Loading...
2016-19 J r AGREEMENT FOR LABORATORY SERVICES /� THIS AGREEMENT, made and entered into this day of f 1�� -' 2016, A D , by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and SOUTHERN ANALYTICAL LABORATORIES, INC 110 Bayview Blvd , Oldsmar, FL 34677 (hereinafter referred to as "CONTRACTOR") WHEREAS, CONTRACTOR in response to a public bid prepared and issued by the City of Oldsmar pursuant to Bid No B15-06 submitted a response to provide laboratory services for water testing, WHEREAS, based on CONTRACTOR's response, City of Oldsmar awarded a contract and entered into an agreement with CONTRACTOR dated October 20, 2015, WHEREAS, CITY desires to utilize the City of Oldsmar contract with CONTRACTOR and to enter into this Agreement 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 the City of Oldsmar Contract dated October 20, 2015 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 City of Oldsmar Bid No B15-06 and contract dated October 20, 2015, 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 shall remain in effect until October 19, 2017, unless terminated or renewed as provided for herein 1 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 IV—COMMENCEMENT AND COMPLETION OF WORK 1 The CONTRACTOR shall commence work within 10 calendar days after receipt of a purchase order or notice to proceed, and the CONTRACTOR will complete the same as set forth in the purchase order or notice to proceed 2 The CONTRACTOR shall prosecute the work with faithfulness and diligence ARTICLE V—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 dunng 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 VI—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 location is mutually agreed upon Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof 2 ARTICLE VII—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 anse 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, including but not limited to attorney's fees, ansing 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, " 3 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 VIII -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 Southern Analytical Laboratories, Inc 110 Bayview Blvd Oldsmar, FL 34677 CITY City of Clermont Attn Darren Gray, City Manager 685 W Montrose Street Clermont, FL 34711 ARTICLE IX—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 trial or on any appeal, in addition to all other sums provided by law 4 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 wntmg 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 pnor 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 arising 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 Public Records Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law 5 (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authonzed by law (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY ARTICLE X - 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 City of Oldsmar Bid No B15-06 and the agreement of October 20, 2015 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this g day of y10.1c 12016 City of `c:rmont "or Aoi New .0- Gail L Ash, Mayor Attest • Tracy Ackroyd,Howe, City Clerk ft 6 Southern Analytical Laboratones, Inc By (vk e ri---;;ec-Lotakk- Pnnted Name and Title st Corporate Secretary L, 61c 1- 10Lv-1 ,��S (Name Pnnted or Typed) 7 EXHIBIT A CITY OF OLDSMAR, FLORIDA Contract B15-06: Laboratory Services THIS AGREEMENT, entered Into this_20th aay of October , 2015, by and between the CITY OF OLDSMAR, whose mailing aadress is 100 State Street West, Oldsmar, Fiends 34577-3555, hereinafter called the CITY, and of Southern Attaivtical Laly at,Rdes. pe„c , whose mailing address is 110 Bavview Boulevard, Oldsmar, Florida 34677,hereinafter carted the CONTRACTOR WITNESSETH: That the CITY and CONTRACTOR, in consideration of the mutual covenants hereinafter set form,do mutually agree as follows ARTICLE I-WORK The CITY'S Contract Documents for this project inciude the Contract, General Specifications, Technical Specifications, Betz Proposal with required attachments (as accepted),Certificate of Leaoibty insurance,Notice eif Awerca,Notice to Proceed,Invitation to Bid, and the instructions to Feeders, including all modifications and addenda thereof incorporated In the documents oefore their execution. in strict accoraance with these Contract dor r,ments, the CONTRACTOR agrees to furnish all labor, superintendence, metei►als,facilities, utilities, and equipment to perform all work necessary for or incidental to and tr.,perform all other nbligatrane unposed by this Contract for the Project generally descnbed as follows 815-05 Laboratory Servicee ARTICLE II-CONTRACT TIME CONTRACTOR nereby agrees to commence work under a contract on a date to be specified in the"Notice to Proceed"and snail continue in full force and effect for a period of Iwo (2) years unless otherwrbe terminated sooner In accordance with the provisions contained within. Thereafter, the contract may at the City's option, be renewed up to a maximum of three(3)succe;srve one-yesr periods under the sante terms and conditions as the original two-year contract ARTICLE Ill-CONTRACT PRICE The CONTRACTOR snail receive and accept compensatlen for performance of the work in accordance with the price(s) stipulated in the Bid Proposal (as accepted) and as identified in the Notice of Award, the Total Sum of $91.228.00 in numbers and_Melee( One Thousand Two Hundred Twenty Eight Dollars and A0r100 in agoras ARTICLE IV-CONTRACT PAYMENT The CITY will make payment to the CONTRACTOR in eocordsrce with the Contract Documents,Gerarai and Tec'riicai Specifications, and Bid Fropo al(as accepted) III-2 ARTICLE V-CONTRACT ASSIGNMENT The CONTRACTOR Span not pledge or ass gn any monies doe herein under and shall not sublet,aell,transfee assign,or otherwise arsraosc of the Contractor any