ 0 06 r, Nickel (Fed# 1036) 1mg /L 1 0 27% $ 12 00 $ 0 03 Selenium(Fed# 1045) 05mg /L 1 0 27% $ 12 00 $ 0 03 Sodium (Fed# 1052) 160mg /L 1 0 27% $ 12 00 $ 0 03 Thallium (Fed# 1085) 002mg/L 1 0 27% $ 12 00 $ 0 03 Disinfection Byproducts 62- 550.500(3) 62- 550.514(2) & 550.8 Total Tnhalomethanes (TTHM) (Fed# 2950) 08mg /L 1 0 27% $ 45 00 $ 0 12 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 1 0 27% $ 105 00 $ 0 29 Bromate (Fed# 1011) 01mg /L 1 0 27% $ 125 00 $ 0 34 Chlorite (Fed# 1009) 1 mg /L 1 0 27% $ 125 00 $ 0 34 Volatile Organics /62- 550.500(3) & 550.515 1 0 27% $ 75 00 $ 0 20 �., 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 27% $ - 1,1,1- Tnchloroethane (Fed# 2981) 2mg /L 1 0 27% $ - 1,1,2- Tnchloroethane (Fed# 2985) 005mg /L 1 0 27% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 27% $ - r, 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 27% $ - 1,2,4- Tnchlorobenzene (Fed# 2378) 07mg /L 1 0 27% $ - Benzene (Fed# 2990) 001 mg /L 1 0 27% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 27% $ - r. cis -1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 27% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 27% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 27% $ - Monochlorobenzene (Fed# 2989) 1 mg /L 1 0 27% $ - o- Dichlorobenzene (Fed# 2968) 6mg /L 1 0 27% _ $ - para-Dichlorobenzene (Fed# 2969) 075mg /L 1 0 27% $ - Styrene (Fed# 2996) lmg /L 1 0 27% $ - , Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 27% $ - r, r, Model Commodity Term Bid (06/01/05) 92 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - LANCASTER CI r--1 Page 2 of 4 ENTER Limits Est. Tests Weighted Bid Price Weighted Bid JPARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Volatile Organics /62- 550.500(3) & 550.515 (Continued) ,...1 Toluene (Fed# 2991) 1 mg /L 1 0 27% $ - trans- 1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 27% $ - Tnchloroethylene (Fed# 2984) 003mg /L 1 0 27% $ - Vinyl Chloride (Fed# 2976) 001mg /L 1 0 27% $ - Xylenes (total) (Fed# 2955) 10mg /L 1 0 27% $ Synthetic Organics /62- 550(3) & 550.516 1 0 27% $ 975 00 $ 2 66 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 /L 1 0 27% $ - 2,4 -D (Fed# 2105) 07mg /L 1 0 27% $ - 2,4,5 TP (Silvex) (Fed# 2110) 05mg /L 1 0 27% $ - Alachlor (Fed# 2051) 002mg /L 1 0 27% $ - Atrazine (Fed# 2050) 003mg /L 1 0 27% $ - 1 Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 27% $ Carbofuran (Fed# 2046) 04mg /L 1 0 27% $ - Chlordane (Fed# 2959) 002mg /L 1 0 27% $ - Dalapon (Fed# 2031) 2mg /L 1 0 27% $ - Di(2-ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 27% $ - .i Di(2- ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 27% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 27% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 27% $ - Diquat (Fed# 2032) 02mg /L 1 0 27% $ - '-- Endothall (Fed# 2033) 1mg /L 1 0 27% $ - Endnn (Fed# 2005) 002mg /L 1 0 27% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 27% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 27% $ - '■ Heptachlor(Fed# 2065) 0004mg /L 1 0 27% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 27% $ - Hexachlorobenzene (Fed# 2274) 001 mg /L 1 0 27% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 27% $ - Lindane (Fed# 2010) 0002mg /L 1 0 27% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 27% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 27% $ - P „ Pentachlorophenol (Fed# 2326) 001mg /L 1 0 27% $ - Picloram (Fed# 2040) 5mg /L 1 0 27% $ - Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 27% $ - Simazine (Fed# 2037) 004mg /L 1 0 27% $ - 1— Toxaphene (Fed# 2020) 003mg /L 1 0 27% $ - Physical Characteristics /62- 550.517 1 0 27% $ 7 00 $ 0 02 Turbidity 1 0 27% $ 7 00 $ 0 02 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 12 3 27% $ 25 00 $ 0 82 hewer than 4U samples 1 Total Coliform Bacteria positive, 40 '— samples or more 5% positive 1 0 27% $ 25 00 $ 0 07 Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 27% $ 160 00 $ 0 44 Combined Radium -226 and radium -228 5pCi /L 1 0 27% $ 235 00 $ 0 64 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi/L 1 0 27% $ 45 00 $ 0 12 Uranium 3Oug /L 1 0 27% $ 35 00 $ 0 10 Model Commodity Term Bid (06/01/05) 93 of 147 1TB 05 -DC -7583 MANDATORY FORM REGION 11 - LANCASTER CI Page 3 of 4 ENTER Limits Est. Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Secondary contaminants /62- 550.500(3) & 550.520 1 0 27% $ 145 00 $ 0 40 Alumium (Fed# 1002) 2mg /L 1 0 27% $ 12 00 $ 0 03 r— Chloride (Fed# 1017) 250mg /L 1 0 27% $ 13 00 $ 0 04 Copper (Fed# 1022) 1 mg /L 1 0 27% $ 12 00 $ 0 03 Fluoride (Fed# 1025) 2mg /L 1 0 27% $ 13 00 $ 0 04 Iron (Fed# 1028) 3mg /L 1 0 27% $ 12 00 $ 0 03 '— Manganese (Fed# 1032) 05mg /L 1 0 27% $ 12 00 $ 0 03 Silver (Fed# 1050) 1 mg /L 1 0 27% $ 12 00 $ 0 03 Sulfate (Fed# 1055) 250mg /L 1 0 27% $ 13 00 $ 0 04 Zinc (Fed# 1095) 5mg /L 1 0 27% $ 12.00 $ 0 03 ".■ Color (Fed# 1905) 15 color units 1 0 27% $ 13 00 $ 0 04 3 (threshold odor Odor (Fed# 1920) number) 1 0 27% $ 15 00 $ 0 04 P „ pH(Fed #1925) 65 -85 1 027% $ 700 $ 002 500mg /L (may be greater if no other Maximum contaminant level is Total Dissolved Solids (TDS) (Fed# 1930) exceeded 1 0 27% $ 10 00 $ 0 03 Foaming Agents (Fed# 2905) 5mg /L 1 0 27% $ 20 00 $ 0 05 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 27% $ 7 00 $ 0 02 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 27% $ 7 00 $ 0 02 WTP TOTALS 113 30.79% $ 2,931.50 $ 8.74 ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Raw Wastewater r. Carbonaceous Biochemical Oxygen Demand (CBOD 26 7 08% $ 22 50 $ 1 59 Total Suspended Solids (TSS) 26 7 08% $ 12 50 $ 0 89 r.• Treated Effluent Carbonaceous Biochemical Oxygen Demand (CBOD 26 7 08% $ 22 50 $ 1 59 Total Suspended Solids (TSS) 26 7 08% $ 12 50 $ 0 89 Fecal Coliform 26 7 08% $ 20 00 $ 1 42 Boron 1 0 27% $ 12 00 $ 0 03 Ammonia 1 0 27% $ 15 00 $ 0 04 Chloride 1 0 27% $ 13 00 $ 0 04 Sulfate 1 0 27% $ 13 00 $ 0 04 Turbidity 1 0 27% $ 7 00 $ 0 02 Nitrite & Nitrate 1 0 27% $ 10 00 $ 0 03 Specific Conductivity 1 0 27% $ 7 50 $ 0 02 Temperature (Price is $0 00) 1 0 27% $ - $ - Dissolved Oxygen 1 0 27% $ 10 00 $ 0 03 Total Dissolved Solids 1 0 27% $ 10 00 $ 0 03 r—i pH 1 0 27% $ 7 00 $ 0 02 Sodium 1 0 27% $ 12 00 $ 0 03 r i Model Commodity Term Bid (06/01/05) 94 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - LANCASTER CI Page 4 of 4 ENTER JPARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Ground Water Monitoring Wells (3 Wells) i Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 27% $ 22 50 $ 0 06 Total Suspended Solids (TSS) 1 0 27% $ 12 50 $ 0 03 _I Fecal Coliform 12 3 27% $ 20 00 $ 0 65 Boron 1 0 27% $ 12 00 $ 0 03 Ammonia 1 0 27% $ 15 00 $ 0 04 Chloride 12 3 27% $ 13 00 $ 0 43 Sulfate 12 3 27% $ 13 00 $ 0 43 Turbidity 1 0 27% $ 7 00 $ 0 02 Nitrite & Nitrate 12 3 27% $ 10 00 $ 0 33 Water Levels (Monitor Wells before purging) 12 3 27% $ 25 00 $ 0 82 Specific Conductivity 1 0 27% $ 7 50 $ 0 02 Temperature 1 0 27% $ 5 00 $ 0 01 r- Dissolved Oxygen 1 0 27% $ 10 00 $ 0 03 Total Dissolved Solids 12 3 27% $ 10 00 $ 0 33 pH 12 3 27% $ 7 00 $ 0 23 r- Sodium 1 0 27% $ 12 00 $ 0 03 Sludge (Residuals) Arsenic (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Cadmium (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Chromium (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Copper (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Lead (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Mercury (Method SW 6010) 1 0 27% $ 22 50 $ 0 06 Molybdenum (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Nickel (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Potassium (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Selenium (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Zinc (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Iron (Method SW 6010) 1 0 27% $ 12 00 $ 0 03 Sodium 1 0 27% $ 12 00 $ 0 03 Total Solids 1 0 27% $ 10 00 $ 0 03 % Total Solids 1 0 27% $ 10 00 $ 0 03 Total Nitrogen 1 0 27% $ 45 00 $ 0 12 Total Phosphorus 1 0 27% $ 15 00 $ 0 04 pH 1 027% $ 7 00 $ 002 Fecal Coliform (Per EPA Rule 503) 1 0 27% $ 100 00 $ 0 27 WWTP TOTALS 254 69 21% $ 11 14 r- GRAND TOTALS 367 100.00% $ 2,931.50 $ 19.88 Award will be based on the above amount NAME OF BIDDER r-, SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE F"'" Model Commodity Term Bid (06/01/05) 95 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - MADISON CI Page 1 of 5 TABLE 1 - COST INFORMATION SHEET BID SHEET • BID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will ''" be based on one (1) test per year ENTER Limits Est. Tests Weighted Bid Price Per Weighted Bid ,... PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price Asbestos(Fed# 1094)/62- 550.511 7 MFL 1 0 05% $ 225 00 $ 0 11 i Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 05% $ 20 00 $ 0 01 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 05% $ 10 00 $ 0 00 r Nitrite (Fed # 1041) 1 mg /L (as N) 1 0 05% $ 10 00 $ 0 00 Total Nitrate and Nitrite 10mg /L (as N) 1 0 05% $ 10 00 $ 0 00 Inorganics /62- 550(3) & 550.513 1 0 05% $ 130 00 $ 0 06 Antimony Fed# 1074) 006mg /L 1 0 05% $ 12 00 $ 0 01 05mg /L ( 01 mg /L Arsenic (Fed# 1005) after 1/1/05) 1 0 05% $ 12 00 $ 0 01 Barium (Fed# 1010) 2mg /L 1 0 05% $ 12 00 $ 0 01 p'- Beryllium (Fed# 1075) 004 mg /L 1 0 05% $ 12 00 $ 0 01 Cadmium (Fed# 1015) 005mg /L 1 0 05% $ 12 00 $ 0 01 Chromium (Fed# 1020) 1mg /L 1 0 05% $ 12 00 $ 0 01 Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 05% $ 35 00 $ 0 02 p" Fluoride (Fed # 1025) 4mg /L 1 0 05% $ 13 00 $ 0 01 Lead (Fed# 1030) 015mg /L 1 0 05% $ 12 00 $ 0 01 Mercury (Fed # 1035) 002mg /L 1 0 05% $ 22 50 $ 0 01 Nickel (Fed# 1036) 1 mg /L 1 0 05% $ 12 00 $ 0 01 Selenium(Fed# 1045) 05mg /L 1 0 05% $ 12 00 $ 0 01 Sodium (Fed# 1052) 160mg /L 1 0 05% $ 12 00 $ 0 01 Thallium (Fed# 1085) 002mg /L 1 0 05% $ 12 00 $ 0 01 ,.., Disinfection Byproducts 62- 550.500(3) 62- 550.514(2) & 550.821 Total Trihalomethanes (TTHM) (Fed# 2950) 08mg /L 1 0 05% $ 45 00 $ 0 02 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 1 0 05% $ 105 00 $ 0 05 Bromate (Fed# 1011) 01 mg /L 1 0 05% $ 125 00 $ 0 06 — Chlorite (Fed# 1009) 1 mg /L 1 0 05% $ 125 00 $ 0 06 Volatile Organics /62- 550.500(3) & 550.515 1 0 05% $ 75 00 $ 0 04 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 05% $ - 1,1,1-Trichloroethane (Fed# 2981) 2mg /L 1 0 05% $ 1,1,2 - Trichloroethane (Fed# 2985) 005mg /L 1 0 05% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 05% $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 05% $ - 1,2,4- Trichlorobenzene (Fed# 2378) 07mg /L 1 0 05% $ Benzene (Fed# 2990) 001 mg /L 1 0 05% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 