portion thereof or his right,title,or interest there'n,without prior written ocnsent of the CITY ARTICLE VI-INDEMNIFICATION The CONTRACTOR shall for TEN DOLLARS`3if]00)ano other corzsioeratian,receipt of which is hereby acknowledged, limen nify and save harmtesu the City for an amount totaling the aerates coetrrsc: price herein and ah its employees, frory all liability suits or actions at lav of equity or any hod .whatsoever ar'sing out of, connected with or caused by any operation or matter related to the Contract including,among other things,defense costs,attorney's fees,fees incidental to defense,Ion or damage suffered by the CITY as a result of claims,demands,coats of judgments, injury to property and injury to and death of any persons, including employees of the CONTRACTOR or any Subccritrector, and shah, if required by the CITY, produce evidence of eetttemeni of any such suit or action before final payment shehi be rn dcR b; the CITY The provisions at this indemnificat;on agreement shall lnc1ude all accidents, injuries, aria claims made due to any omission or negligence of the CONTRA[TOR or any Suocontraotor,its rfficer s,agents,or employees The CONTRACTOR, shall at trier own cost and expense, defend any such claim, action or proceeding,groundless or not,winch may be commenced against tie CITY by reason thereof or in connection therewith,and the CONTRACTOR snail pay any and ail juagment which may be recovered in any such action, claim, proceeding or suit,and defray any and all expense including coat and attorney's tees, which may be incurred In or by reason of such action, claim, proceeding, or suits Trio CONTRACTOR shall provide the CITY a Certificate of insurance naming the CITY as add~tianal insered, notwithstanding the indemnification agreement herein ARTICLE VII-ATTORNEY FEES in the event that there is any litigation for enforcement or interpretation of the Agreement, or performance hereunder, the prevailing party shall recover all costs and reasonable attorney fees both at trial and appellate level ARTICLE VIII-GENERAL WARRANTIES The CONTRACTOR represents to the CITY that R The CONTRACTOR is solvent financially and is experienced in and is competent to perform the worts, S The CONTRACTOR ie familiar with ail Federal, State, Municipal, or other regulatory iRws, ordinances, and/or regulations, which, in any manner whatsoever, may affect the work to be prmea, T The CONTRACTOR has examined carefully the Contract Documents, has examinee carefully the site upon which the work in to be performed, and has 111-3 become familiar, by me own investigation, wen the venous conditions which may affect the perfcrrnance of the worn,and U The CONTRAC fOR w'ti ineert in any $aaa«nnf act under this Contract the raceme-me/Its ccnc inert tr, the;Article The te'm"CONTRACTOR",as used in suer: clauses and any Suocont,act shall mean the Subcontrac or Alt Subcontractors shat) be preduded from making any pass-through claim, against the CITY Contractor snail aeferia and °eel with all claims by itr subcontractor?, and snail inci:'de this clause, or woos to its effect, in the Contractor's Contract with its Subcontractor ARTICLE IX-MISCELLANEOUS A. The terms use° in this Agreement wh ch art defined in the Instruction to Bidders shall have meanings ,ndicaten in the complete Contract Document to include the General and Tech„ical Specifications El Ths CITY and tale CONTRACTOR each binds himself, his partners, successors, assigns, and legal rrarosentet'ves to the other party hereto in respect to all covenants,agreements,and obligations contained in the Contract Documents C CONTRACTOR and CITY hereby stipulate to legal venue in Pinellas County, Floncia, in the event of any dispute or rescl.ction nereln and further agree that the prevailing party in any libgation shell recover the costs and reasonable attorney's fess through the appeal process. No disputes shall be subject to arbitration, except with the mutual agreement of the parties herein D The law governing this contract shall be that of the State of Florida ARTICLE X-CONTRACT DOCUMENTS The City's Contract Document for this project consorts of the following A Contract B General Specifi cations C Technical Specifications D Bid Proposal—as accepted a Public Enkrty Crimes Statement b Non Collusion Affidavit of Prime Bicker c. Listing of Clients d Statement of B'dders Qualifications a Certification of Non-Segregated Fac lit,es f Modifications/Addencurn to Bid Proposal E Certificate of Liaolt,ty Insurance F Notice of Award G Notice to Proceed H Change Onsors--as approved I Invitation to Bid .1 Instruction to Bidders III-4 IN WITNESS WHEREOF,the Parties hereto have executed Two(2) onginala of this Agreement tis day and year yrs•above wrihen .. ATTEST. FOR THE OF OLDSIII>AR?FLORIDA � 1� 1 r Bre _.0. nsdtt BS ',C 1'r j r .y,,t,--r" Ann c Nuyon,MMC P Doug Bevis, �yor � r zCr y Clerk / d..",...;,,.:: .. (CORPORATE SEAL) g�rr� . :„ Bruce T Haddock City Manager APPROVE l_. , FORM/By 1 .ir� . . -- omas 3 y k,B G S t. FOR THE CONT TOR; By .k.-4..............—.J Imo,?er'°:r" ,!'.gin Francis i Daniels, PrasLdant --. I Witness to to Cont, SAL IU-5 SOUTHERN ANALYTICAL LABORATORIES, INC. 6_1�t. Si.-.4%,:^',^ 14,2,:`5 Pe Cal:,m r i~o 516-4., Centtnuelion s'P'a Form The folla►riri s statements,Stipki,a11o7•s.ana ext.r_a►nor;are made below in relation to the t-id t r oratorll reportF w t.rrprO .t� rJ::ii+o n a t,,n f lli o. tJrn-?rt?ttnd time for con.inuo'1c r�'0inr analyses a'd V4ithit,a rr r e(1)wok)h.turn around tirt c fu, all wine' 'araly5e5 a~' reatered in the 'red tip ie.cinc atl.ns i th,SF eciric-i Mono C ''of`Y talrC roc/nC aft ,4-via* S.earta•itl or hOlrt]c•) ST:rvi s 11ot=r de, dl e t:the need Ic proviik Lr,-ir'terruplcd:4a'E'se•\ice tc Cap cusi.rriert,w N t n;,'t 51 dr.y n`rgticy sen.,c s!)es, root toe ro.ttir1P'cc .iria"ty r ,ilre SAL nab consistentl/deer,:va,taihle to aaatsi Q'tArlilr: :r,19 1,i hour perrds :i;r;gel :let and fur L pr:.c al sarrioli% ::4r purposes cf LaI i'Thorl 1`J3i=.bri ''es„tnii-ig ser,rxe. die i :a tlr►s t}`s*routine unit r i iC,ic, r,zniday se- c- b are 2 0 times the CUii1ti.craft! c', and P'pti.ilt:r1 Irlrn-irct.n r of Izss man three(31 ,:pys s 2 0 times tf'e rauur'e unit orl.� ',la expedited st„rvi:e.cn rq.iS dliil no,rnre'takr n:`Jlt'1cut prior approval from Oldsmar staff PIC'-up sc,vicc rs not u►int']I avat'3tile on:N Cie c 5 or r�'cooncod holiday,. Spacial n itcon1'.,tarlc3 car be.a.-co,1~p ad!.1e'rf SAL does not rot.t,ricty pro>,idc.OA'Rpt-t4 wait 31a-reard ana'yt cal retorts OA reports will be p;.,vided 'ler'this t,irl alt rt,c dittona charg=e as requested the crane.t si 4pc:d silt forth in tr crc4 requt r,t does not reef ire a'1, .uuitty Asc_rrance Project Plans for sampling or ,trE.rrxel arise to develop a OAP in response to changes or aldition to sc-ipe. Sat.wi'l propose prir,.es for Ira anticip.iad Iii i .etnent in the 1:ropr'ratr'n of the OAPP along w.th p'ice proposals for n,ly Fampli tg an./or testing as may be rea,i,red SAL stip tlli;tes that tier prires off-red in+he bio rre for express is by the Cay of Olosmar Due to likel,r o iferenccc in scope SAS does not',t,:ree to mane the prices unite'r aelty available to other giver me't agencies departments or nunicrpal'bez extepl 3S spe if ca ty agreed with 12,e tilO.viQ�:•I cntsly SAL sur`rritu this otter en an all or-none oasis ano rashes not to be considered for a partial award In Genera!Spe.trticeti ns Item 6, Attila LAt accepts full responsibility for.2•-rrZ:s and/or omit sions on its own part SAt.cant,rt accept financial respilnsrbrirty nor wra:I'e financial recourse for errcra andi'or orni s;otir,5 solely or the part of the City SAL will a<teno Inoe;nnrh;,at,o,i to the ;.'ri,r or Oius,rar as specified•n this contract indernniR,catrcn Clause except in cases deemed to be due to the sole le3ligencc of ths City or Os enuptoyeea Francis I D:3nre Pr?&r.ent Scp1en ne' 14 2015 CITY OF OLDSMAR, FLORIDA Notice to Proceed B15-06: Laboratory Services THIS NOTICE TO PROCEED WITH WORK UNDER THE ABOVE IDENTIFIED CONTRACT IS HEREBY ISSUED TO: CONTRACTOR CONTRACTOR'S ADDRESS YOU ARE HEREBY NOTIFIED to proceed with the work specified in the above referenced Contract in accordance with the Terms and Conditions of the Contract Documents. Contract Start Date Contract Completion Date' Contract Period 2 years Purchase Order No Prior to occupying the site and commencing work, the Contract Documents require that you deliver to the CITY OF OLDSMAR, Certificates of Insurance as identified in the General Specifications and any Licenses required by the State of Florida, Pinellas County or a local Municipality The City's designated Authorized Representative for this contract is* Lisa R Rhea. P E. Director of Public Works Before the commencement of any work at the project site, please provide for or meet the following additional requirements. DATED day of .2015 FOR PROJECT OWNER/CITY ACKNOWLEDGMENT OF ACCEPTANCE OF THE CITY OF OLDSMAR,FLORIDA NOTICE TO PROCEED 100 STATE STREET WEST FOR THE CONTRACTOR OLDSMAR,FLORIDA 34677-3655 SIGNATURE SIGNATURE: NAME NAME TITLE TITLE DATE III-7 SECTION IV - TECHNICAL SPECIFICATIONS Each Bidder is responsible to review and understand the contents of the Construction Permits prior to completing the Bid Submittal iv-i CITY OF OLDSMAR, FLORIDA Technical Specifications B15-06: Laboratory Services SECTION 01010 - SUMMARY OF WORK 1. General Information: The City of Oldsmar is requesting a quotation from National Environmental Laboratory Accreditation Program (NELAP) Certified Laboratories approved by the Florida Department of Health (FDOH) Environmental Laboratory Services Program to furnish all necessary labor, supplies, equipment, matenals and incidental items to satisfactorily perform the laboratory services and sampling procedures detailed in Section II Bid Proposal and Section IV SECTION 01025 MEASUREMENT AND PAYMENT. The successful bidder shall be responsible for performing all the tasks specified, at the required frequency, to the standards established in the technical specifications and those regulations established by applicable Federal, State and Local regulatory agencies 2. Period of Contract: The contract shall be for a two (2) year period and may be extended for three (3) additional one (1) year periods upon the same terms and conditions Written notice of the intention to renew shall be given to the Contractor by the City of Oldsmar within a sixty (60) day penod prior to the expiration date The renewal or extension shall become effective as proposed unless the Contractor notifies the Authorized - Representative in writing of his objection, no less than thirty (30) days prior to such expiration 3. Contractor Responsibilities: A The Contractor shall perform chemical analytical work and sampling procedures as required by regulatory permits and as directed by City staff Bidders are to provide quotations on all required tests as only one contract will be issued as a result of this solicitation. B The selected laboratory must be NELAP (National Environmental Laboratory Accreditation Program) certified through the Florida Department of Health Environmental Laboratory Services Program. The laboratory must be NELAP certified for each analyte performed for the City of Oldsmar, by the method stated in the laboratory report and for the specific water program (i e SDWA, CWA) Each bidder must provide a copy of their certification and Basic Environmental Analyte Sheet" C Bidders will identify in their proposal any analysis to be subcontracted Any subcontracted work will be performed following the same certification requirements as for the contract laboratory All subcontractor results will be IV-2 dearly identified in the