05% $ - cis- 1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 05% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 05% $ Ethylbenzene (Fed# 2992) 7mg /L 1 0 05% $ - Monochlorobenzene (Fed# 2989) 1 mg /L 1 0 05% $ - o-Dichlorobenzene (Fed# 2968) 6mg /L 1 0 05% $ - para- Dichlorobenzene (Fed# 2969) 075mg /L 1 0 05% $ - Styrene (Fed# 2996) 1mg /L 1 0 05% $ - Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 05% $ - r• Model Commodity Term Bid (06/01/05) 96 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - MADISON CI r, Page 2 of 5 ENTER Limits Est Tests Weighted Bid Price Per Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price Volatile Organics /62- 550.500(3) & 550.515 (Continued) Toluene (Fed# 2991) 1 mg /L 1 0 05% $ trans-1 ,2 Dlchloroethylene (Fed# 2979) 1 mg /L 1 0 05% $ - Tnchloroethylene (Fed# 2984) 003mg /L 1 0 05% $ - Vinyl Chloride (Fed# 2976) 001 mg /L 1 0 05% $ Xylenes (total) (Fed# 2955) 10mg /L 1 0 05% $ JSynthetic Organics /62- 550(3) & 550.516 1 0 05% $ 975 00 $ 0 48 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 -8 mg /L 1 0 05% $ - 2,4-D (Fed# 2105) 07mg /L 1 0 05% $ 2,4,5-TP (Silvex) (Fed# 2110) 05mg /L 1 0 05% $ - Alachlor (Fed# 2051) 002mg /L 1 0 05% $ - Atrazine (Fed# 2050) 003mg /L 1 0 05% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 05% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 05% $ - Chlordane (Fed# 2959) 002mg /L 1 0 05% $ - Dalapon (Fed# 2031) 2mg /L 1 0 05% $ - Di(2-ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 05% $ - r, Di(2- ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 05% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 05% • $ - Dinoseb (Fed# 2041) 007mg /L 1 0 05% $ - Diquat (Fed# 2032) 02mg /L 1 0 05% $ - Endothall (Fed# 2033) lmg /L 1 0 05% $ - Endnn (Fed# 2005) 002mg /L 1 0 05% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 05% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 05% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 05% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 05% $ - Hexachlorobenzene (Fed# 2274) 001 mg /L 1 0 05% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 05% $ - _, Lindane (Fed# 2010) 0002mg /L 1 0 05% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 05% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 05% $ - Pentachlorophenol (Fed# 2326) 001 mg /L 1 0 05% $ - ,.., Picloram (Fed# 2040) 5mg /L 1 0 05% $ - Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 05% $ - Simazine (Fed# 2037) 004mg /L 1 0 05% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 05% $ - Physical Characteristics /62- 550.517 1 0 05% $ 7 00 $ 0 00 Turbidity 1 0 05% $ 7 00 $ 0 00 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 12 0 59% $ 25 00 $ 0 15 r, Fewer than 40 samples 1 Total Coliform Bacteria positive, 40 samples or more r•, 5% positive 1 0 05% $ 25 00 $ 0 01 Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 05% $ 160 00 $ 0 08 Combined Radium -226 and radium -228 5pCi /L 1 0 05% $ 235 00 $ 0 11 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 05% $ 45 00 $ 0 02 Uranium 3Oug /L 1 0 05% $ 35 00 $ 0 02 r, r, r, r, Model Commodity Term Bid (06/01/05) 97 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - MADISON CI Page 3 of 5 ENTER Limits Est. Tests Weighted Bid Price Per Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price Secondary contaminants /62- 550.500(3) & 550.520 1 0 05% $ 145 00 $ 0 07 Alumium (Fed# 1002) 2mg /L 1 0 05% $ 12 00 $ 0 01 Chloride (Fed# 1017) 250mg /L 1 0 05% $ 13 00 $ 0 01 Copper (Fed# 1022) 1 mg /L 1 0 05% $ 12 00 $ 0 01 Fluoride (Fed# 1025) 2mg /L 1 0 05% $ 13 00 $ 0 01 Iron (Fed# 1028) 3mg /L 1 0 05% $ 12 00 $ 0 01 Manganese (Fed# 1032) 05mg /L 1 0 05% $ 12 00 $ 0 01 Silver (Fed# 1050) 1 mg /L 1 0 05% $ 12 00 $ 0 01 Sulfate (Fed# 1055) 250mg /L 1 0 05% $ 13 00 $ 0 01 ".1 Zinc (Fed# 1095) 5mg /L 1 0 05% $ 12.00 $ 0 01 Color (Fed# 1905) 15 color units 1 0 05% $ 13 00 $ 0 01 3 (threshold odor Odor (Fed# 1920) number) 1 0 05% $ 15 00 $ 0 01 pH (Fed# 1925) 6 5- 8 5 1 0 05% $ 7 00 $ 0 00 r 500mg /L (may be greater if no other Maximum contaminant level is r- Total Dissolved Solids (TDS) (Fed# 1930) exceeded 1 0 05% $ 10 00 $ 0 00 Foaming Agents (Fed# 2905) 5mg /L 1 0 05% $ 20 00 $ 0 01 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 05% $ 7 00 $ 0 00 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 05% $ 7 00 $ 0 00 ^ WTP TOTALS 111 5.51% $ 2,686.50 $ 1.44 ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Per Weighted Bid (WWTP) Per Year Value Test Price Raw Wastewater Carbonaceous Biochemical Oxygen Demand (CBOD 365 17 80% $ 22 50 $ 4 00 Total Suspended Solids (TSS) 365 17 80% $ 12 50 $ 2 22 Treated Effluent ^, Carbonaceous Biochemical Oxygen Demand (CBOD 365 17 80% $ 22 50 $ 4 00 Total Suspended Solids (TSS) 365 17 80% $ 12 50 $ 2 22 Fecal Coliform 1 0 05% $ 20 00 $ 0 01 — Boron 1 0 05% $ 12 00 $ 0 01 Ammonia 1 0 05% $ 15 00 $ 0 01 Chloride 1 0 05% $ 13 00 $ 0 01 Sulfate 4 0 20% $ 13 00 $ 0 03 r Turbidity 1 0 05% $ 7 00 $ 0 00 Nitrite & Nitrate 1 0 05% $ 10 00 $ 0 00 Specific Conductivity 1 0 05% $ 7 50 $ 0 00 Temperature (Price is $0 00) 1 0 05% $ - $ - 1— Dissolved Oxygen 1 0 05% $ 10 00 $ 0 00 Total Dissolved Solids 1 0 05% $ 10 00 $ 0 00 pH 1 005% $ 700 $ 000 Sodium 1 0 05% $ 12 00 $ 0 01 r, Model Commodity Term Bid (06/01/05) 98 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - MADISON CI Page 4 of 5 ENTER JPARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Per Weighted Bid (WWTP) Per Year Value Test Price Treated Effluent (continued) _I Arsenic 4 0 20% $ 12 00 $ 0 02 Cadmium 4 0 20% $ 12 00 $ 0 02 Chronium 4 0 20% $ 12 00 $ 0 02 Copper 4 0 20% $ 12 00 $ 0 02 Cyanide 4 0 20% $ 35 00 $ 0 07 Lead 4 0 20% $ 12 00 $ 0 02 Molybdenum 4 0 20% $ 12 00 $ 0 02 Mercury 4 0 20% $ 22 50 $ 0 04 Nickel 4 0 20% $ 12 00 $ 0 02 Selenium 4 0 20% $ 12 00 $ 0 02 Silver 4 0 20% $ 12 00 $ 0 02 Tin 4 020% $ 1200 $ 002 ,_, Total nitogen 4 0 20% $ 45 00 $ 0 09 Total Phosphorus 4 0 20% $ 15 00 $ 0 03 Zinc 4 020% $ 1200 $ 002 Total Phenolics 4 0 20% $ 30 00 $ 0 06 'Ground Water Monitoring Wells (0 Wells) Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 05% $ 22 50 $ 0 01 r— Total Suspended Solids (TSS) 1 0 05% $ 12 50 $ 0 01 Fecal Coliform 1 0 05% $ 20 00 $ 0 01 Boron 1 0 05% $ 12 00 $ 0 01 Ammonia 1 0 05% $ 15 00 $ 0 01 r ,. Chloride 1 0 05% $ 13 00 $ 0 01 Sulfate 1 0 05% $ 13 00 $ 0 01 Turbidity 1 0 05% $ 7 00 $ 0 00 Nitrite & Nitrate 1 0 05% $ 10 00 $ 0 00 Water Levels (Monitor Wells before purging) 1 0 05% $ 25 00 $ 0 01 Specific Conductivity 1 0 05% $ 7 50 $ 0 00 Temperature 1 0 05% $ 5 00 $ 0 00 Dissolved Oxygen 1 0 05% $ 10 00 $ 0 00 Total Dissolved Solids 1 0 05% $ 10 00 $ 0 00 pH 1 005% $ 700 $ 000 Sodium 1 0 05% $ 12 00 $ 0 01 Sludge (Residuals) r— Arsenic (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Cadmium (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Chromium (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 r- Copper (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Lead (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Mercury (Method SW 6010) 1 0 05% $ 22 50 $ 0 01 Molybdenum (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Nickel (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Potassium (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Selenium (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Zinc (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 Iron (Method SW 6010) 1 0 05% $ 12 00 $ 0 01 r� r—, Model Commodity Term Bid (06/01/05) 99 of 147 1TB 05 -DC -7583 MANDATORY FORM REGION II - MADISON CI Page 5 of 5 ENTER j PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Per Weighted Bid (WWTP) Per Year Value Test Price Sludge (Residuals) continued Sodium 1 0 05% $ 12 00 $ 0 01 ^„ Total Solids 1 0 05% $ 10 00 $ 0 00 % Total Solids 1 0 05% $ 10 00 $ 0 00 Total Nitrogen 1 0 05% $ 45 00 $ 0 02 Total Phosphorus 1 0 05% $ 15 00 $ 0 01 pH 1 005% $ 700 $ 000 Fecal Coliform (Per EPA Rule 503) 1 0 05% $ 100 00 $ 0 05 WWTP TOTALS 1940 94 59% $ 24 93 GRAND TOTALS 2051 100 10% $ 26 37 1-1 Award will be based on the above amount NAME OF BIDDER SIGNATURE OF AUTHORIZED REPRESENTATIVE r. FEID # DATE R..1 I WM PR P-1 Model Commodity Term Bid (06/01/05) 100 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - MAYO CI Page 1 of 4 TABLE 1 - COST INFORMATION SHEET P, BID SHEET BID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES ,--, Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be based on one (1) test per year ENTER Limits Est. Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Asbestos(Fed# 1094)/62 - 550.511 7 MFL 1 0 24% $ 225 00 $ 0 54 1 Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 24% $ 20 00 $ 0 05 ^ Nitrate (Fed # 1040) 10mg /L (as N) 1 0 24% $ 10 00 $ 0 02 Nitrite (Fed # 1041) 1 mg /L (as N) 1 0 24% $ 10 00 $ 0 02 Total Nitrate and Nitrite 10mg /L (as N) 1 0 24% $ 10 00 $ 0 02 Inorganics /62- 550(3) & 550.513 1 0 24% $ 130 00 $ 0 31 Antimony Fed# 1074) 006mg /L 1 0 24% $ 12 00 $ 0 03 05mg /L ( 01 mg /L Arsenic (Fed# 1005) after 1/1/05) 1 0 24% $ 12 00 $ 0 03 •• Barium (Fed# 1010) 2mg /L 1 0 24% $ 12 00 $ 0 03 Beryllium (Fed# 1075) 004 mg /L 1 0 24% $ 12 00 $ 0 03 Cadmium (Fed# 1015) 005mg /L 1 0 24% $ 12 00 $ 0 03 Chromium (Fed# 1020) 1 mg /L 1 0 24% $ 12 00 $ 0 03 Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 24% $ 35 00 $ 0 08 Fluoride (Fed # 1025) 4mg /L 1 0 24% $ 13 00 $ 0 03 Lead (Fed# 1030) 015mg /L 1 0 24% $ 12 00 $ 0 03 Mercury (Fed # 1035) 002mg /L 1 0 24% $ 22 50 $ 0 05 `^ Nickel (Fed# 1036) 1mg /L 1 0 24% $ 12 00 $ 0 03 Selenium(Fed# 1045) 05mg /L 1 0 24% $ 12 00 $ 0 03 Sodium (Fed# 1052) 160mg /L 1 0 24% $ 12 00 $ 0 03 Thallium (Fed# 1085) 002mg /L 1 0 24% $ 12 00 $ 0 03 F-- Disinfection Byproducts 62- 550.500(3) 62- 550.514(2) & 550.821 Total Trihalomethanes (TTHM) (Fed# 2950) 08mg /L 1 0 24% $ 45 00 $ 0 11 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 1 0 24% $ 105 00 $ 0 25 '"' Bromate (Fed# 1011) 01 mg /L 1 0 24% $ 125 00 $ 0 30 Chlorite (Fed# 1009) 1mg /L 1 0 24% $ 125 00 $ 0 30 Volatile Organics /62- 550.500(3) & 550.515 1 0 24% $ 75 00 $ 0 18 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 24% $ - 1,1,1- Trichloroethane (Fed# 2981) 2mg /L 1 0 24% $ - 1,1,2- Trichloroethane (Fed# 2985) 005mg /L 1 0 24% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 24% $ - '. 