laboratory report including the subcontractor name and certification number D. The laboratory will notify the City of Oldsmar of any certification or accreditation changes before any work affected by the change is performed The laboratory will provide copies of Proficiency testing results to the City upon receipt of the results E The laboratory will provide pre-preserved sampling kits separate for each sampling event with the bottles clearly labeled for each location. Each kit shall include any special packing matenal for proper storage and shipping Sample kits will be delivered to the City within one (1) week of the request The laboratory will implement procedures for automatic shipment of sample containers required for continuous routine analysis F The laboratory will pick up the samples for each sampling event at the Oldsmar Water Reclamation Facility Laboratory and Reverse Osmosis Water Treatment Plant as required, with sufficient time to analyze the samples within holding time and to provide the desired turn-around time The laboratory will provide a ten (10) day turn-around time for continuous routine analysis, for all other analysis a three(3)week turn-around time is required G The Contractor shall conduct field sampling as requested which may include remote sampling locations under various weather and environmental conditions H During the term of this contract, the laboratory must have a representative available who is qualified to explain testing procedures and results to staff of Federal/State regulatory agencies in case of questions or discrepancies. This representative will be available within a twenty-four(24) hour notification penod. 4. City Responsibilities: A. The City, through its Authonzed Representatives will be responsible for providing direction to the Contractor Changes or additions to the Contract specifications or any directions pertaining to the work tasks,time of performance, or payments will only be issued to the Contractor by the City's Authonzed Representatives. B City personnel shall collect all samples at designated locations except where vendor sampling is specified within the Contract document C The City reserves the right to add, delete or change a sampling event or location or change a sampling frequency upon written notice to the Contractor Any additional services not listed in these specifications will be accomplished in compliance with Section 1, Paragraph 46 Change Orders. 5. Performance Standards: A. The Contractor is solely responsible for complying with the provisions of this Contract and for promptly addressing all complaints relating to the established performance requirements The City's Authorized Representative will provide any comments, concerns or issues relating to the Contractors performance in writing to the Contractor on a daily basis or as required IV-3 B All analysis will be conducted within the holding times as specified by CFR 40 part 136 and the Florida Department of Environmental Protection Standard Operating Procedures Analytical results not meeting the quality standards specified by the laboratory's Quality Manual,the method or NELAC requirements will be qualified using FDEP qualifiers C Analysis of dnnking water samples will be conducted by the allowable methods as specified by the Florida Department of Environmental Protection for the Safe Dnnking Water Act Environmental samples will be performed by the methods mandated by the particular program Method detection limits must be sufficiently low to evaluate compliance with the Maximum Contaminant Levels In the event any sample result exceeds the established MCL, the City shall be notified via email and phone within 24 hours D Data will be provided in hard copy (paper) or via email (PDF) following NELAC standards Raw data will be provided upon request. The laboratory will provide Level One Quality Assurance and will provide a QA report including the result of blanks, QC samples, Duplicates and Matrix Spikes. E. The laboratory will rework samples upon request due to suspect data or historical outliers The laboratory will also re-check calculations, dilutions or date entry when requested due to suspect data or histoncal outliers F In the event testing results are incomplete or not in accordance with these specifications or Federal or State guidelines, re-testing will be done at no cost to the City G. Contract sampling required within this specification shall be accomplished in accordance with the procedures contained in the Florida Department of Environmental Protection 2008 Standard Operating Procedures as cited in the DEP QA Rule, 62-160, F.A.0 The laboratory shall submit to FDEP any required Quality Assurance Project Plan (°QAPP") for both field collection and laboratory analysis 6. Bid Submittal and Evaluation: A In addition to the requirements established in Section I and 2 of this Bid Proposal Document,the prospective bidder must submit the following. 1 Copy of the Laboratory's Quality Assurance Manual 2 Copy of the Florida Department of Health Laboratory Scope of Accreditation List 3 Latest Copy of Proficiency Test Results 4 History of the firm, and any other statements or information on the firm's qualifications as deemed appropriate B. Award of the contract will be to the Laboratory who has the best aggregate score based on the following criteria. 