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 24% $ - 1,2,4-Trichlorobenzene (Fed# 2378) 07mg /L 1 0 24% $ - Benzene (Fed# 2990) 001 mg /L 1 0 24% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 24% $ - cis -1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 24% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 24% ' $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 24% $ - Monochlorobenzene (Fed# 2989) 1 mg /L 1 0 24% $ - o- Dichlorobenzene (Fed# 2968) 6mg /L 1 0 24% $ - para-Dichlorobenzene (Fed# 2969) 075mg /L 1 0 24% $ - Styrene (Fed# 2996) 1 mg /L 1 0 24% $ - ,—, Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 24% $ - Model Commodity Term Bid (06/01/05) 101 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - MAYO CI Page 2 of 4 ENTER Limits Est. Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price JVoIatIIe Organics /62- 550.500(3) & 550.515 (Continued) Toluene (Fed# 2991) 1 mg /L 1 0 24% $ trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 24% $ - J Tnchloroethylene (Fed# 2984) 003mg /L 1 0 24% $ - - Vinyl Chloride (Fed# 2976) 001 mg /L 1 0 24% $ Xylenes (total) (Fed# 2955) 10mg /L 1 0 24% $ - 1 Synthetic Organics /62- 550(3) & 550.516 1 0 24% $ 975 00 $ 2 32 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10' /L 1 0 24% $ 2,4 -D (Fed# 2105) 07mg /L 1 0 24% $ - 2,4,5 -TP (Silvex) (Fed# 2110) 05mg /L 1 0 24% $ - J Alachlor (Fed# 2051) 002mg /L 1 0 24% $ - Atrazine (Fed# 2050) 003mg /L 1 0 24% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 24% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 24% $ - Chlordane (Fed# 2959) 002mg /L 1 0 24% $ - Dalapon (Fed# 2031) 2mg /L 1 0 24% $ - 0— Di(2- ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 24% $ - Di(2-ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 24% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 24% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 24% $ - - Diquat (Fed# 2032) 02mg /L 1 0 24% $ - Endothall (Fed# 2033) 1 mg /L 1 0 24% $ - Endnn (Fed# 2005) 002mg /L 1 0 24% $ - r „ Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 24% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 24% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 24% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 24% $ - ,—, Hexachlorobenzene (Fed# 2274) 001mg /L 1 0 24% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 24% $ - Lindane (Fed# 2010) 0002mg /L 1 0 24% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 24% $ - P Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 24% $ - Pentachlorophenol (Fed# 2326) 001 mg /L 1 0 24% $ - Picloram (Fed# 2040) 5mg /L 1 0 24% $ - Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 24% $ - Simazine (Fed# 2037) 004mg /L 1 0 24% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 24% $ - Physical Characteristics /62- 550.517 1 0 24% $ 7 00 $ 0 02 Turbidity 1 0 24% $ 7 00 $ 0 02 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 12 2 86% $ 25 00 $ 0 71 Fewer than 4U r■, samples 1 Total Coliform Bacteria positive, 40 samples or more 5% positive 1 0 24% $ 25 00 $ 0 06 Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 24% $ 160 00 $ 0 38 Combined Radium -226 and radium -228 5pCi /L 1 0 24% $ 235 00 $ 0 56 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 24% $ 45 00 $ 0 11 Uranium 3Oug /L 1 0 24% $ 35 00 $ 0 08 r. Model Commodity Term Bid (06/01/05) 102 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - MAYO CI r-, Page 3 of 4 ...1 ENTER Limits Est. Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Secondary contaminants /62- 550.500(3) & 550.520 1 0 24% $ 145 00 $ 0 35 _I Alumium (Fed# 1002) 2mg /L 1 0 24% $ 12 00 $ 0 03 Chloride (Fed# 1017) 250mg /L 1 0 24% $ 13 00 $ 0 03 Copper (Fed# 1022) 1 mg /L 1 0 24% $ 12 00 $ 0 03 Fluoride (Fed# 1025) 2mg /L 1 0 24% $ 13 00 $ 0 03 Iron (Fed# 1028) 3mg /L 1 0 24% $ 12 00 $ 0 03 Manganese (Fed# 1032) 05mg /L 1 0 24% $ 12 00 $ 0 03 Silver (Fed# 1050) 1mg /L 1 0 24% $ 12 00 $ 0 03 Sulfate (Fed# 1055) 250mg /L 1 0 24% $ 13 00 $ 0 03 _I Inc (Fed# 1095) 5mg /L 1 0 24% $ 12.00 $ 0 03 Color (Fed# 1905) 15 color units 1 0 24% $ 13 00 $ 0 03 3 (threshold odor 1 Odor (Fed# 1920) number) 1 0 24% $ 15 00 $ 0 04 pH (Fed #1925) 65 -85 1 024% $ 700 $ 002 500mg /L (may be greater if no other Maximum contaminant level is Total Dissolved Solids (TDS) (Fed# 1930) exceeded 1 0 24% $ 10 00 $ 0 02 Foaming Agents (Fed# 2905) 5mg /L 1 0 24% $ 20 00 $ 0 05 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 24% $ 7 00 $ 0 02 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 24% $ 7 00 $ 0 02 WTP TOTALS 113 26.90% $ 2,931.50 $ 7.63 ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Raw Wastewater Carbonaceous Biochemical Oxygen Demand (CBOD 26 6 19% $ 22 50 $ 1 39 Total Suspended Solids (TSS) 26 6 19% $ 12 50 $ 0 77 Treated Effluent Carbonaceous Biochemical Oxygen Demand (CBOD 26 6 19% $ 22 50 $ 1 39 Total Suspended Solids (TSS) 26 6 19% $ 12 50 $ 0 77 Fecal Coliform 26 6 19% $ 20 00 $ 1 24 Boron 1 0 24% $ 12 00 $ 0 03 Ammonia 1 0 24% $ 15 00 $ 0 04 Chloride 1 0 24% $ 13 00 $ 0 03 Sulfate 1 0 24% $ 13 00 $ 0 03 Turbidity 1 0 24% $ 10 00 $ 0 02 Nitrite & Nitrate 26 6 19% $ 10 00 $ 0 62 Specific Conductivity 1 0 24% $ 7 50 $ 0 02 Temperature (Price is $0 00) 1 0 24% $ - $ - Dissolved Oxygen 1 0 24% $ 10 00 $ 0 02 Total Dissolved Solids 1 0 24% $ 10 00 $ 0 02 r pH 1 0 24% $ 7 00 $ 0 02 Sodium 1 0 24% $ 12 00 $ 0 03 r, •• Model Commodity Term B,d (06/01/05) 103 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION I1 - MAYO CI Page 4 of 4 ENTER JPARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Ground Water in Monitoring Welis (4 Welis) Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 24% $ 22 50 $ 0 05 Total Suspended Solids (TSS) 1 0 24% $ 12 50 $ 0 03 rl Fecal Coliform 16 3 81% $ 20 00 $ 0 76 Boron 1 024% $ 1200 $ 003 Ammonia 1 0 24% $ 15 00 $ 0 04 Chloride 16 3 81% $ 13 00 $ 0 50 Sulfate 16 381% $ 1300 $ 050 Turbidity 1 0 24% $ 7 00 $ 0 02 r. ' Nitrite & Nitrate 16 3 81% $ 10 00 $ 0 38 Water Levels (Monitor Wells before purging) 16 3 81% $ 25 00 $ 0 95 Specific Conductivity 1 0 24% $ 7 50 $ 0 02 Temperature 1 0 24% $ 5 00 $ 0 01 Dissolved Oxygen 1 0 24% $ 10 00 $ 0 02 Total Dissolved Solids 16 3 81% $ 10 00 $ 0 38 r-i pH 16 381% $ 700 $ 027 Sodium 16 0 24% $ 12 00 $ 0 03 Sludge (Residuals) Arsenic (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Cadmium (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Chromium (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Copper (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Lead (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 ,... Mercury (Method SW 6010) 1 0 24% $ 22 50 $ 0 05 Molybdenum (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Nickel (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Potassium (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 r— Selenium (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Zinc (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 Iron (Method SW 6010) 1 0 24% $ 12 00 $ 0 03 r- Sodium 1 024% $ 1200 $ 003 Total Solids 1 0 24% $ 10 00 $ 0 02 % Total Solids 1 0 24% $ 10 00 $ 0 02 Total Nitrogen 1 0 24% $ 45 00 $ 0 11 Total Phosphorus 1 0 24% $ 15 00 $ 0 04 pH 1 024% $ 700 $ 002 Fecal Coliform (Per EPA Rule 503) 1 0 24% $ 100 00 $ 0 24 J WWTP TOTALS 307 73 10% $ 11 27 GRAND TOTALS 420 100.00% $ 18.91 Award will be based on the above amount "" NAME OF BIDDER ■-• SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE rn Model Commodity Term Bid (06/01/05) 104 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - TAYLOR CI r Page 1 of 4 TABLE 1 - COST INFORMATION SHEET BID SHEET 'BID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES ,..,Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be based on one (1) test per year ENTER Limits Est. Tests Weighted Bid Price Per Weighted Bid JPARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price Asbestos(Fed# 1094)/62 - 550.511 7 MFL 1 0 22% $ 225 00 $ 0 50 i Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 22% $ 20 00 $ 0 04 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 22% $ 10 00 $ 0 02 Nitrite (Fed # 1041) 1 mg /L (as N) 1 0 22% $ 10 00 $ 0 02 Total Nitrate and Nitrite 10mg /L (as N) 1 0 22% $ 10 00 $ 0 02 Inorganics /62- 550(3) & 550.513 1 0 22% $ 130 00 $ 0 29 Antimony Fed# 1074) 006mg /L 1 0 22% $ 12 00 $ 0 03 05mg /L ( 01 mg /L _I Arsenic (Fed# 1005) after 1/1/05) 1 0 22% $ 12 00 $ 0 03 Barium (Fed# 1010) 2mg /L 1 0 22% $ 12 00 $ 0 03 Beryllium (Fed# 1075) 004 mg /L 1 0 22% $ 12 00 $ 0 03 Cadmium (Fed# 1015) 005mg /L 1 0 22% $ 12 00 $ 0 03 Chromium (Fed# 1020) lmg/L 1 0 22% $ 12 00 $ 0 03 Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 22% $ 35 00 $ 0 08 Fluoride (Fed # 1025) 4mg /L 1 0 22% $ 13 00 $ 0 03 Lead (Fed# 1030) 015mg /L 1 0 22% $ 12 00 $ 0 03 Mercury (Fed # 1035) 002mg /L 1 0 22% $ 22 50 $ 0 05 F. Nickel (Fed# 1036) 1 mg /L 1 0 22% $ 12 00 $ 0 03 Selenium(Fed# 1045) 05mg /L 1 0 22% $ 12 00 $ 0 03 Sodium (Fed# 1052) 160mg /L 1 0 22% $ 12 00 $ 0 03 Thallium (Fed# 1085) 002mg /L 1 0 22% $ 12 00 $ 0 03 P Disinfection Byproducts 62- 550.500(3) 62- 550.514(2) & 550.821 Total Trihalomethanes (TTHM) (Fed# 2950) 08mg /L 1 0 22% $ 45 00 $ 0 10 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 1 0 22% $ 105 00 $ 0 24 •_ Bromate (Fed# 1011) 01 mg /L 1 0 22% $ 125 00 $ 0 28 Chlorite (Fed# 1009) 1 mg /L 1 0 22% $ 125 00 $ 0 28 Volatile Organics /62- 550.500(3) & 550.515 1 0 22% $ 75 00 $ 0 17 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 22% $ - P. 1,1,1- Trichloroethane (Fed# 2981) 2mg /L 1 0 22% $ - 1,1,2- Trichloroethane (Fed# 2985) 005mg /L 1 0 22% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 22% - $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 22% $ - m— 1,2,4- Tnchlorobenzene (Fed# 2378) 07mg /L 1 0 22% $ - Benzene (Fed# 2990) 001 mg /L 1 0 22% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 22% $ - - cis -1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 22% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 22% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 22% $ - Monochlorobenzene (Fed# 2989) 1mg /L 1 0 22% $ - o- Dichlorobenzene (Fed# 2968) 6mg /L 1 0 22% $ - para-Dichlorobenzene (Fed# 2969) 075mg /L 1 0 22% $ - Styrene (Fed# 2996) 1 mg /L 1 0 22% $ - Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 22% $ - rm Model Commodity Term Bid (06/01/05) 105 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - TAYLOR CI Page 2of4 Pjl ENTER Limits Est. Tests Weighted Bid Price Per Weighted Bid ■PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price jVolatde Organics /62- 550.500(3) & 550.515 (Continued) Toluene (Fed# 2991) 1mg /L 1 0 22% $ trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 22% $ - Trichloroethylene (Fed# 2984) 003mg /L 1 0 22% $ - Vinyl Chloride (Fed# 2976) 001 mg /L 1 0 22% $ - ,J Xylenes (total) (Fed# 2955) 10mg /L 1 0 22% $ Synthetic Organics /62- 550(3) & 550.516 1 0 22% $ 975 00 $ 2 19 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 -8 mg /L 1 0 22% $ - r „ 2,4 -D (Fed# 2105) 07mg /L 1 0 22% $ - 2,4,5 -TP (Silvex) (Fed# 2110) 05mg /L 1 0 22% $ - Alachlor (Fed# 2051) 002mg /L 1 0 22% $ - Atrazine (Fed# 2050) 003mg /L 1 0 22% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 22% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 22% $ - Chlordane (Fed# 2959) 002mg /L 1 0 22% $ - Dalapon (Fed# 2031) 2mg /L 1 0 22% $ - ,... Di(2- ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 22% $ - Di(2-ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 22% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 22% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 22% $ - r-, Diquat (Fed# 2032) 02mg /L 1 0 22% $ - Endothall (Fed# 2033) 1mg /L 1 0 22% $ - Endnn (Fed# 2005) 002mg /L 1 0 22% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 22% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 22% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 22% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 22% $ - Hexachlorobenzene (Fed# 2274) 001mg /L 1 0 22% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 22% $ - Lindane (Fed# 2010) 0002mg /L 1 0 22% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 22% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 22% $ - Pentachlorophenol (Fed# 2326) 001 mg /L 1 0 22% $ - Picloram (Fed# 2040) 5mg /L 1 0 22% $ - Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 22% $ - Simazine (Fed# 2037) 004mg /L 1 0 22% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 22% $ - Physical Characteristics /62- 550.517 1 0 22% $ 7 00 $ 0 02 Turbidity 1 0 22% $ 7 00 $ 0 02 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 12 2 69% $ 25 00 $ 0 67 Fewer than 40 —, Total Coliform Bacteria samples 1 positive, 40 samples or more 5% positive 1 0 22% $ 25 00 $ 0 06 Naturally occurmg radionuclides /62- 550.500(3) & 550.519 1 0 22% $ 160 00 $ 0 36 Combined Radium -226 and radium -228 5pCi/L 1 0 22% $ 235 00 $ 0 53 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 22% $ 45 00 $ 0 10 Uranium 3Oug /L 1 0 22% $ 35 00 $ 0 08 Model Commodity Term Bid (06/01/05) 106 of 147 ITB 05-DC -7583 MANDATORY FORM REGION II - TAYLOR CI Page 3 of 4 ENTER Limits Est. Tests Weighted Bid Price Per Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price Secondary contaminants /62- 550.500(3) & 550.520 1 0 22% $ 145 00 $ 0 33 Alumium (Fed# 1002) 2mg /L 1 0 22% $ 12 00 $ 0 03 Chloride (Fed# 1017) 250mg /L 1 0 22% $ 13 00 $ 0 03 Copper (Fed# 1022) 1 mg /L 1 0 22% $ 12 00 $ 0 03 Fluoride (Fed# 1025) 2mg /L 1 0 22% $ 13 00 $ 0 03 Iron (Fed# 1028) 3mg /L 1 0 22% $ 12 00 $ 0 03 Manganese (Fed# 1032) 05mg /L 1 0 22% $ 12 00 $ 0 03 Silver (Fed# 1050) 1 mg /L 1 0 22% $ 12 00 $ 0 03 Sulfate (Fed# 1055) 250mg /L 1 0 22% $ 13 00 $ 0 03 Zinc (Fed# 1095) 5mg /L 1 0 22% $ 12.00 $ 0 03 Color (Fed# 1905) 15 color units 1 0 22% $ 13 00 $ 0 03 3 (threshold odor Odor (Fed# 1920) number) 1 0 22% $ 15 00 $ 0 03 pH (Fed# 1925) 6 5- 8 5 1 0 22% $ 7 00 $ 0 02 500mg /L (may be greater if no other Maximum contaminant level is Total Dissolved Solids (TDS) (Fed# 1930) exceeded 1 0 22% $ 10 00 $ 0 02 Foaming Agents (Fed# 2905) 5mg /L 1 0 22% $ 20 00 $ 0 04 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 22% $ 7 00 $ 0 02 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 22% $ 7 00 $ 0 02 WTP TOTALS 111 24.89% $ 2,686.50 $ 6.64 ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Per Weighted Bid (ATP) Per Year Value Test Price Raw Wastewater Carbonaceous Biochemical Oxygen Demand (CBOD5) 26 5 83% $ 22 50 $ 1 31 Total Suspended Solids (TSS) 26 5 83% $ 12 50 $ 0 73 Treated Effluent Carbonaceous Biochemical Oxygen Demand (CBOD5) 26 5 83% $ 22 50 $ 1 31 Total Suspended Solids (TSS) 26 5 83% $ 12 50 $ 0 73 Fecal Coliform 26 5 83% $ 20 00 $ 1 17 Boron 1 0 22% $ 12 00 $ 0 03 Ammonia 1 0 22% $ 15 00 $ 0 03 Chloride 1 0 22% $ 13 00 $ 0 03 Sulfate 1 0 22% $ 13 00 $ 0 03 Turbidity 1 0 22% $ 7 00 $ 0 02 Nitrite & Nitrate 26 5 83% $ 10 00 $ 0 58 Specific Conductivity 1 0 22% $ 7 50 $ 0 02 Temperature (Price is $0 00) 1 0 22% $ - $ Dissolved Oxygen 1 0 22% $ 10 00 $ 0 02 Total Dissolved Solids 1 0 22% $ 10 00 $ 0 02 pH 1 022% $ 700 $ 002 Sodium 1 0 22% $ 12 00 $ 0 03 Model Commodity Term Bid (06/01/05) 107 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION II - TAYLOR CI Page 4 of 4 ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Per Weighted Bid (WWTP) Per Year Value Test Price Ground Water in Monitoring Wells (5 Wells) Carbonaceous Biochemical Oxygen Demand r .. (CBOD 1 0 22% $ 22 50 $ 0 05 Total Suspended Solids (TSS) 1 0 22% $ 12 50 $ 0 03 Fecal Coliform 20 4 48% $ 20 00 $ 0 90 _ Boron 1 0 22% $ 12 00_ $ 0 03 ,— Ammonia 1 0 22% $ 15 00 $ 0 03 Chloride 20 4 48% $ 13 00 $ 0 58 Sulfate 20 4 48% $ 13 00 $ 0 58 Turbidity 1 0 22% $ 7 00 $ 0 02 Nitrite & Nitrate 20 4 48% $ 10 00 $ 0 45 Water Levels (Monitor Wells before purging) 20 4 48% $ 25 00 $ 1 12 Specific Conductivity 1 0 22% $ 7 50 $ 0 02 Temperature 1 0 22% $ 5 00 $ 0 01 ' Dissolved Oxygen 1 0 22% $ 10 00 $ 0 02 Total Dissolved Solids 20 4 48% $ 10 00 $ 0 45 pH 20 448% $ 700 $ 031 r- Sodium 1 022 %'$ 1200 $ 003 Sludge (Residuals) Arsenic (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Cadmium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 r—. Chromium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Copper (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Lead (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Mercury (Method SW 6010) 1 0 22% $ 22 50 $ 0 05 Molybdenum (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Nickel (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Potassium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Pm Selenium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Zinc (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Iron (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Sodium 1 0 22% $ 12 00 $ 0 03 Total Solids 1 0 22% $ 10 00 $ 0 02 % Total Solids 1 0 22% $ 10 00 $ 0 02 Total Nitrogen 1 0 22% $ 45 00 $ 0 10 Total Phosphorus 1 0 22% $ 15 00 $ 0 03 pH 1 022% $ 700 $ 002 Fecal Coliform (Per EPA Rule 503) 1 0 22% $ 100 00 $ 0 22 WWTP TOTALS 335 75 11% $ 11 49 GRAND TOTALS 446 100 00% $ 18 13 Award will be based on the above amount ^, NAME OF BIDDER SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE I-1 Model Commodity Term Bid (06/01/05) 108 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - LOWELL CI r-, Page 1 of 3 TABLE 1 - COST INFORMATION BID SHEET .. BID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES ,,,Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be based on one (1) test per year Est. ENTER Limits Tests Weighted Bid Price Weighted J PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Bid Price Asbestos(Fed# 1094)/62- 550.511 7 MFL 1 0 70% $ 225 00 $ 1 58 J Nitrrte & Nitrate /62- 550.500(3) & 550.512 1 0 70% $ 20 00 $ 0 14 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 70% $ 10 00 $ 0 07 Nitite (Fed # 1041) 1 mg /L (as N) 1 0 70% $ 10 00 $ 0 07 Total Nitrate and Nitrite 10mg /L (as N) 1 0 70% $ 10 00 $ 0 07 JInorganics/62-550(3) & 550.513 1 0 70% $ 130 00 $ 0 92 Antimony Fed# 1074) 006mg /L 1 0 70% $ 12 00 $ 0 08 05mg /L ( 01 mg /L _I Arsenic (Fed# 1005) after 1/1/05) 1 0 70% $ 12 00 $ 0 08 Barium (Fed# 1010) 2mg /L 1 0 70% $ 12 00 $ 0 08 Beryllium (Fed# 1075) 004 mg /L 1 0 70% $ 12 00 $ 0 08 Cadmium (Fed# 1015) 005mg /L 1 0 70% $ 12 00 $ 0 08 Chromium (Fed# 1020) 1 mg /L 1 0 70% $ 12 00 $ 0 08 ""' Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 70% $ 35 00 $ 0 25 Fluoride (Fed # 1025) 4mg /L 1 0 70% $ 13 00 $ 0 09 Lead (Fed# 1030) 015mg /L 1 0 70% $ 12 00 $ 0 08 Mercury (Fed # 1035) 002mg /L 1 0 70% $ 22 50 $ 0 16 Nickel (Fed# 1036) 1 mg /L 1 0 70% $ 12 00 $ 0 08 Selenium(Fed# 1045) 05mg /L 1 0 70% $ 12 00 $ 0 08 Sodium (Fed# 1052) 160mg /L 1 0 70% $ 12 00 $ 0 08 Thallium (Fed# 1085) 002mg /L 1 0 70% $ 12 00 $ 0 08 Disinfection Byproducts /62- 550.514(2)(b) & 550.821 & 62- 550.500 Total Tnhalomethanes (TTHM) (Fed# 2950) 08mg /L 4 2 82% $ 45 00 $ 1 27 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 4 2 82% $ 105 00 $ 2 96 Bromate (Fed# 1011) 01 mg /L 1 0 70% $ 125 00 $ 0 88 Chlorite (Fed# 1009) 1mg /L 1 0 70% $ 125 00 $ 0 88 `Volatile Organics /62- 550.500(3) & 550.515 1 0 70% $ 75 00 $ 0 53 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 70% $ - 1,1,1-Trichloroethane (Fed# 2981) 2mg /L 1 0 70% $ - r— 1,1,2- Tnchloroethane (Fed# 2985) 005mg /L 1 0 70% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 70% $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 70% $ - 1,2,4- Ticchlorobenzene (Fed# 2378) 07mg /L 1 0 70% $ - F— Benzene (Fed# 2990) 001 mg /L 1 0 70% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 70% $ - cis -1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 70% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 70% $ - 1— Ethylbenzene (Fed# 2992) 7mg /L 1 0 70% $ - Monochlorobenzene (Fed# 2989) 1 mg /L 1 0 70% $ - o-Dichlorobenzene (Fed# 2968) 6mg /L 1 0 70% $ - para-Dichlorobenzene (Fed# 2969) 075mg /L 1 0 70% $ - r..1 Model Commodity Term Bid (06/01/05) 113 of 147 1TB 05 -DC -7583 MANDATORY FORM REGION III - LOWELL CI Page 2 of 3 Est. ENTER Limits Tests Weighted Bid Price Weighted PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Bid Price Volatile Organics /62- 550.500(3) & 550.515 (continued) - Styrene (Fed# 2996) 1mg /L 1 0 70% $ Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 70% $ Toluene (Fed# 2991) 1 mg /L 1 0 70% $ - J trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 70% $ - - Trichloroethylene (Fed# 2984) 003mg /L 1 0 70% $ Vinyl Chloride (Fed# 2976) 001 mg /L 1 0 70% $ Xylenes (total) (Fed# 2955) 10mg /L 1 0 70% $ - iSynthetic Organics /62- 550(3) & 550.516 1 0 70% $ 975 00 $ 6 87 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 -8 mg /L 1 0 70% $ 2,4 -D (Fed# 2105) 07mg /L 1 0 70% $ - 1 2,4,5 -TP (Silvex) (Fed# 2110) 05mg /L 1 0 70% $ Alachlor (Fed# 2051) 002mg /L 1 0 70% $ - - Atrazine (Fed# 2050) 003mg /L 1 0 70% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 70% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 70% $ - Chlordane (Fed# 2959) 002mg /L 1 0 70% $ - Dalapon (Fed# 2031) 2mg /L 1 0 70% $ - Di(2-ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 70% $ - Di(2-ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 70% $ - Dibromochloropropane (DBCP)(Fed# 2931) 0002mg /L 1 0 70% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 70% $ - Diquat (Fed# 2032) 02mg /L 1 0 70% $ - Endothall (Fed# 2033) 1 mg /L 1 0 70% $ - r- Endnn (Fed# 2005) 002mg /L 1 0 70% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 70% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 70% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 70% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 70% $ - Hexachlorobenzene (Fed# 2274) 001 mg /L 1 0 70% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 70% $ - Lindane (Fed# 2010) 0002mg /L 1 0 70% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 70% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 70% $ - Pentachlorophenol (Fed# 2326) 001mg /L 1 0 70% $ - r— Picloram (Fed# 2040) 5mg /L 1 0 70% $ - Polychlonnated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 70% $ - Simazine (Fed# 2037) 004mg /L 1 0 70% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 70% $ - r- Physical Characteristics /62- 550.517 1 0 70% $ 7 00 $ 0 05 Turbidity 36 25 35% $ 7 00 $ 1 77 Microbiological contaminants /62- 550.518 & 62 -550 500(3) 1 0 70% $ 25 00 $ 0 18 Fewer than 40 samples 1 Total Coliform Bacteria positive, 40 samples or more 5% positive 1 0 70% $ 25 00 $ 0 18 Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 70% $ 160 00 $ 1 13 Combined Radium -226 and radium -228 5pCi /L 1 0 70% $ 235 00 $ 1 65 ^" Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 70% $ 45 00 $ 0 32 Uranium 3Oug /L 1 0 70% $ 35 00 $ 0 25 r, Model Commodity Term Bid (06/01/05) 114 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - LOWELL CI Page 3 of 3 Est. ENTER Limits Tests Weighted Bid Price Weighted J PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Bid Price Secondary contaminants /62- 550.500(3) & 550.520 Alumium (Fed# 1002) 2mg /L 1 0 70% $ 12 00 $ 0 08 Chloride (Fed# 1017) 250mg /L 1 0 70% $ 13 00 $ 0 09 Copper (Fed# 1022) 1 mg /L 1 0 70% $ 12 00 $ 0 08 Fluonde (Fed# 1025) 2mg /L 1 0 70% $ 13 00 $ 0 09 wl Iron (Fed# 1028) 3mg /L 1 0 70% $ 12 00 $ 0 08 Manganese (Fed# 1032) 05mg /L 1 0 70% $ 12 00 $ 0 08 Silver (Fed# 1050) 1mg /L 1 0 70% $ 12 00 $ 0 08 _I Sulfate (Fed# 1055) 250mg /L 1 0 70% $ 13 00 $ 0 09 Zinc (Fed# 1095) 5mg /L 1 0 70% $ 12 00 $ 0 08 Color (Fed# 1905) 15 color units 1 0 70% $ 13 00 $ 0 09 3 (threshold odor Odor (Fed# 1920) number) 1 0 70% $ 15 00 $ 0 11 pH (Fed# 1925) 6 5- 8 5 1 0 70% $ 7 00 $ 0 05 500mg /L (may be greater if no other J Total Dissolved Solids (TDS) (Fed# 1930) Maximum contaminant level is exceeded 1 0 70% $ 10 00 $ 0 07 Foaming Agents (Fed# 2905) 5mg /L 1 0 70% $ 20 00 $ 0 14 Copper /40 CFR 141, Subpart 1 0 50mg /L PQL 1 0 70% $ 7 00 $ 0 05 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 70% $ 7 00 $ 0 05 1 GRAND TOTALS (no WWTP included for this institution) 142 100 00% $ 24.52 .., Award will be based on the above amount NAME OF BIDDER SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE ., Model Commodity Tenn Bid (06/01/05) 115 of 147 ITB 05 -DC -7583 MANDATORY FORM KtUION 111 - MANIUN 1.1 Page 1 of 4 TABLE 1 - COST INFORMATION BID SHEET ' NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will " based on one (1) test per year Est. ENTER Limits Tests Per Weighted Bid Price Per Weighted Bid ,PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Year Value Test Price Asbestos(Fed# 1094)/62 - 550.511 7 MFL 1 0 17% $ 225 00 $ 0 39 (Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 17% $ 20 00 $ 0 03 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 17% $ 10 00 $ 0 02 Nitite (Fed # 1041) lmg /L (as N) 1 0 17% $ 10 00 $ 0 02 Total Nitrate and Nitrite 10mg /L (as N) 1 0 17% $ 10 00 $ 0 02 (Inorganics /62- 550(3) & 550.513 1 0 17% $ 130 00 $ 0 22 . Antimony Fed# 1074) 006mg /L 1 0 17% $ 12 00 $ 0 02 05mg /L ( Olmg/L Arsenic (Fed# 1005) after 1/1/05) 1 0 17% $ 12 00 $ 0 02 _1 Barium (Fed# 1010) 2mg /L 1 0 17% $ 12 00 $ 0 02 Beryllium (Fed# 1075) 004 mg /L 1 0 17% $ 12 00 $ 0 02 Cadmium (Fed# 1015) 005mg /L 1 0 17% $ 12 00 $ 0 02 Chromium (Fed# 1020) lmg/L 1 0 17% $ 12 00 $ 0 02 Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 17% $ 35 00 $ 0 06 r Fluoride (Fed # 1025) 4mg /L 1 0 17% $ 13 00 $ 0 02 Lead (Fed# 1030) 015mg /L 1 0 17% $ 12 00 $ 0 02 Mercury (Fed # 1035) 002mg /L 1 0 17% $ 22 50 $ 0 04 Nickel (Fed# 1036) lmg /L 1 0 17% $ 12 00 $ 0 02 Selenium(Fed# 1045) 05mg /L 1 0 17% $ 12 00 $ 0 02 Sodium (Fed# 1052) 160mg /L 1 0 17% $ 12 00 $ 0 02 Thallium (Fed# 1085) 002mg /L 1 0 17% $ 12 00 $ 0 02 ,_, Disinfection Byproducts /62- 550.514(2)(b) & 550.821& 62- 550.500 Total Trihalomethanes (TTHM) (Fed# 2950) 08mg /L 4 0 69% $ 45 00 $ 0 31 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 4 0 69% $ 105 00 $ 0 73 r– Bromate (Fed# 1011) Olmg/L 1 0 17% $ 125 00 $ 0 22 Chlorite (Fed# 1009) lmg/L 1 0 17% $ 125 00 $ 0 22 Volatile Organics /62 -550 500(3) & 550.515 1 0 17% $ 75 00 $ 0 13 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 17% $ - r- 1,1,1 - Trichloroethane (Fed# 2981) 2mg /L 1 0 17% $ - 1,1,2- Trichloroethane (Fed# 2985) 005mg /L 1 0 17% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 17% $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 17% $ - r– 1,2,4 - Trichlorobenzene (Fed# 2378) 07mg /L 1 0 17% $ - Benzene (Fed# 2990) 001 mg /L 1 0 17% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 17% $ - cis- 1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 17% $ - r Dichloromethane (Fed# 2964) 005mg /L 1 0 17% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 17% $ - Monochlorobenzene (Fed# 2989) lmg /L 1 0 17% $ - ^ o- Dichlorobenzene (Fed# 2968) 6mg /L 1 0 17% $ - para - Dichlorobenzene (Fed# 2969) 075mg /L 1 0 17% $ - 1 Model Commodity Term Bid (06/01/05) 116 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - MARION CI Page 2 of 4 Est. ENTER Limits Tests Per Weighted Bid Price Per Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Year Value Test Price Volatile Organics /62 -550 500(3) & 550.515 (continued) 4 Styrene (Fed# 2996) 1 mg /L 1 0 17% $ Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 17% $ - Toluene (Fed# 2991) 1mg /L 1 0 17% $ - trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 17% $ - Trichloroethylene (Fed# 2984) 003mg /L 1 0 17% $ Vinyl Chloride (Fed# 2976) 001mg /L 1 0 17% $ - Xylenes (total) (Fed# 2955) 10mg /L 1 0 17% $ - ISynthetic Organics /62- 550(3) & 550.516 1 0 17% $ 975 00 $ 1 69 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 -8 mg /L 1 0 17% $ 2,4 -D (Fed# 2105) 07mg /L 1 0 17% $ - 2,4,5-TP (Silvex) (Fed# 2110) 05mg /L 1 0 17% $ - Alachlor (Fed# 2051) 002mg /L 1 0 17% $ Atrazine (Fed# 2050) 003mg /L 1 0 17% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 17% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 17% $ - Chlordane (Fed# 2959) 002mg /L 1 0 17% $ Dalapon (Fed# 2031) 2mg /L 1 0 17% $ - Di(2- ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 17% $ - Di(2-ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 17% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 17% $ - _I Dinoseb (Fed# 2041) 007mg /L 1 0 17% $ - Diquat (Fed# 2032) 02mg /L 1 0 17% $ - Endothall (Fed# 2033) 1 mg /L 1 0 17% $ - Endrin (Fed# 2005) 002mg /L 1 0 17% $ - ,,,.. Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 17% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 17% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 17% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 17% $ - r i Hexachlorobenzene (Fed #2274) 001mg /L 1 0 17% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 17% $ - Lindane (Fed# 2010) 0002mg /L 1 0 17% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 17% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 17% $ - Pentachlorophenol (Fed# 2326) 001 mg /L 1 0 17% $ - Picloram (Fed# 2040) 5mg /L 1 0 17% $ - Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 17% $ - Simazine (Fed# 2037) 004mg /L 1 0 17% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 17% $ - Physical Characteristics /62- 550.517 1 0 17% $ 7 00 $ 0 01 'Turbidity 1 0 17% $ 7 00 $ 0 01 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 24 4 15% $ 25 00 $ 1 04 Fewer than 40 Total Coliform Bacteria samples 1 positive, 40 samples or more 5% positive 24 4 15% $ 25 00 $ 1 04 - Naturally occuring radionuclides /62- 550.500(3) & 550 519 1 0 17% $ 160 00 $ 0 28 Combined Radium -226 and radium -228 5pCi /L 1 0 17% $ 235 00 $ 0 41 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 17% $ 45 00 $ 0 08 Uranium 3Oug /L 1 0 17% $ 35 00 $ 0 06 Model Commodity Term Bid (06/01/05) 117 of 147 ITB 05 -DC -7583 MANUA I ORY t-OKM REGION 11I - MARION GI ri Page 3 of 4 Est. ENTER Limits Tests Per Weighted Bid Price Per Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Year Value Test Price Secondary contaminants /62 - 550.500(3) & 550.520 1 0 17% $ 145 00 $ 0 25 1 Alumium (Fed# 1002) 2mg /L 1 0 17% $ 12 00 $ 0 02 Chloride (Fed# 1017) 250mg /L 1 0 17% $ 13 00 $ 0 02 Copper (Fed# 1022) 1 mg /L 1 0 17% $ 12 00 $ 0 02 Fluoride (Fed# 1025) 2mg /L 1 0 17% $ 13 00 $ 0 02 .1 Iron (Fed# 1028) 3mg /L 1 0 17% $ 12 00 $ 0 02 Manganese (Fed# 1032) 05mg /L 1 0 17% $ 12 00 $ 0 02 Silver (Fed# 1050) 1 mg /L 1 0 17% $ 12 00 $ 0 02 Sulfate (Fed# 1055) 250mg /L 1 0 17% $ 13 00 $ 0 02 Zinc (Fed# 1095) 5mg /L 1 0 17% $ 12 00 $ 0 02 Color (Fed# 1905) 15 color units 1 0 17% $ 13 00 $ 0 02 3 (threshold odor Odor (Fed# 1920) number) 1 0 17% $ 15 00 $ 0 03 J pH (Fed #1925) 65 -85 1 017% $ 700 $ 001 500mg /L (may be greater if no other Total Dissolved Solids (TDS) (Fed# 1930) Maximum contaminant level is 1 exceeded 1 0 17% $ 10 00 $ 0 02 Foaming Agents (Fed# 2905) 5mg /L 1 0 17% $ 20 00 $ 0 03 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 17% $ 7 00 $ 0 01 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 17% $ 7 00 $ 0 01 WTP TOTALS 154 26.64% $ 7.84 Est. ENTER JPARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Per Weighted Bid Price Per Weighted Bid .