1. Pnce and completeness of all services 30% 2. Location and distance of Facility from Oldsmar 25% IV-4 3 Company History and Structure,Qualifications of Staff, Instrumentation and other qualification information 35% 4. References: 5% 5. Ability of after services 5% 7. Questions or Comments: Additional information or requests for clarification of any section in this Bid Document should be presented in writing to Lisa R Rhea, P E, Director of Public Works, at LRhea@myoldsmar corn Answers to questions and supplemental instructions will be provided as a written addendum and will be issued no later 7 days before bid opening END OF SECTION 01010 IV-5 SECTION 01025- MEASUREMENT AND PAYMENT 1. Payment: Payments to the Contractor shall be made on the basis of the Bid Proposal Unit Prices for each Laboratory Analysis requirement as full and complete payment for furnishing all labor, superintendence, materials, supplies and equipment necessary to complete the requirements included in this Contract Document The City shall make payments to the contractor on a monthly basis for the Laboratory Services performed during the previous month Payments will be made promptly, in accordance with City policy, upon the monthly submission and approval of an invoice received from the Laboratory 2. Payment Items: A. Water Reclamation Facility (WRF), Facility ID # FL0027651 and Aquifer Storage and Recovery(ASR-1) PA File No. 0265289-005-UC/5Q Pay items cover sampling required by Permit Number FL0027651 for the operation of a Type I Domestic Advanced Wastewater Treatment Facility, and Permit Number 0265289-005-UC/5Q for the operation of a Class V, Group 3 Underground Injection Control Well. 1. Weekly Influent Parameters—Ammonia as N, Nitrate as N, Nitrite as N, Total Kjeldahl Nitrogen, Organic and Total Nitrogen, Orthophosphate as P, Total Phosphorus, Sulfide, Carbonaceous BOD5, Copper(GFAA) 2 Weekly Effluent Parameters — Ammonia as N, Nitrate as N, Nitnte as N, Total Kjeldahl Nitrogen, Organic and Total Nitrogen, Orthophosphate as P, Total Phosphorus, Carbonaceous BOD5 3 Monthly Effluent Parameters — Copper (GFAA), Chlorodibromomethane, Bromodichloromethane,Total Hardness(as CaCO3). 4 Enterococci—Five times Monthly Effluent Parameter 5 Monthly Di Water Parameters - Ammonia as N, Total Kjeldahl Nitrogen, Total Organic Carbon, Organic Nitrogen, Heterotrophic Plate Count. 6 Annual D I. Water Parameters — Bacteriological Pure Water Quality, Metals including Cadmium, Chromium, Copper, Lead, Nickel, Zinc and an Annual Use Test 7 Quarterly Groundwater Monitoring Wells(4 Wells at Canal Park) a Field Sampling Event including travel and all required incidentals b. Field Parameters —Total Well Depth, Depth to Water (below TOC), pH, Water Temperature, Specific Conductance, Turbidity, and Dissolved Oxygen IV-6 c Laboratory Parameters—Chloride, Nitrate as N, Sulfate, Total Dissolved Solids, Fecal Conform, Metals including Arsenic, Cadmium, Chromium, Lead, Manganese, Nickel, Sodium 8 Quarterly Sludge Analysis Parameters—Chapter 62-640, F A C including pH, Total Phosphorus as P, Total Kjeldahl Nitrogen, Total Nitrogen, Total Solids, Metals (Arsenic, Cadmium, Chromium, Copper, Lead, Mercury, Molybdenum, Nickel, Potassium, Selenium,Zinc) 9 Annual Sludge Analysis Parameter—Calcium Carbonate Equivalent 10 Annual Influent Parameters — Primary and Secondary Drinking Water Standards contained in Chapter 62-550, F AL except for Turbidity, Total Conform,Color and Corrosivity See permit DMR sheet PRT-I for details 11.Annual Final Reclaim and Effluent Parameters — Primary and Secondary Drinking Water Standards contained in Chapter 62-550, F.A C except for Asbestos, Color, Odor and Corrosivity See permit DMR sheets RWS-A and PRT-E for details 12 Weekly Aquifer Storage and Recovery (ASR-1) and Monitoring Wells (SZMW-1 and TZMW-1) Parameters— a Field Sampling Event including travel and all required incidentals b Field Parameters — Oxidation-Reduction Potential, pH, Specific- Conductivity, Temperature,Turbidity, Dissolved Oxygen c. Laboratory Parameters —Ammonia as N, Arsenic, Bicarbonate (HCO3), Carbonate (CO3), Calcium, Chloride, Magnesium, Sodium, Sulfate, Total Alkalinity,Total Dissolved Solids, and Total Iron 13 Weekly Monitoring Well (UZMW-1) Parameters— a Field Sampling Event including travel and all required incidentals. b Field Parameters — Oxidation-Reduction Potential, pH, Specific- Conductivity, Temperature,and Turbidity c Laboratory Parameters—Arsenic and Total Dissolved Solids 14 Monthly Aquifer Storage and Recovery (ASR-1) and Monitoring Wells (SZMW-1 and TZMW-1) Parameters collected at the same time as the weekly sampling in item 12 above — Gross Alpha, Total Uranium, Total Trihalomethanes 15 Monthly Aquifer Storage and Recovery (ASR-1) Parameter collected at the same time as Item 14 above —226 Ra/228 Ra 16 Annual Aquifer Storage and Recovery (ASR-1) Parameters — Primary and Secondary Standards 17.Miscellaneous Parameters required for process control— a. Carbonaceous BOD-5. b Chemical Oxygen Demand c. Copper d. Bromodichloromethane and Chlorodibromomethane e Total Dissolved Solids IV-7 f Chloride B. Industrial Pretreatment Monitoring,(WRF)Facility ID#FL0027651 Sampling required by Permit Number FL0027651 for the operation of the Industrial Pretreatment Program for six (6) permitted industrial facilities AU methods of analysis must be in accordance with 40 CFR Part 136 3 1. Semi-Annual Compliance Sampling Parameters per permitted industry a Sampling Event including all labor, equipment, and travel related costs to complete the sampling b Field Parameters — pH, Water Temperature, Specrfic Conductance, Dissolved Oxygen,Turbidity c Parameters — EPA Pnonty Pollutant List, 503 Metals, Boron, Iron, Carbonaceous BOD-5, Total Phosphorus, Total Kjeldahl Nitrogen, Total Suspended Solids, Hexane Extractable Material, Total, Hexane Extractable Material Polar, Hexane Extractable Material Non-Polar Note* Composite (Comp) samples include an equipment blank per event Grab (Grab)samples are to be taken as required. 2 Additional Parameters possibly required for compliance monitoring— a Volatile Organics (EPA Method 601 /602) b Acrylonitrile(EPA Method 603) c Organochlorine(EPA Method 608) d Sernivolatiles (EPA Method 625) e Volatile Organics (EPA Method 624 GC/MS) f Acrylonitrile(EPA Method 624 GC/MS) g. Metals—ICP Method h Metals—GFAA Method i Total Nitrogen l Chemical Oxygen Demand k. Ammonia I Sulfide m Fluoride n Oil (mineral) o Chloride p Manganese q. Total Hardness r Bismuth s Cobalt t Rhenium u Strontium ✓ Tellunum w. Tin x. Uranyl Iron IV-8 C. Water Distribution System,Facility ID#6521417 Sampling required by Flonda Department of Environmental Protection for the distribution of potable water. 1 Monthly Compliance — Total Coliform cost per test Frfteen (15) sampling points per month 2 Monthly Compliance — Fluonde cost per test Two (2) sampling points per month 3 Special Compliance Sampling — Total Coliform for line clearances and boil water notices Sampling on an as needed basis 4 Yearly Stage 2 Disinfection Byproducts — Haloacetic Acid (HAAS) and Total Trihalomethane(TTHM)—cost per test,two (2) separate locations 5 Annual Point-of-Entry to Distribution System Testing a Nitrate/Nitrite b Volatile Organic Contaminants 6 Lead and Copper—once every three years,thirty-five(35) separate locations 7 Asbestos—once every five years,five (5) separate locations 8 Point-of-Entry to Distribution System Testing—once every three years a. Synthetic Organic Compounds b Primary and Secondary Dnnking Water Standards — Inorganics constituents only D. Reverse Osmosis Water Treatment Plant,SWFWMD WUP#20011218,FDEP Facility ID#652-1417,and Injection Well (IW-1) UIC Permit No.0265289-007- U0/1I Sampling required by the Southwest Florida Water Management District and the Florida Department of Environmental Protection for the production of potable water. 1 Monthly Groundwater Monitoring Wells for Water Production—same week of each month (11 Wells at various locations) a. Field Sampling Event including travel and all required incidentals b. Field Parameters—Specific-Conductivity,and Water Level c. Laboratory Parameters—Chloride, and Total Dissolved Solids 2. Monthly Production Wells for Water Production — same week of each month (11 Wells along Forest Lakes Blvd) a Field Sampling Event including travel and all required incidentals b. Field Parameters—Specific-Conductivity c Laboratory Parameters—Chloride,Total Dissolved Solids, Sulfate d. Biological Testing—Total Coliform with E Coli confirmation if applicable IV-9 3 Monthly Sampling of Injection Well (IW-1) and Monitoring Wells (UZMW and LZMW) for Concentrate Disposal (Wells located at the WRF, IW-1 sample collected at ROWTP) a Field Sampling Event including travel and all required incidentals b Field Parameters—pH, Specific-Conductivity, and Temperature c. Laboratory Parameters—Sodium, Calcium, Potassium, Magnesium, Iron, Bicarbonate, Total Kjeldahl Nitrogen, Bicarbonate-HCO3, Chloride, Sulfate, and Total Dissolved Solids. Gross Alpha and Radium 226/228 on the LZMW are to be conducted on a monthly basis 4 Quarterly Sampling of Injection Well (IW-1) and Monitoring Well (LZMW) for Concentrate Disposal (Well located at the WRF, IW-1 sample collected at ROWTP) Samples collected at the same time as the monthly sampling in item 3 above—Gross Alpha and Radium 226/228 5 RO Analysis Tests required for process control — Total Silica, Aluminum, Barium, Chromium, Magnesium, Manganese, Potassium, Sodium, Strontium, Zinc, Phosphate,Total Organic Carbon, Carbon Dioxide, and Boron 6 Radiologicals for Production Wells—Gross Alpha, Uranium, Radium 226/228 END OF SECTION 01025 IV-10 EXHIBIT B Southern Analytical Laboratories, Inc CITY OF OLDSMAR, FLORIDA Bid Proposal B15-06: Laboratory Services The undersigned bidder, in compliance with the Invitation to Bid, and having examined the General and Technical Specifications of this document and the sites of the proposed work,and being familiar with all the conditions surrounding the proposed work, including the availability of matenals and labor, hereby proposes to furnish all labor,matenals, and supplies for the work in accordance with the contract documents,within the time set forth therein, and at the price stated below The Base Bid once is to cover all expenses in performing the work required under the Contract Documents,of which this proposal is a Pan- A.Water Reclamation Facility Item Event Unit Estimated Unit Cost Total Annual 0 Quantity Cost 1 Weekly Influent Each 52 $ $ 134 00 8,968 00 2 Weekly Effluent Each 52 $ $ 107.00 5,564 00 3 Monthly Effluent Each 12 $ $ 72 00 884 00 4 Enterocood Each 60 $ $ — 30 00 1,800 00 5 Monthly D I Water Each 12 $ $ 8500 1,02000 6 Annual D I Water Nor Eesmptln sem eeaawlaw i Each 1 $ $ Water Quant'tall may a asw ed wail ds .Men to IMOD 285 00 Wa285 00 7A Quarterly Groundwater Monitonng Wells(4) Each 4 $ $ —Field Sampling Event 160 00 640 00 7B Quarterly Groundwater Monitoring Wells(4) Each 16 $ $ —Field Parameters 0(Inc Above) 000 7C Quarterly Groundwater Monitoring Wells(4) Each 16 $ $ —Laboratory Analysis 130 00 2,080 00 6 Quarterly Sludge Each 4 $ S 17500 700 00 9 Annual Sludge Each 1 $ 75 00 $ 75.00 10 Annual Influent Nabi Includes Pilaly r+a,ot,ny, Each 1 $ 81000 $ 810 00 , 066(MEN).LL et'Marc Ey EPA 1031 per 13104/PRT-1 Excludes As. 11 Annual Final Reclaimed and Effluent Each we weNot.1 16=11 WI= $1,045 00 $ 2,090 00 12A Weekly ASR-1,SZMW-1 and TZMW-1 Each 52 $ $ —Field Sampflng Event 120 00 8,240 00 12B Weekly ASR-1,SZMW-1 and TZMW-1 —Field Parameters 52 Events 0(Inc Above) 0 00 Nolo I to den 11 Par pane mAR Annual Etiaid(PRT-E)Etudes Prissily Pollutants O50(NEM),U.Myosy by EPA 1631 et'Mall pride at 6610.00.