(WWTP) • Year Value Test Price Raw Wastewater 1 Carbonaceous Biochemical Oxygen Demand (CBOD 52 9 00% $ 22 50 $ 2 02 Total Suspended Solids (TSS) 52 9 00% $ 12 50 $ 1 12 Treated Effluent Carbonaceous Biochemical Oxygen Demand (CBOD 52 9 00% $ 22 50 $ 2 02 Total Suspended Solids (TSS) 52 9 00% $ 12 50 $ 1 12 _I Fecal Coliform 52 9 00% $ 20 00 $ 1 80 Boron 1 0 17% $ 12 00 $ 0 02 Ammonia 1 0 17% $ 15 00 $ 0 03 Chloride 1 0 17% $ 13 00 $ 0 02 _I Sulfate 1 0 17% $ 13 00 $ 0 02 Turbidity 1 0 17% $ 7 00 $ 0 01 Nitrite & Nitrate 1 0 17% $ 10 00 $ 0 02 Specific Conductivity 1 0 17% $ 7 50 $ 0 01 Temperature (Price is $0 00) 1 0 17% $ $ - Dissolved Oxygen 1 0 17% $ 10 00 $ 0 02 Total Dissolved Solids 1 0 17% $ 10 00 $ 0 02 pH 1 017% $ 700 $ 001 Sodium 1 0 17% $ 12 00 $ 0 02 r-. F.1 r-+ r, Model Commodity Term Bid (06/01/05) 118 of 147 !TB 05 -DC -7583 MANDATORY FORM REGION III - MARION CI Page 4of4 Est ENTER JPARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Per Weighted Bid Price Per Weighted Bid (WWTP) Year Value Test Price Ground Water Monitoring Wells (3 Wells) Carbonaceous Biochemical Oxygen Demand P. (CBOD5) 1 0 17% $ 22 50 $ 0 04 Total Suspended Solids (TSS) 1 0 17% $ 12 50 $ 0 02 Arsenic 1 0 17% $ 12 00 $ 0 02 Fecal Coliform 12 2 08% $ 20 00 $ 0 42 Cadmium 1 0 17% $ 12 00 $ 0 02 Cromium 1 0 17% $ 12 00 $ 0 02 Lead 1 0 17% $ 12 00 $ 0 02 Boron 1 0 17% $ 12 00 $ 0 02 Ammonia 1 0 17% $ 15 00 $ 0 03 Chloride 12 2 08% $ 13 00 $ 0 27 Sulfate 1 0 17% $ 13 00 $ 0 02 Turbidity 12 2 08% $ 7 00 $ 0 15 Nitrite & Nitrate 12 2 08% $ 10 00 $ 0 21 Water Levels (Monitor Wells before purging) 12 2 08% $ 25 00 $ 0 52 Specific Conductivity 1 0 17% $ 7 50 $ 0 01 Temperature 1 0 17% $ 5 00 $ 0 01 Dissolved Oxygen 1 0 17% $ 10 00 $ 0 02 Total Dissolved Solids 12 2 08% $ 10 00 $ 0 21 pH 12 2 08% $ 7 00 $ 0 15 Sodium 1 0 17% $ 12 00 $ 0 02 " Sludge (Residuals) Arsenic (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Cadmium (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Chromium (Method SW 6010) 1 0 17% $ 12 00 $ 0 02 r Copper (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Lead (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Mercury (Method SW 6010) 4 0 69% $ 22 50 $ 0 16 Molybdenum (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Nickel (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Potassium (Method SW 6010) 1 0 17% $ 12 00 $ 0 02 Selenium (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Zinc (Method SW 6010) 4 0 69% $ 12 00 $ 0 08 Iron (Method SW 6010) 1 0 17% $ 12 00 $ 0 02 Sodium 1 0 17% $ 12 00 $ 0 02 Total Dissolved Solids 4 0 69% $ 10 00 $ 0 07 % Total Solids 1 0 17% $ 10 00 $ 0 02 Total Nitrogen 4 0 69% $ 45 00 $ 0 31 Total Phosphorus 4 0 69% $ 15 00 $ 0 10 pH 1 017% $ 700 $ 001 r—+ Fecal Coliform (Per EPA Rule 503) 1 0 17% $ 100 00 $ 0 17 WWTP TOTALS 424 73 36% $ 12 07 GRAND TOTALS 578 100.00% $ 19.91 Award will be based on the above amount NAME OF BIDDER SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE Model Commodity Term Bid (06/01/05) 119 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION HI - POLK CI Page 1 of 4 TABLE 1 - COST INFORMATION BID SHEET " NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value '■ill be based on one (1) test per year Est. ENTER Limits Tests Weighted Bid Price Weighted Bid JPARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Asbestos(Fed# 1094)/62 -550 511 7 MFL 1 0 20% $ 225 00 $ 0 46 Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 20% $ 20 00 $ 0 04 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 20% $ 10 00 $ 0 02 Nitite (Fed # 1041) 1mg /L (as N) 1 0 20% $ 10 00 $ 0 02 Total Nitrate and Nitrite 10mg /L (as N) 1 0 20% $ 10 00 $ 0 02 Inorganics /62- 550(3) & 550.513 1 0 20% $ 130 00 $ 0 27 Antimony Fed# 1074) 006mg /L 1 0 20% $ 12 00 $ 0 02 05mg /L ( 01 mg /L _I Arsenic (Fed# 1005) after 1/1/05) 1 0 20% $ 12 00 $ 0 02 Barium (Fed# 1010) 2mg /L 1 0 20% $ 12 00 $ 0 02 Beryllium (Fed# 1075) 004 mg /L 1 0 20% $ 12 00 $ 0 02 Cadmium (Fed# 1015) 005mg /L 1 0 20% $ 12 00 $ 0 02 _I Chromium (Fed# 1020) lmg /L 1 0 20% $ 12 00 $ 0 02 Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 20% $ 35 00 $ 0 07 I Fluoride (Fed # 1025) 4mg /L 1 0 20% $ 13 00 $ 0 03 Lead (Fed# 1030) 015mg /L 1 0 20% $ 12 00 $ 0 02 Mercury (Fed # 1035) 002mg /L 1 0 20% $ 22 50 $ 0 05 Nickel (Fed# 1036) lmg/L 1 0 20% $ 12 00 $ 0 02 Selenium(Fed# 1045) 05mg /L 1 0 20% $ 12 00 $ 0 02 Sodium (Fed# 1052) 160mg /L 1 0 20% $ 12 00 $ 0 02 Thallium (Fed# 1085) 002mg /L 1 0 20% $ 12 00 $ 0 02 Disinfection Byproducts /62- 550.514(2)(b) & 550.821 & 62- 550.500 Total Tnhalomethanes (TTHM) (Fed# 2950) 08mg /L 4 0 82% $ 45 00 $ 0 37 .- Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 4 0 82% $ 105 00 $ 0 86 Bromate (Fed# 1011) 01 mg /L 1 0 20% $ 125 00 $ 0 26 Chlorite (Fed# 1009) 1mg /L 1 0 20% $ 125 00 $ 0 26 Volatile Organics /62- 550.500(3) & 550.515 1 0 20% $ 75 00 $ 0 15 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 20% $ - 1,1,1- Trichloroethane (Fed# 2981) 2mg /L 1 0 20% $ - 1,1,2- Tnchloroethane (Fed# 2985) 005mg /L 1 0 20% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 20% $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 20% $ - 1,2,4- Tnchlorobenzene (Fed# 2378) 07mg /L 1 0 20% $ - Benzene (Fed# 2990) 001 mg /L 1 0 20% $ - R Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 20% $ - cis=1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 20% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 20% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 20% $ - Monochlorobenzene (Fed# 2989) 1mg /L 1 0 20% $ - o-Dichlorobenzene (Fed# 2968) 6mg /L 1 0 20% $ - para-Dichlorobenzene (Fed# 2969) 075mg /L 1 0 20% $ - R — Model Commodity Term Bid (06/01/05) 120 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - POLK UI P... Page2of4 Est. ENTER Limits Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Volatile Organics /62- 550.500(3) & 550.515 (continued) - - Styrene (Fed# 2996) 1 mg /L 1 0 20% $ Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 20% $ Toluene (Fed# 2991) 1 mg /L 1 0 20% $ - trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 20% $ - Trichloroethylene (Fed# 2984) 003mg /L 1 0 20% $ - Vinyl Chloride (Fed# 2976) 001 mg /L 1 0 20% $ Xylenes (total) (Fed# 2955) 10mg /L 1 0 20% $ - iSynthetic Organics /62- 550(3) & 550.516 1 0 20% $ 975 00 $ 1 99 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 -8 mg /L 1 0 20% $ 2,4 -D (Fed# 2105) 07mg /L 1 0 20% $ - 2,4,5 -TP (Silvex) (Fed# 2110) 05mg /L 1 0 20% $ - _I Alachlor (Fed# 2051) 002mg /L 1 0 20% $ Atrazine (Fed# 2050) 003mg /L 1 0 20% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 20% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 20% $ Chlordane (Fed# 2959) 002mg /L 1 0 20% $ - Dalapon (Fed# 2031) 2mg /L 1 0 20% $ - Di(2-ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 20% $ - Di(2-ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 20% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 20% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 20% $ - Diquat (Fed# 2032) 02mg /L 1 0 20% $ - Endothall (Fed# 2033) 1 mg /L 1 0 20% $ - Endrin (Fed# 2005) 002mg /L 1 0 20% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 20% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 20% $ - Heptachlor(Fed# 2065) 0004mg /L 1 0 20% $ - Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 20% $ - Hexachlorobenzene (Fed# 2274) 001mg /L 1 0 20% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 20% $ - Lindane (Fed# 2010) 0002mg /L 1 0 20% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 20% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 20% $ - Pentachlorophenol (Fed# 2326) 001mg /L 1 0 20% $ - Picloram (Fed# 2040) 5mg /L 1 0 20% $ - Polychlorinated byphenyl (PCB)(Fed# 2383) 0005mg /L 1 0 20% $ - Simazine (Fed# 2037) 004mg /L 1 0 20% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 20% $ - '." Physical Characteristics /62- 550.517 1 0 20% $ 7 00 $ 0 01 Turbidity 1 0 20% $ 7 00 $ 0 01 Microbiological contaminants /62- 550.518 & 62- 550.500(3) 1 0 20% $ 25 00 $ 0 05 Fewer than 40 Total Coliform Bacteria samples 1 positive, 40 samples or more •.., 5% positive 24 4 91% $ 25 00 $ 1 23 Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 20% $ 160 00 $ 0 33 Combined Radium -226 and radium -228 5pCi /L 1 0 20% $ 235 00 $ 0 48 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 20% $ 45 00 $ 0 09 Uranium 3Oug /L 1 0 20% $ 35 00 $ 0 07 ■• Model Commodity Term Bid (06/01/05) 121 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - POLK CI r� Page 3 of 4 _I Est. ENTER Limits Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Secondary contaminants /62- 550.500(3) & 550.520 1 0 20% $ 145 00 $ 0 30 Alumium (Fed# 1002) 2mg /L 1 0 20% $ 12 00 $ 0 02 Chloride (Fed# 1017) 250mg /L 1 0 20% $ 13 00 $ 0 03 Copper (Fed# 1022) 1mg /L 1 0 20% $ 12 00 $ 0 02 Fluoride (Fed# 1025) 2mg /L 1 0 20% $ 13 00 $ 0 03 Iron (Fed# 1028) 3mg /L 1 0 20% $ 12 00 $ 0 02 Manganese (Fed# 1032) 05mg /L 1 0 20% $ 12 00 $ 0 02 Silver (Fed# 1050) 1 mg /L 1 0 20% $ 12 00 $ 0 02 Sulfate (Fed# 1055) 250mg /L 1 0 20% $ 13 00 $ 0 03 Zinc (Fed# 1095) 5mg /L 1 0 20% $ 12 00 $ 0 02 Color (Fed# 1905) 15 color units 1 0 20% $ 13 00 $ 0 03 3 (threshold odor Odor (Fed# 1920) number) 1 0 20% $ 15 00 $ 0 03 pH (Fed #1925) 65 -85 1 020% $ 700 $ 001 ''.. 500mg /L (may be greater if no other Total Dissolved Solids (TDS) (Fed# 1930) Maximum contaminant level is ■ exceeded 1 0 20% $ 10 00 $ 0 02 Foaming Agents (Fed# 2905) 5mg /L 1 0 20% $ 20 00 $ 0 04 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 20% $ 7 00 $ 0 01 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 20% $ 7 00 $ 0 01 WTP TOTALS 131 26.79% $ 8.09 Est. ENTER ' PARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Raw Wastewater Carbonaceous Biochemical Oxygen Demand (CBOD 12 2 45% $ 22 50 $ 0 55 Total Suspended Solids (TSS) 12 2 45% $ 12 50 $ 0 31 Treated Effluent r-• Carbonaceous Biochemical Oxygen Demand (CBOD 26 5 32% $ 22 50 $ 1 20 Total Suspended Solids (TSS) 26 5 32% $ 12 50 $ 0 66 em Fecal Coliform 26 5 32% $ 20 00 $ 1 06 Boron 1 0 20% $ 12 00 $ 0 02 Ammonia 1 0 20% $ 15 00 $ 0 03 Chloride 1 0 20% $ 13 00 $ 0 03 Sulfate 1 0 20% $ 13 00 $ 0 03 Turbidity 1 0 20% $ 7 00 $ 0 01 Nitrite & Nitrate 26 5 32% $ 10 00 $ 0 53 Specific Conductivity 1 0 20% $ 7 50 $ 0 02 Temperature (Price is $0 00) 1 0 20% $ - $ - Dissolved Oxygen 1 0 20% $ 10 00 $ 0 02 Total Dissolved Solids 1 0 20% $ 10 00 $ 0 02 pH 1 020% $ 700 $ 001 Sodium 1 0 20% $ 12 00 $ 0 02 F..4 1 Model Commodity Tenn Bid (06/01/05) 122 of 147 1TB 05 -DC -7583 MANDATORY FORM REGION III - POLK CI Page 4 of 4 Est. ENTER J PARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Ground Water Monitoring Wells (4 Wells) _1 Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 20% $ 22 50 $ 0 05 Total Suspended Solids (TSS) 1 0 20% $ 12 50 $ 0 03 Arsenic 1 0 20% $ 12 00 $ 0 02 _I Fecal Coliform 16 3 27% $ 20 00 $ 0 65 Cadmium 0 20% $ 12 00 $ 0 02 Cromium 1 0 20% $ 12 00 $ 0 02 Lead 1 0 20% $ 12 00 $ 0 02 Boron 1 0 20% $ 12 00 $ 0 02 Ammonia 16 3 27% $ 15 00 $ 0 49 Chloride 16 3 27% $ 13 00 $ 0 43 Sulfate 16 3 27% $ 13 00 $ 0 43 Turbidity 16 3 27% $ 7 00 $ 0 23 '... Nitrite & Nitrate 1 0 20% $ 10 00 $ 0 02 Water Levels (Monitor Wells before purging) 16 3 27% $ 25 00 $ 0 82 Specific Conductivity 16 3 27% $ 7 50 $ 0 25 Temperature 16 3 27% $ 5 00 $ 0 16 Dissolved Oxygen 1 0 20% $ 10 00 $ 0 02 Total Dissolved Solids 16 3 27% $ 10 00 $ 0 33 pH 16 327% $ 700 $ 023 ^, Sodium 1 0 20% $ 12 00 $ 0 02 Sludge (Residuals) Arsenic (Method SW 6010) 4 0 82% $ 12 00 $ 0 10 Cadmium (Method SW 6010) 4 0 82% $ 12 00 $ 0 10 Chromium (Method SW 6010) 1 0 20% $ 12 00 $ 0 02 Copper (Method SW 6010) 4 0 82% $ 12 00 $ 0 10 Lead (Method SW 6010) 4 0 82% $ 12 00 $ 0 10 Mercury (Method SW 6010) 4 0 82% $ 22 50 $ 0 18 Molybdenum (Method SW 6010) 4 0 82% $ 12 00 $ 0 10 Nickel (Method SW 6010) 4 0 82% $ 12 00 $ 0 10 Potassium (Method SW 6010) 1 0 20% $ 12 00 $ 0 02 '— Selenium (Method SW 6010) 1 0 20% $ 12 00 $ 0 02 Zinc (Method SW 6010) 1 0 20% $ 12 00 $ 0 02 Iron (Method SW 6010) 1 0 20% $ 12 00 $ 0 02 r- Sodium 1 0 20% $ 12 00 $ 0 02 Total Dissolved Solids 4 0 82% $ 10 00 $ 0 08 % Total Solids 1 0 20% $ 10 00 $ 0 02 Total Nitrogen 4 0 82% $ 45 00 $ 0 37 Total Phosphorus 4 0 82% $ 15 00 $ 0 12 pH 1 020% $ 700 $ 001 Fecal Coliform (Per EPA Rule 503) 1 0 20% $ 100 00 $ 0 20 WWTP TOTALS 358 73 21% $ 10 53 '°' GRAND TOTALS 489 100.00% $ 18.62 Award will be based on the NAME OF BIDDER above amount SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE Model Commodity Term Bid (06/01/05) 123 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - SUMTER CI Page 1 of 4 TABLE 1 - COST INFORMATION BID SHEET BID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be based on one (1) test per year Est. ENTER Limits Tests Weighted Bid Price Weighted Bid JPARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Asbestos(Fed# 1094)/62- 550.511 7 MFL 1 0 09% $ 225 00 $ 0 19 Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 09% $ 20 00 $ 0 02 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 09% $ 10 00 $ 0 01 Nitite (Fed # 1041) 1mg /L (as N) 1 0 09% $ 10 00 $ 0 01 Total Nitrate and Nitrite 10mg /L (as N) 1 0 09% $ 10 00 $ 0 01 Inorganics /62- 550(3) & 550.513 1 0 09% $ 130 00 $ 0 11 Antimony Fed# 1074) 006mg /L 1 0 09% $ 12 00 $ 0 01 05mg /L ( 01 mg /L Arsenic (Fed# 1005) after 1/1/05) 1 0 09% $ 12 00 $ 0 01 r— Barium (Fed# 1010) 2mg /L 1 0 09% $ 12 00 $ 0 01 Beryllium (Fed# 1075) 004 mg /L 1 0 09% $ 12 00 $ 0 01 Cadmium (Fed# 1015) 005mg /L 1 0 09% $ 12 00 $ 0 01 Chromium (Fed# 1020) 1 mg /L 1 0 09% $ 12 00 $ 0 01 Cyanide, as free Cyanide (Fed# 1024) 2mg /L 1 0 09% $ 35 00 $ 0 03 Fluoride (Fed # 1025) 4mg /L 1 0 09% $ 13 00 $ 0 01 Lead (Fed# 1030) 015mg /L 1 0 09% $ 12 00 $ 0 01 Mercury (Fed # 1035) 002mg /L 1 0 09% $ 22 50 $ 0 02 ,- Nickel (Fed# 1036) 1mg /L 1 0 09% $ 12 00 $ 0 01 Selenium(Fed# 1045) 05mg /L 1 0 09% $ 12 00 $ 0 01 Sodium (Fed# 1052) 160mg /L 1 0 09% $ 12 00 $ 0 01 Thallium (Fed# 1085) 002mg /L 1 0 09% $ 12 00 $ 0 01 Disinfection Byproducts /62- 550.514(2) & 550.821& 62- 550.500(3) Total Trihalomethanes (TTHM) (Fed# 2950) 08mg /L 4 0 35% $ 45 00 $ 0 16 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 4 0 35% $ 105 00 $ 0 36 Bromate (Fed# 1011) 01 mg /L 1 0 09% $ 125 00 $ 0 11 Chlorite (Fed# 1009) 1mg /L 1 0 09% $ 125 00 $ 0 11 ^. Volatile Organics /62- 550.500(3) & 550.515 1 0 09% $ 75 00 $ 0 06 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 09% $ - 1,1,1- Trichloroethane (Fed# 2981) 2mg /L 1 0 09% $ - 1,1,2- Trichloroethane (Fed# 2985) 005mg /L 1 0 09% $ - 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 09% $ - 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 09% $ - 1,2,4- Trichlorobenzene (Fed# 2378) 07mg /L 1 0 09% $ - Benzene (Fed# 2990) 001mg /L 1 0 09% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 09% $ - cis- 1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 09% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 09% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 09% $ - Monochlorobenzene (Fed# 2989) 1 mg /L 1 0 09% $ - o- Dichlorobenzene (Fed# 2968) 6mg /L 1 0 09% $ - para-Dichlorobenzene (Fed# 2969) 075mg /L 1 0 09% $ - r-, Model Commodity Term Bid (06/01/05) 124 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - SUMTER CI Page 2 of 4 Est. ENTER Limits Tests Weighted Bid Price Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Per Test Price Volatile Organics /62- 550.500(3) & 550.515 (continued) - 1 Styrene (Fed# 2996) 1mg /L 1 0 09% $ Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 09% $ Toluene (Fed# 2991) 1mg /L 1 0 09% $ - trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 09% $ - Trichloroethylene (Fed# 2984) 003mg /L 1 0 09% $ - Vinyl Chloride (Fed# 2976) 001mg /L 1 0 09% $ Xylenes (total) (Fed# 2955) 10mg /L 1 0 09% $ - Synthetic Organics /62- 550(3)& 550.516 1 0 09% $ 975 00 $ 0 84 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 /L 1 0 09% $ - 2,4-D (Fed# 2105) 07mg /L 1 0 09% $ - 2,4,5 -TP (Silvex) (Fed# 2110) 05mg /L 1 0 09% $ - Alachlor (Fed# 2051) 002mg /L 1 0 09% $ - Atrazine (Fed# 2050) 003mg /L 1 0 09% $ - Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 09% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 09% $ - - ii Chlordane (Fed# 2959) 002mg /L 1 0 09% $ Dalapon (Fed# 2031) 2mg /L 1 0 09% $ - Di(2-ethylhexyl)adipate (Fed# 2035) 4mg /L 1 0 09% $ - - _I Di(2- ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 09% $ - Dibromochloropropane (DBCP)(Fed# 2931) 0002mg /L 1 0 09% $ Dinoseb (Fed# 2041) 007mg /L 1 0 09% $ - Diquat (Fed# 2032) 02mg /L 1 0 09% $ - ,-1 Endothall (Fed# 2033) 1 mg /L 1 0 09% $ - Endrin (Fed# 2005) 002mg /L 1 0 09% $ Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 09% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 09% $ - - i1 Heptachlor(Fed# 2065) 0004mg /L 1 0 09% $ Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 09% $ Hexachlorobenzene (Fed# 2274) 001 mg /L 1 0 09% $ - Hexachlorocyclopentadiene (Fed# 2042) 05mg /L 1 0 09% $ - - Lindane (Fed# 2010) 0002mg /L 1 0 09% $ Methoxychlor (Fed# 2015) 04mg /L 1 0 09% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 09% $ - Pentachlorophenol (Fed# 2326) 001mg /L 1 0 09% $ - Picloram (Fed# 2040) 5mg /L 1 0 09% $ - Polychlorinated byphenyl (PCB)(Fed #2383) 0005mg /L 1 0 09% $ - Simazine (Fed# 2037) 004mg /L 1 0 09% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 09% $ .—IPhysical Characteristics /62- 550.517 1 0 09% $ 7 00 $ 0 01 Turbidity 1 0 09% $ 7 00 $ 0 01 Microbiological contaminants /62- 550.518 & 62- 550.500 1 0 09% $ 25 00 $ 0 02 Fewer than 40 Total Coliform Bacteria samples 1 positive, 40 samples or more 5% positive 36 3 11% $ 25 00 $ 0 78 Naturally occuring radionuclides /62- 550.500(3) & 550.519 1 0 09% $ 160 00 $ 0 14 Combined Radium -226 and radium -228 5pCi /L 1 0 09% $ 235 00 $ 0 20 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi/L 1 0 09% $ 45 00 $ 0 04 ~ i Uranium 3Oug /L 1 0 09% $ 35 00 $ 0 03 P-, r—R Model Commodity Term Bid (06/01/05) 125 of 147 ITB 05 -DC -7583 MANUA I UIKY PUKM Kt(9IUN 111 - SUM I EK UI E Page 3 of 4 ARAMETERS FOR WATER TREATMENT PLANTS (WTP) Est. ENTER Limits Tests Weighted Bid Price Weighted Bid Per Year Value Per Test Price Secondary contaminants /62 - 550.500(3) & 550.520 1 0 09% $ 145 00 $ 0 13 Alumium (Fed# 1002) 2mg /L 1 0 09% $ 12 00 $ 0 01 Chloride (Fed# 1017) 250mg /L 1 0 09% $ 13 00 $ 0 01 7 Copper (Fed# 1022) 1mg /L 1 0 09% $ . 12 00 $ 0 01 I Fluoride (Fed# 1025) 2mg /L 1 0 09% $ 13 00 $ 0 01 Iron (Fed# 1028) 3mg /L 1 0 09% $ 12 00 $ 0 01 �r Manganese (Fed# 1032) 05mg /L 1 0 09% $ 12 00 $ 0 01 I Silver (Fed# 1050) 1 mg /L 1 0 09% $ 12 00 $ 0 01 _ I Sulfate (Fed# 1055) 250mg /L 1 0 09% $ 13 00 $ 0 01 Zinc (Fed# 1095) 5mg /L 1 0 09% $ 12 00 $ 0 01 r Color (Fed# 1905) 15 color units 1 0 09% $ 13 00 $ 0 01 3 (threshold odor — Odor (Fed# 1920) number) 1 0 09% $ 15 00 $ 0 01 pH(Fed #1925) 65 -85 1 009% $ 700 $ 001 500mg /L (may be Total Dissolved Solids (TDS) (Fed# 1930) greater if no other Maximum contaminant level is exceeded 1 0 09% $ 10 00 $ 0 01 " Foaming Agents (Fed# 2905) 5mg /L 1 0 09% $ 20 00 $ 0 02 _ Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 09% $ 7 00 $ 0 01 Lead /40 CFR 141, Subpart 1 005mg /L PQL 1 0 09% $ 7 00 $ 0 01 [4 WTP TOTALS 143 12.37% $ 3.68 1 Est. ENTER PARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Weighted Bid Price Weighted Bid E l (WWTP) Per Year Value Per Test Price Raw Wastewater _ _ _ Carbonaceous Biochemical Oxygen Demand "1 (CBOD 26 2 25% $ 22 50 $ 0 51 Total Suspended Solids (TSS) 26 2 25% $ 12 50 $ 0 28 Treated Effluent Carbonaceous Biochemical Oxygen Demand (CBOD 26 2 25% $ 22 50 $ 0 51 Total Suspended Solids (TSS) _ - 234 20 24% $ 12 50 $ 2 53 Fecal Coliform 208 17 99% $ 20 00 $ 3 60 7 Boron 1 0 09% $ 12 00 $ 0 01 Ammonia - 1 0 09% $ 15 00 $ 0 01 -- Chloride _ 1 0 09% $ 13 00 $ 0 01 Sulfate 1 0 09% $ 13 00 $ 0 01 '} Turbidity 1 0 09% $ 7 00 $ 0 01 I Nitrite & Nitrate 26 2 25% $ 10 00 $ 0 22 Primary Drinking Water Standards 1 0 09% $ 1,425 00 $ 1 23 Secondary Drinking Water Standards 1 0 09% $ 145 00 $ 0 13 Specific Conductivity 1 0 09% $ 7 50 $ 0 01 _I Temperature (Price is $0 00) 1 0 09% $ - $ - Dissolved Oxygen 1 0 09% $ 10 00 $ 0 01 Total Dissolved Solids 1 0 09% $ 10 00 $ 0 01 pH 1 0 09% $ 7 00 $ 0 01 Sodium 1 0 09% $ 12 00 $ 0 01 Chronic Toxicity 1 0 09% $ 500 00 $ 0 43 — Arsenic 32 2 77% $ 12 00 $ 0 33 I Cadmium 32 2 77% $ 12 00 $ 0 33 _I Chromium _ 32 2 77% $ 12 00 $ 0 33 Cryptosporidium _ 1 0 09% $ 375 00 $ 0 32 "1 Giardia _ 1 0 09% $ 375 00 $ 0 32 J Model Commodity Term Bid (06/01/05) 126 of 147 ITB 05 -DC -7583 MANDATORY FORM REGION III - SUMTER CI Page 4 of 4 Est. ENTER JPARAMETERS FOR WASTEWATER TREATMENT PLANTS Tests Weighted Bid Price Weighted Bid (WWTP) Per Year Value Per Test Price Ground Water Monitoring Wells (9 Wells) _I Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 09% $ 22 50 $ 0 02 Total Suspended Solids (TSS) 1 0 09% $ 12 50 $ 0 01 Arsenic 1 0 09% $ 12 00 $ 0 01 _I Fecal Coliform 32 2 77% $ 20 00 $ 0 55 Cadmium 1 0 09% $ 12 00 $ 0 01 Cromium 1 0 09% $ 12 00 $ 0 01 Lead 1 009% $ 1200 $ 001 Boron 1 0 09% $ 12 00 $ 0 01 Ammonia 1 0 09% $ 15 00 $ 0 01 Chloride 32 2 77% $ 13 00 $ 0 36 Sulfate 32 2 77% $ 13 00 $ 0 36 Turbidity 32 2 77% $ 7 00 $ 0 19 Nitrite & Nitrate 32 2 77% $ 10 00 $ 0 28 Water Levels (Monitor Wells before purging) 32 2 77% $ 25 00 $ 0 69 Specific Conductivity 32 2 77% $ 7 50 $ 0 21 Temperature 32 2 77% $ 5 00 $ 0 14 Dissolved Oxygen 1 0 09% $ 10 00 $ 0 01 Total Dissolved Solids 32 2 77% $ 10 00 $ 0 28 pH 1 009% $ 700 $ 001 Sodium 2 77% $ 12 00 $ 0 33 Sludge (Residuals) Arsenic (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 r— Cadmium (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Chromium (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Copper (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 J Lead (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Mercury (Method SW 6010) 1 0 09% $ 22 50 $ 0 02 I Molybdenum (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 J Nickel (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Potassium (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Selenium (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Zinc (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Iron (Method SW 6010) 1 0 09% $ 12 00 $ 0 01 Sodium 009% $ 1200 $ 001 Total Dissolved Solids 1 0 09% $ 10 00 $ 0 01 % Total Solids 1 0 09% $ 10 00 $ 0 01 Total Nitrogen 1 0 09% $ 45 00 $ 0 04 Total Phosphorus 1 0 09% $ 15 00 $ 0 01 pH 1 009% $ 700 $ 001 Fecal Coliform (Per EPA Rule 503) 7 0 61% $ 100 00 $ 0 61 JWWTP TOTALS 1013 87 63% $ 15 50 GRAND TOTALS 1156 100.00% $ 19.18 Award will be based on the °--4 above amount NAME OF BIDDER !SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE Model Commodity Term Bid (06/01/05) 127 of 147 ITB 05 -DC -7583 ,.,I1I1v'1I Vn I I vnin R IV - Vr1CCVnvoca VI rm Dage 1 of 4 TABLE 1 - COST INFORMATION SHEET BID SHEET 43ID NO: 05 -DC -7583 FLOWERS CERTIFIED LABORATORY SERVICES Note est tests /yr in BOLD are required tests and are subject to change If testing is equal to or less than one (1) per year, weighted value will be teased on one (1) test per year ENTER Limits Est. Tests Weighted Bid Price Per Weighted Bid 1 P 4 ARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price sbestos(Fed# 1094)/62 -550 511 7 MFL 1 0 22% $ 225 00 $ 0 50 i Nitrite & Nitrate /62- 550.500(3) & 550.512 1 0 22% $ 20 00 $ 0 04 1 Nitrate (Fed # 1040) 10mg /L (as N) 1 0 22% $ 10 00 $ 0 02 Nitrite (Fed # 1041) 1 mg /L (as N) 1 0 22% $ 10 00 $ 0 02 Total Nitrate and Nitrite 10mg /L (as N) 1 0 22% $ 10 00 $ 0 02 Inorganics /62- 550(3) & 550.513 1 0 22% $ 130 00 $ 0 29 Antimony Fed# 1074) 006mg /L 1 0 22% $ 12 00 $ 0 03 05mg /L (01 mg /L Arsenic (Fed# 1005) after 1/1/05) 1 0 22% $ 12 00 $ 0 03 Barium (Fed# 1010) 2mg /L 1 0 22% $ 12 00 $ 0 03 i Beryllium (Fed# 1075) 004 mg /L 1 0 22% $ 12 00 $ 0 03 Cadmium (Fed# 1015) 005mg /L 1 0 22% $ 12 00 $ 0 03 Chromium (Fed# 1020) 1 mg /L 1 0 22% $ 12 00 $ 0 03 Cyanide, as free Cyanide (Fed# 1024) 2mq /L 1 0 22% $ 35 00 $ 0 08 Fluoride (Fed # 1025) 4mg /L 1 0 22% $ 13 00 $ 0 03 _1 Lead (Fed# 1030) 015mg /L 1 0 22% $ 12 00 $ 0 03 Mercury (Fed # 1035) 002mg /L 1 0 22% $ 22 50 $ 0 05 Nickel (Fed# 1036) 1 mg /L 1 0 22% $ 12 00 $ 0 03 Selenium(Fed# 1045) 05mg /L 1 0 22% $ 12 00 $ 0 03 J Sodium (Fed# 1052) 160mg /L 1 0 22% $ 12 00 $ 0 03 Thallium (Fed# 1085) 002mg /L 1 0 22% $ 12 00 $ 0 03 Disinfection Byproducts /62 -550 514(2)(b) & 550.821 Total Trihalomethanes (TTHM) (Fed# 2950) 08mg /L 1 0 22% $ 45 00 $ 0 10 Haloacetic Acids (Five) (HAAS) (Fed# 2456) 06mg /L 1 0 22% $ 105 00 $ 0 24 Bromate (Fed# 1011) 01 mg /L 1 0 22% $ 125 00 $ 0 28 Chlorite (Fed# 1009) 1 mg /L 1 0 22% $ 125 00 $ 0 28 Volatile Organics /62- 550.500(3) & 550 515 1 0 22% $ 75 00 $ 0 17 1,1- Dichloroethylene (Fed# 2977) 007mg /L 1 0 22% $ 1,1,1- Trcchloroethane (Fed# 2981) 2mg /L 1 0 22% $ - 1,1,2 - Tnchloroethane (Fed# 2985) 005mg /L 1 0 22% $ - J 1,2- Dichloroethane (Fed# 2980) 003mg /L 1 0 22% $ 1,2- Dichloropropane (Fed# 2983) 005mg /L 1 0 22% $ - - 1,2,4- Trcchlorobenzene (Fed# 2378) 07mg /L 1 0 22% $ - Benzene (Fed# 2990) 001 mg /L 1 0 22% $ - Carbon tetrachloride (Fed# 2982) 003mg /L 1 0 22% $ _ _1 cis -1,2- Dichloroethylene (Fed# 2380) 07mg /L 1 0 22% $ - Dichloromethane (Fed# 2964) 005mg /L 1 0 22% $ - Ethylbenzene (Fed# 2992) 7mg /L 1 0 22% $ - Monochlorobenzene (Fed# 2989) Imp /L 1 0 22% $ _ P- o- Dichlorobenzene (Fed# 2968) 6mg /L 1 0 22% $ 1 para- Dichlorobenzene (Fed# 2969) 075mg /L 1 0 22% $ S - tyrene (Fed# 2996) 1 mg /L 1 0 22% $ - Tetrachloroethylene (Fed# 2987) 003mg /L 1 0 22% $ - Toluene (Fed# 2991) 1mq /L 1 0 22% $ trans -1,2- Dichloroethylene (Fed# 2979) 1mg /L 1 0 22% $ - - Trichloroethylene (Fed# 2984) 003mg /L 1 0 22% $ - Vinyl Chloride (Fed# 2976) 001mg /L 1 0 22% $ - 1 Xylenes (total) (Fed# 2955) 10mq /L 1 0 22% $ - P, PR Model Commodity Term Bid (06/01/05) 144 of 147 ITB 05 -DC -7583 IviMrvu/1 I UR I r ur ivi KtlalUN IV - UKttl.11U1itt !.I r• Page 2 of 4 I ENTER , J Limits Est. Tests Weighted Bid Price Per Weighted Bid PARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price Synthetic Organics /62- 550(3) & 550 516 1 0 22% $ 975 00 $ 2 19 ri 2,3,7,8 -TCDD (Dioxin) (Fed# 2063) 3x10 8 mg /L 1 0 22% $ 2,4 -D (Fed# 2105) 07mg /L 1 0 22% $ - 2,4,5 -TP (Silvex) (Fed# 2110) 05mg /L 1 0 22% $ - Alachlor (Fed# 2051) 002mg /L 1 0 22% $ J Atrazine (Fed# 2050) 003mg /L 1 0 22% $ Benzo(a)pyrene (Fed# 2306) 0002mg /L 1 0 22% $ - Carbofuran (Fed# 2046) 04mg /L 1 0 22% $ - Chlordane (Fed# 2959) 002mg /L 1 0 22% $ - r-1 Dalapon (Fed# 2031) 2mg /L 1 0 22% $ Dl(2- ethylhexyl)adlpate (Fed# 2035) 4mg /L 1 0 22% $ - Di(2- ethylhexyl)phthalate (Fed# 2039) 006mg /L 1 0 22% $ - Dibromochloropropane (DBCP) (Fed# 2931) 0002mg /L 1 0 22% $ - Dinoseb (Fed# 2041) 007mg /L 1 0 22% $ - Diquat (Fed# 2032) 02mg /L 1 0 22% $ Endothall (Fed# 2033) 1 mg /L 1 0 22% $ - Endrin (Fed# 2005) 002mg /L 1 0 22% $ - Ethylene dibromide (EDB) (Fed# 2946) 00002mg /L 1 0 22% $ - Glyphosate (Fed# 2034) 7mg /L 1 0 22% $ _1 Heptachlor(Fed# 2065) 0004mg /L 1 0 22% $ Heptachlor epoxide (Fed# 2067) 0002mg /L 1 0 22% $ - Hexachlorobenzene (Fed# 2274) 001 mg /L 1 0 22% $ _ J Hexachlorocyclopentadiene (Fed# 2042) O5mg /L 1 0 22% $ Lindane (Fed# 2010) 0002mg /L 1 0 22% $ - Methoxychlor (Fed# 2015) 04mg /L 1 0 22% $ - Oxamyl (vydate) (Fed# 2036) 2mg /L 1 0 22% $ - Pentachlorophenol (Fed# 2326) 001 mg /L 1 0 22% $ - Picloram (Fed# 2040) 5mg /L 1 0 22% $ r-1— Polychlorinated byphenyl (PCB) (Fed# 2383) 0005mg /L 1 0 22% $ - Simazlne (Fed# 2037) 004mg /L 1 0 22% $ - Toxaphene (Fed# 2020) 003mg /L 1 0 22% $ -J Physical Characteristics /62 - 550 517 1 0 22% $ 7 00 $ 0 02 'Turbidity 1 0 22% $ 7 00 $ 0 02 Microbiological contaminants /62 550.518 & 62 550.500(3) 48 10 76% $ 25 00 $ 2 69 Fewer than 40 Total Coliform Bacteria samples 1 positive, 40 samples or more 5% positive 1 0 22% $ 25 00 $ 0 06 1 - 1 N aturally occuring radionuclides /62 - 550 500(3) & 550.519 1 0 22% $ 160 00 $ 0 36 Combined Radium -226 and radium -228 5pCi /L 1 0 22% $ 235 00 $ 0 53 1 Gross alpha particle activity including radium -226 but excluding radon and uranium 15pCi /L 1 0 22% $ 45 00 $ 0 10 Uranium 3Oug/L 1 0 22% $ 35 00 $ 0 08 Secondary contaminants /62 550.500(3) & 550.520 1 0 22% $ 145 00 $ 0 33 1 Alumium (Fed# 1002) 2mg /L 1 0 22% $ 12 00 $ 0 03 Chloride (Fed# 1017) 250mg /L 1 0 22% $ 13 00 $ 0 03 Copper (Fed# 1022) 1 mg /L 1 0 22% $ 12 00 $ 0 03 Fluoride (Fed# 1025) 2mg /L 1 0 22% $ 13 00 $ 0 03 J Iron (Fed# 1028) 3mg /L 1 0 22% $ 12 00 $ 0 03 Manganese (Fed# 1032) 05mg /L 1 0 22% $ 12 00 $ 0 03 Silver (Fed# 1050) 1 mg /L 1 0 22% $ 12 00 $ 0 03 Sulfate (Fed# 1055) 250mq /L 1 0 22% $ 13 00 $ 0 03 Zinc (Fed# 1095) 5mg /L 1 0 22% $ 12.00 $ 0 03 Color (Fed# 1905) 15 color units 1 0 22% $ 13 00 $ 0 03 3 (threshold odor Odor (Fed# 1920) number) 1 0 22% $ 15 00 $ 0 03 r, r-, r, Model Commodoy Term Brd (06/01/05) 145 of 147 ITB 05 -DC -7583 I•IP1r•✓f\ 1 VI ♦I 1 VI \I•1 V.-VIVI. 1• - ,./I\LLVr IVIJLL VI r� Page 3 of 4 ENTER Limits Est. Tests Weighted Bid Price Per Weighted Bid ARAMETERS FOR WATER TREATMENT PLANTS (WTP) Per Year Value Test Price Secondary Contaminants /62- 550.500(3) & 550.520 (continued) pH (Fed# 1925) 65 - 85 1 0 22% $ 700 $ 002 � 500mg /L (may be Total Dissolved Solids (TDS) (Fed# 1930) greater if no other Maximum contaminant 1 level is exceeded 1 0 22% $ 10 00 $ 0 02 Foaming Agents (Fed# 2905) 5mg /L 1 0 22% $ 20 00 $ 0 04 Copper /40 CFR 141, Subpart 1 050mg /L PQL 1 0 22% $ 7 00 $ 0 02 ILead/40 CFR 141, Subpart 1 005mg /L PQL 1 0 22% $ 7 00 $ 0 02 WTP TOTALS 149 33 41% $ 9 19 ENTER J PARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Per Weighted Bid (WWTP) Per Year Value Test Price Raw Wastewater Carbonaceous Biochemical Oxygen Demand i (CBOD 26 5 83% $ 22 50 $ 1 31 Total Suspended Solids (TSS) 26 5 83% $ 12 50 $ 0 73 Treated Effluent 1 Carbonaceous Biochemical Oxygen Demand (CBOD 26 5 83% $ 22 50 $ 1 31 Total Suspended Solids (TSS) 26 5 83% $ 12 50 $ 0 73 Fecal Coliform 26 5 83% $ 20 00 $ 1 17 „I Total Phosphorus 26 5 83% $ 15 00 $ 0 87 Boron 1 0 22% $ 12 00 $ 0 03 Ammonia 1 0 22% $ 15 00 $ 0 03 Chloride 1 0 22% $ 13 00 $ 0 03 Sulfate 1 0 22% $ 13 00 $ 0 03 ,..1 Turbidity 1 0 22% $ 7 00 $ 0 02 Nitrite & Nitrate 1 0 22% $ 10 00 $ 0 02 Specific Conductivity 1 0 22% $ 7 50 $ 0 02 Temperature (Price is $0 00) 1 0 22% $ - $ _ _1 Dissolved Oxygen 1 0 22% $ 10 00 $ 0 02 Total Dissolved Solids 1 0 22% $ 10 00 $ 0 02 pH 1 022% $ 700 $ 002 Sodium 1 0 22% $ 12 00 $ 0 03 Ground Water Monitoring Wells (3 Wells) Carbonaceous Biochemical Oxygen Demand (CBOD 1 0 22% $ 22 50 $ 0 05 Total Suspended Solids (TSS) 1 0 22% $ 12 50 $ 0 03 Fecal Coliform 1 0 22% $ 20 00 $ 0 04 Boron 1 0 22% $ 12 00 $ 0 03 Ammonia 1 0 22% $ 15 00 $ 0 03 Chloride 12 2 69% $ 13 00 $ 0 35 Sulfate 1 0 22% $ 13 00 $ 0 03 A Turbidity 1 0 22% $ 7 00 $ 0 02 Nitrite & Nitrate 12 2 69% $ 10 00 $ 0 27 Water Levels (Monitor Wells before purging) 12 2 69% $ 25 00 $ 0 67 1 Specific Conductivity 12 2 69% $ 7 50 $ 0 20 r---1 ra, Pi Model Commodoy Term &d (06/01/05) 146 of 147 rrB 05 -DC -7583 Page 4 of 4 ENTER JPARAMETERS FOR WASTEWATER TREATMENT PLANTS Est. Tests Weighted Bid Price Per Weighted Bid (yWyTP) Per Year Value Test Price Ground Water Monitoring Wells (continued) pi Temperature 1 0 22% $ 5 00 $ 0 01 Dissolved Oxygen 1 0 22% $ 10 00 $ 0 02 Total Dissolved Solids 12 2 69% $ 10 00 $ 0 27 pH 12 269% $ 700 $ 019 Sodium 1 0 22% $ 12 00 $ 0 03 Arsenic 1 0 22% $ 12 00 $ 0 03 Cadmium 1 0 22% $ 12 00 $ 0 03 Chromium 1 0 22% $ 12 00 $ 0 03 Lead 1 0 22% $ 12 00 $ 0 03 Total Nitrogen 12 2 69% $ 45 00 $ 1 21 Total Phosphorus 12 2 69% $ 15 00 $ 0 40 Sludge (Residuals) ( Arsenic (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 ' -I t Cadmium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Chromium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Copper (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Lead (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Mercury (Method SW 6010) 1 0 22% $ 22 50 $ 0 05 Molybdenum (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Nickel (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Potassium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 „I Selenium (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Zinc (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Iron (Method SW 6010) 1 0 22% $ 12 00 $ 0 03 Sodium 1 0 22% $ 12 00 $ 0 03 _1 Total Solids 1 0 22% $ 10 00 $ 0 02 Total Solids 1 0 22% $ 10 00 $ 0 02 Total Nitrogen 1 0 22% $ 45 00 $ 0 10 Total Phosphorus 1 0 22% $ 15 00 $ 0 03 pH 1 022% $ 700 $ 002 Fecal Coliform (Per EPA Rule 503) 1 0 22% $ 100 00 $ 0 22 ' — 'WWTP TOTALS 297 66 59% $ 11 14 GRAND TOTALS 446 100.00% $ 20.33 Award will be based on the above r+ amount NAME OF BIDDER SIGNATURE OF AUTHORIZED REPRESENTATIVE FEID # DATE Model Commodity Term Bid (06/01/05) 147 of 147 ITB 05 -DC -7583