&did= AAtaaba Per pm*OMR Annual Rai Rahn(RAS-A)Include.FAC 61-650 Primly and Saasnday Drinking wally Bu ndams Wag Aaes�Color Odor Cmowity)Muting OIosin at anew pita ar6 t rel 00.Ts Iota tr thereto annual mqulMweds Is 3 2.000 00.For purposes ore USE Caw enEy tress OK the avow orae two pews was lasa posh it amaze emperors/Is$450 Co sadh II-2 Southern Analytical Laboratones, Inc 12C Weekly ASR-1,SZMW-1 and TZMW-1 -Laboratory Analysis 156 $ 110 00 $ 17,160 00 Nob End Gorily Y 52 weekly swats X 5 samples pet event 13A Weekly UZMW-1 Each 52 $ $ -Field Sampling Event 40 00 2,080 00 13B Weekly UZMW-1 -Field Parameters 52 Events 0(Inc Above) 000 13C Weekly UDAW-1 -Laboratory Analysis 52 $ 27 00 $ 1,404 00 Noy ElEmMed Guard's Y 52 weekly everts X 1 sample per swim 14 Monthly ASR-1,SZMW-1 and TZMVV--1 Each 12 $ — Nob unit Cost Indulge 3 sills e 5 e5 m lid eedr mcy 285 00 $ 3.420 00 15 Monthly ASR-1(228 Re/22B Ra) Each 12 $ $ 115 00 1,380 00 16 Annual ASR-1 Note Price Includes FAC 62-550Primary Each 1 $ eV Someday OW Stest"de.=loft Mbsebs,blinds. 860 00 $ 860 00 17A Miscellaneous Parameters-CBOD5 Each 1 $ $ 25 00 26 00 17B Miscellaneous Parameters-COD Each 1 $ $ 20 00 20 00 17C Miscellaneous Parameters-Copper Each 1 $ Noce By ICP r!CPAie Ceppr(WAN-540.00 Copper(CkwY5o.Erdroesaro-Il AM 12 00 12 00 17D Miscellaneous Parameters- Each 1 $ $ Bromodlchloromethane and 40 00 40 00 Chlorodibromomethane 17E Miscellaneous Parameters-TDS Each 1 $ $ e 1500 1500 17F Miscellaneous Parameters-Chloride Each 1 $ $ 15 00 15 00 Total Cost I$ 55,367 00 B. Industrial Pretreatment Monitoring Item Event Unit Estimated Unit Cost Total Annual A Quantity Cost 1A Semt-Annual Compliance Sampling- Each 18 $ $ Field Sampling Event 65 00 1,170 00 Nob.Unit Celt ONCIUtiel oaopoItor if SAL dompoetbr repirsd.addlionsl N 10.sMdey 1B Semi-Annual Compliance Sampling- Each 18 ' $ $ Field Parameters 0(Inc Above) 0 00 IC Semi-Annual Compliance Sampling- Each 18 $ $ Laboratory Parameters 300 00 5,400 00 2A Additional Parameters-Volatile Organics Each 1 Malys*by EPA 524-GC&56 $ 75 00 $ 75 00 2B Additional Parameters-Acrylonitnle Each 1 $ AraysibyEPA bye-GCrae 0(Inc Above) $ 000 2C Additional Parameters-Organochionne Each 1 Eby EPA SOS $ 100 00 $ 100 00 2D Additional Parameters-Semivolatiles Each 1 $ - AnllyII by EPA 525.GCMG 150 00 $ 150 00 2E Additional Parameters-Volatile Organics Each 1 — AIYytle by EPA 024-sues $ 7500 $ 7500 2F Additional Parameters-Aaylondnie Each 1 - Am.yeY try EPA 624 ISMS $0(Inc Above) $ 000 11-3 Southern Analytical Laboratones, Inc 2G Additional Parameters—ICP Metals Each 1 $ $ Unit pita do/Mimi b ICPAte Maisie 12 00 12 00 2H Additional Parameters—GFAA Metals Each 1 5 $ 40 00 40 00 21 Additional Par meters—Total Nitrogen Each 1 $ $ 35 00 35 00 2J Additional Parameters—Chemical Each 1 $ $ Oxygen Demand 20 00 20 00 2K Additional Parameters—Ammonia Each 1 $ $ 10 00 10 00 2L Additional Parameters—Sulfide Each 1 $ $ 15 00 15 00 2M Additional Parameters—Fluoride Each 1 $ $ 15 00 1500 2N ' Additional Parameters—Oil(mineral) Each 1 $ $ 50 00 50 00 20 Additional Parameters—Chloride Each 1 $ 15 00 $ 15 00 2P Additional Parameters—Manganese Each 1 $ $ 12 00 12.00 2Q Additional Parameters—Total Hardness Each 1 $ $ 20 00 20 00 2R Additional Parameters—Bismuth Each 1 $ $ 80 00 60 00 2S Additional Parameters—Cobalt Each 1 $ $ 1200 1200 2T Additional Parameters—Rhenium Each 1 $ $ 60 00 60 00 2U Additional Parameters—Strontium Each 1 $ $ 12 00 12 00 2V Additional Parameters—Tellurium Each 1 $ $60 00 60 00 2W Additional Parameters—Tin Each 1 $ $ 12 00 12 00 2X Additional Parameters—Uranyl ion Each 1 $ $ 1500 1500 Total Cost $ 7,445 00 C. Water Distribution System Item Event Unit Estimated Unit Cost Total Annual 8 Quantity Cost 1 Monthly Compliance—Total Coliform Each 180 E $ Hote By cmwr-1e Maio Fla awl-1211011 a 12 00 2,160 00 2 Monthly Compliance—Fluoride Each 24 $ 15 00 $ 360 00 3 Special Compliance Sampling—Total Each 100 $ $ Callform 12 00 1,200 00 Noir ByC.i.rF10 Mab F9t moll-WO 00se 4 Yearly Stage 2 Disinfection Byproducts Each 2 $ $ 115 00 230 00 5A Annual POE System Testing—Nitrate/Nitrite Each 1 $ $ 30 00 30 00 5B Annual POE System Testing—Volatile Each 1 $ $ Organic Carbons 65 OD 85 00 5 Lead and Copper—every three years Each 35 $ $ 20 00 700 00 1I-4 Southern Analytical Laboratories, Inc 7 Asbestos—every live years Each 5 $ $ No unit Cost le tr DIN mark anneal c.mgolaiae matrix u Silo.0.a. 225 00 I 1,125 00 BA POE Testing—every three years—Synthetic Each 1 $ $ Organic Compounds 500 00 500 00 Nate Boaucanp Matin 8B POE Testing—every three years—Pnmary Each 1 $ $ and Secondary Drinking Water Standards— 300 00 300.00 Inorganic Constituents only Nate-Entitling ApM4oa Total Cost r8 6,670 00 D. Reverse Osmosis Water Treatment Plant Item Event Unit Estimated Unit Cost Total Annual e Quantity Cost 1A Monthly Sampling Groundwater Monitoring Each 12 $ $ Wells for Water Production- Field Sampling 120 00 1,440 00 18 Monthly Sampling Groundwater Monitoring Each 132 $ $ Wells for Water Production- Field Parameters 0(Inc.Above) 000 1C Monthly Sampling Groundwater Monitoring Each 132 $ $ Weis for Water Production- Laboratory Parameters 30 00 3,960 00 2A Monthly Sampling Production Wells for Each 12 $ $ Potable Water—Field Sampling 120 00 1,440 00 2B Monthly Sampling Production Wells for Each 132 $ $ - Potable Water—Field Parameters 0(Inc Above) 000 2C Monthly Sampling Production Wells for - Each 132 '$ '$ Potable Water—Laboratory Parameters 39 00 5,148 00 2D Monthly Sampling Production Wells for Each 132 _$ $ Potable Water—Biological Testing 12 00 1,584 00 Nate fly Coltat.l&Moab Fit affil !2000 ea 3A Monthly Sampling Injection and Monitoring Each 12 $ $ Welts—Field Sampling Event 20 00 240 00 38 Monthly Sampling Injection and Monitoring Each 36 $ 8 Welts—Field Parameters 0(Inc Above) 0 00 3C ` Monthly Sampling Injection and Monitoring Each ' 36 $ $ Wells—Laboratory Parameters 124 00 4,464 00 4 Quarterly Sampling injection and Each 4 $ $ _ Monitoring Wells—Gross Alpha and Radium 31000 1,240 00 226/228 ear Sampling indaded abaft uan Cog 1.tore .sibOW1 LZP i per 5 RO Analysts Tests required for process Each 2 $ $ control 180 00 360 00 6 Radiologicals for Production Well monitoring Each 11 $ 170 00 $ 1,870 00 Total Cost $ 21,748 00 II-5 Southern Analytical Labol atones, inc �. Total Bid. (Total Base Bid) Total Bid in Numbers. $ 91,228^U ---- Tota+Bid 1n words Ninety one thousand two hundred twenty eight and 0 cent: F Addenda. Receipt or the following Addenda is hereby acknowledged Adijendum N;, 1 Da..e riP M�sd _ 0R/28'15 REceoferrey r Uartels iNdnedur+,No __ Date R 1•cz:iVaa Received Bi _ Me urtders,ryned Bidder heteuy agrees to rornnience r:o4. under a rvntraq on of herore a date to be specified in the"Notre to Pi crce. d and to substantially complete the protect with,ri four hundred and eighty r484)j consecutive calendar days thereafter and to oe fully compete within sixty iAO) C3nbe.utire calendar days following substantial coiplexion Bidder further Agrees to par as I. auroated Damages the sum of $2 500 for each consecutive day that the work remains incomplete after the date establishes fc r substantial completion until achieving sunstantrat completion and $500 for each consecutive day that the nronK remains incomplete after the period established for final completion I CEP.TIFY that this bid is made vetho:it prior understanding, agreement, or connection with any corporation,firm, or person submitting a bid for the same materials supplies, or equipment, and is in all respects fair and without collusion or fraud 1 a=gree to abide t)y all Conrltains of this bid and certrf, that I am authenzed to sign th. bid far the bidder 461k ,,e 1 REI;.£s4.?nit1:P;'Ig i in Ink tlls'71e°a siq to bn _Francis I Daniels A uthe,rzcC.Gns�tura iyef>rilTide — +Corporate seal) Southern Analytical Laboratories, Inc Ate-ier Ctononi rima 110 Bay view Blvd p, kss,'ng Adore s Oldsmar, FL 34677 iln14 rla!'t F SI'.fY(r,+1j CIty S'iti.71s) --_ }-ihrtlr in►✓3r;,0r4q. r'K, (1 i^dirt -. .1C P 813-855-1844 _ Ct trI V Df C't dN-.4 ,Alts l(.Gdel I e pr rit Si.! StlU3SCRIBEO AND SEFOPE A1 /se >f. v( rwP l DAY OF.k.ri .rli.i4�,-,"—___2315 2315 vt)TAfti,UG:la: �4 .f 'x '74 SeeSid Form Ccri1inuati:,r sire,, atacherl,to ("Lute!SSIQNSiXJ?1R�.S��`72 � .�'tatftr,lt'3'''is StIpularo,n3 and Exceptrc'ns qty',Tom (NSW,AAM 27 2411 11-6 ,• Comm ssioR Nov,ts,-, t di+C'<'i+i Cr ACC040 SOUTHERN ANALYTICAL LABORATORIES, INC. frk 11O BAYVIEW BOULEVARD,OLDSMAR,FL 34677 813-055-1844 fax 813-855-221B - February 12, 2016 Purchasing Division City of Clermont 685 W Montrose Street Clermont, FL 34711 Attn Mr Freddy L Suarez Re Piggyback Contract with the City of City of Oldsmar for the provision of Laboratory Services, for water testing, Bid No B15-06 Dear Mr Suarez Attached are the executed contract documents (in duplicate) for provision of Laboratory Services to 1the City of Clermont Also enclosed is SAL's Certificate of Insurance showing all coverages and limits, which was discussed with you The City of Clermont is listed as an Additional Insured The charge for regularly scheduled pickups is $30 00 We truly appreciate Clermont's confidence in Southern Analytical Laboratories for your analytical requirements We will pledge robust support, including responsive container delivery and sample pickup, high quality and timely analytical services, economic pricing and dedicated customer service, fully guaranteed to satisfy the City's varying needs Please feel free to contact me with any questions or further requirements Sincerely, Francis Daniels President Southern Analytical Laboratories, Inc 110 Bayview Blvd Oldsmar, FL 34677 813-855-1844 (Office) 813-855-2218 (Fax) frankdaniels aC�.southernanalyticallabs corn 1 �—.40 SOUTH-6 OP ID SB .ArCC;PFECir CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `,----- 02/12/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed If SUBROGATION IS WAIVED,subject to ' the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER NAMEACT Case J Fessler,AAI,CIC Fessler Agency-Clearwater PHONE727-726-3377 FAX X,No) 3165 N McMullen Booth Road G-2 (A/C,No,Ext) ( 727-725-4698 Clearwater,FL 33761-2020 ADDRESS Case J Fessler,AAI,CIC ss cfessler@fessleragency corn INSURER(S)AFFORDING COVERAGE NAIC S INSURER A Nationwide Ins Co of America 25453 INSURED Southern Analytical INSURER B Rockhill Insurance Company Laboratories,Inc INSURER C Allied/Nationwide Ins Co 25453 110 S Bayview Blvd Oldsmar,FL 34677 INSURER D FCCI Insurance Company 10178 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADDL SUER POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD MD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS MADE X OCCUR X ACPGLZ03007259513 0811212015 08112/2016 DAMAGES(RENTED 100,000 PREMISES(Ea oaurrence) $ MED EXP(Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY /ERCT LOC PRODUCTS COMP/OP AGG $ 2,000,000 OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) C X ANY AUTO X ACPBAL3007259513 08/1212015 08/12/2016 BODILY INJURY(Per person) $ ALL OWNED — SCHEDULED AUTOS BODILY INJURY(Per acadent) $ AUTOS NON OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATIONX PER OTH AND EMPLOYERS LIABILITY STATUTE ER D ANY PROPRIETOR/PARTNER/EXECUTIVE YIN 67472 11/01/2015 11/01/2016 E L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E L DISEASE EA EMPLOYEE $ 1,000,000 If yes descnbe under DESCRIPTION OF OPERATIONS below E L DISEASE POLICY LIMIT $ 1,000,000 B CONTR POLLUTION ENVP003417-03 06/27/2015 06127/2016 LIMITS 1,000,000 B CONTR PROFESSIONAL ENVP003417-03 06/2712015 0612712016 AGG LIMIT 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101 Additional Remarks Schedule,may be attached if more space is required) City of Clermont is included an an additional insured in accordance with the policy provisions of the general liability&automobile liability CERTIFICATE HOLDER CANCELLATION __ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Clermont ACCORDANCE WITH THE POLICY PROVISIONS 685 West Montrose Street Clermont,FL 34711 AUTHORIZED REPRESENTATIVE PaeZ 0(A—r—tat I ©1988-2014 ACORD CORPORATION All rights reserved ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD ,