Loading...
2016-18 r; AGREEMENT FOR LABORATORY SERVICES THIS AGREEMENT, made and entered into this 3 day of Al a Kc 14 2016, A D , by and between the City of Clermont 685 West Montrose Street, Clermont, Flonda (hereinafter referred to as "CITY"), and ADVANCED ENVIRONMENTAL LABORATORIES, INC , 380 Northlake Blvd , Suite 1048, Altamonte Spnngs, FL 32701 (hereinafter referred to as "CONTRACTOR") WHEREAS, CONTRACTOR in response to a public bid prepared and issued by the Volusia County B C C pursuant to Bid No 14-B-148AK submitted a response to provide laboratory analysis and sampling, WHEREAS, based on CONTRACTOR's response, Volusia County B C C awarded a contract and entered into an agreement with CONTRACTOR dated October 16, 2014, WHEREAS, CITY desires to utilize the Volusia County B C C 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 Volusia County B C C Contract dated October 16, 2014 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, matenals, equipment, machinery, tools, apparatus and transportation and perform all of the work descnbed in Volusia County B C C Bid No 14-B-148AK and contract dated October 16, 2014, 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 Pnce 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 15, 2017, unless terminated or renewed as 1 provided by the Volusia County B C C agreement stated herein 2 Notwithstanding any other provision of this Agreement, CITY may, upon wntten notice to CONTRACTOR, terminate this Agreement if a) without cause and for convenience upon thirty (30) days wntten 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 expenencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other nght 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 pnor 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 dunng the preceding calendar month under the Agreement ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1 Any claim, dispute or other matter in question ansmg 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 junsdiction 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 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, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, 3 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 VIII -NOTICES All notices shall be in wnting 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 Advanced Environmental Laboratories, Inc 380 Nothlake Blvd , Suite 1048 Altamonte Springs, FL 32701 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 4 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 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 writing 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 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 5 not exceed the cost provided in this Flonda's Public Records law or as otherwise provided by law (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized 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 14-B-148AK and the agreement of October 16, 2014 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day of fiAlre 4, 2016 City of lennont Gail L As , Ma or Attest / Tracy Ackroyd Howe, City Clerk \ `, . ( \ 6 , Advanced Enviro I ental Laborat•: es, Inc By `'1,• a)11glgr 6? I , r;a c. Pnnted Name and Titl Attest I l Corporate Secretary 0,4-1-4-et 4e.ofv-- . (Name Printed or Typed) 7 EXHIBIT A SUBMIT TO: ,,IIIi COUNTY OF VOLUSIA PURCHASING&CONTRACTS � v. 123 W INDIANA AVE,RM 302 DELAND,FL 32720-4608 Volusia County CONTACT PERSON FLORIDA INVITATION TO BID Andrew G Kolatus 386-943-7009 AN EQUAL DELAND 386-736-5935 OPPORTUNITY www volusla org/purchasing DAYTONA BEACH 386-257-6000 EMPLOYER NEW SMYRNA BEACH 386-423-3300 TITLE NUMBER SUBMITTAL DEADLINE LABORATORY ANALYSIS AND SAMPLING 14-B-148AK Friday,September 19,2014 at 3:00 p.m.,EDT DO NOT RESPOND TO THIS SOLICITATION ON LINE—SEE SECTION 2 3,DELIVERY OF BIDS PRE BID DATE,TIME AND LOCATION Thursday,August 28,2014 at 9:30 A.M EDT SUBMITTALS RECEIVED AFTER ABOVE DATE Budget Conference Room,Third Floor,123 W Indiana Avenue,DeLand,FL 32720 AND TIME WILL HEBE CONSIDERED FIRM S NAME MAILING ADDRESS The vendor acknowledges that information provided m this Bid is true and correct CITY—STATE—ZIP Authorized Signature E-MAIL ADDRESS Typed Name TELEPHONE NO FAX NO Title Date FEDERAL ID NO OR SOCIAL SECURITY NO THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE GENERAL CONDITIONS AND INSTRUCTIONS w r•w PLEASE READ CAREFULLY**•* Individuals covered by the Americans with Disabilities Act of 1990 in need of accommodations to attend public openings or meetings sponsored by the Volusia County Purchasing and Contracts Division shall contact the County's ADA Coordinator at 386-248-1760,at least two(2)business days pnor to the scheduled opening or meeting 1 SUBMISSION OF OFFERS All offers shall be submitted m a sealed envelope or 6 INTERPRETATION/ADDENDA Any questions concerning conditions and package The invitation number title and opening date shall be clearly displayed on the specifications shall be directed to the designated contact person. Those interpretations outside of the sealed envelope or package The dehvery of responses to the Volum which may affect the eventual outcome of the mvitation/offer shall be furnished in writing County Purchasing and Contracts Division Office pnor to the specified date and time is to prospective offerors solely and strictly the responsibility of the offeror Any submittal received in the Purchasing and Contracts Division Office after the specified date and tune will not be No interpretation shall be considered binding unless provided in writing by the County of considered Volusia Purchasing and Contracts Division in the form of an addendum. Any addenda issued shall be acknowledged by signature and returned with offeror s response Responses shall be submitted on forms provided by the County Additional information may be attached to the submittal Facsimile submissions are NOT acceptable No offer Failure to acknowledge addenda may result m the offer not being considered may be modified after acceptance No offer may be withdrawn after opening for a period of ninety(90)days unless otherwise specified 7 INCURRED EXPENSES This invitation does not commit the County to make an award nor shall the County be responsible for any cost or expense which maybe incurred 2 EXECUTION OF OFFER Offer shall contain a manual signature in the space(s) by any Bidder in preparing and submitting a reply or any cost or expense mcurred by any provided of a representative authorized to legally bind the offeror to the provisions Bidder prior to the execution of a purchase order or Contract/Agreement therein All spaces requesting information from the offeror shall be completed Responses shall be typed or printed in ink Use of erasable ink or pencil is not permitted 8 DISADVANTAGED BUSINESSES The County of Volusia Florida has adopted Any correction made by the offeror to any entry must be initialed policies which assure and encourage the full participation of Disadvantaged Business Enterprises(DBE)m the provision of goods and services 3 OPENING Opening shall be public in the Volusia County Purchasing and Contracts Division immediately following the advertised deadline date and tune for receipt of 9 LOCAL BUSINESSES The County Council has established a policy to encourage submittals Pursuant to Section 119 07(3) (0) Florida Statutes (1991) no further participation of local businesses in the provision of goods and services The County will information regarding offers submitted will be made public until such time of intended endeavor to assist local businesses to achieve this goal award or thirty(30)days whichever is earlier A. General Conditions 4 PUBLIC RECORD The County of Volusia,Florida is governed by the Public Record Local Businesses A prime contractor or subcontractor duly licensed and authorized to Law Chapter 119 Florida Statutes engage in the particular business m Lake Orange Osceola Seminole or Volusia County Florida, and holds a valid local business tax receipt for that place of business for a 5 CLARIFICATION/CORRECTION OF ENTRY The County of Volusia reserves the minimum six(6)months prior to the date of submittal of the Bid or quote to the County nght to allow for the clarification of questionable entries and the correction of OBVIOUS MISTAKES CONTINUED ON NEXT PAGE 10 PRICING Unless otherwise specified pnces offered shall remain firm for a period of 22 PATENTS, COPYRIGHT, AND ROYALTIES The supplier/provider without at least ninety(90)days all pricing of goods shall include FOB DESTINATION all exception,shall mdemnify and save harmless the County of Volusia its officers agents and packing,handling shipping charges and delivery to any point(s)within the County to a employees from liability of any nature of kind including cost and expenses for or on secure area or inside delivery all pnces of services shall include all expenses necessary account of any copyrighted registered,patented,or unpatented invention process or article to provide the service at the location specified manufactured or used in the provision of goods and/or services including use by the County of Volusia if the supplier/provider uses any design,device or materials covered by letters 11 ADDITIONAL TERMS&CONDITIONS The County of Volusia reserves the right patent copyright,or registration,it is mutually agreed and understood without exception to reject offers containing terms or conditions contradictory to those requested in the that the quoted price shall include all royalties or costs arising from the use of such design, invitation specifications device or materials in any way involved 12 TAXES The County of Volusia is exempt from Federal Excise Taxes and all sales 23 TRAINING Unless otherwise specified suppliers/providers may be required at the taxes Florida State Exemption Certificate No 85 8012622393C-9 convenience of and at no expense to the County to provide training to County personnel in the operation and maintenance of any item purchased as a result of this invitation 13 DISCOUNTS All discounts except those for prompt payment shall be considered in determining the lowest net cost for evaluation purposes 24 ACCEPTANCE Products purchased as a result of this invitation may be tested for compliance with specifications Items delivered not conforming to specifications may be 14 MEETS SPECIFICATIONS The offeror represents that all offers to this invitation rejected and returned at Bidder s expense Those items and items not delivered by the shall meet or exceed the minimum requirements specified delivery date specified in accepted offer and/or purchase order may be purchased on the open market Any increase in cost maybe charged against the Bidder 15 BRAND NAME OR EQUAL If items requested by this invitation have been identified in the specifications by a Brand Name OR EQUAL description, such 25 SAFETY WARRANTY Any awarded supplier/provider Including dealers distributors identification is intended to be descriptive and not restrictive and is to indicate the and/or manufacturers shall be responsible for having complied with all Federal State and quality and characteristics of products that will be acceptable Offers proposing equal local standards regulations and laws concerning the product or service specified and the products will be considered for award if such products are clearly identified in the offer use thereof applicable and effective on the date of manufacture or use or date in service and are determined by the County to meet fully the salient characteristic requirements including safety and environmental standards as apply to both private industry and listed in the specifications governmental agencies Unless the offeror clearly indicates in his/her offer that he/she is proposing an equal 26 WARRANT]' The offeror agrees that unless otherwise specified the product and/or product the offer shall be considered as offering the same brand name product service furnished as a result of this invitation and award thereto shall be covered by the referenced in the specifications most favorable commercial warranty the offeror gives to any customer for comparable quantities of such products and/or services and that the right and remedies provided herein If the offeror proposes to funush an equal product the brand name of the product to be are in addition to and do not hmit any rights afforded to the County of Volusia by any other furnished shall be clearly identified The evaluation of offers and the determination as to provision of the invitation/offer equality of the product offered shall be the responsibility of the County and will be based on information furnished by the offeror The Purchasing and Contracts Division is not 27 AWARD As the best interest of the County may require the County reserves the right to responsible for locating or securing any information which is not identified in the make award(s)by individual item,group of items all or none or a combination thereof on response and reasonably available to the Purchasing and Contracts Division. To insure a geographical basis and/or on a countywide basis with one or more supplier(s) or that sufficient information is available the offeror shall furnish as part of the response all provider(s) to reject any and all offers or waive any irregularity or technicality in offers descriptive material necessary for the Purchasing and Contracts Division to determine received Offerors are cautioned to make no assumptions unless their offer has been whether the product offered meets the salient characteristics required by the evaluated as being responsive Any or all award(s)made as a result of this invitation shall specifications and establish exactly what the offeror proposes to furnish and what the conform to applicable ordinances of the County of Volume Florida County would be binding itself to purchase by making an award 28 VIOLATIONS Any violation of any of the stipulations terms and/or conditions hsted 16 SAMPLES When required,samples of products shall be furnished with response to the and/or included herem may result in the offeror/Bidder being removed from the County Bid County at no charge Samples may be tested and will not be returned to the offeror The hst and the offeror/Bidder being disqualified from doing business with the County for a result of any and all testing shall be made available upon written request period of time to be determined on a case-by-case basis 17 SILENCE OF SPECIFICATIONS The apparent silence of these specifications or 29 For purposes of this Invitation and evaluation of responses hereto the following shall apply any supplemental specifications as to details or the omission from sante of any detailed unit prices shall prevail over extended prices written matter shall prevail over typed matter description concerning any point shall be regarded as meaning that only the best numbers spelled in word form shall prevail over Arabic numerals("one' over 1 ) When commercial practices are to prevail and that only materials of first quality and correct not inconsistent with content words used in the present tense include the future words in the type size and design are to be used All workmanship shall be first quality All plural number include the singular number and words in the singular number include the interpretations of specifications shall be made upon the basis of this statement plural number The word shall'is always mandatory and not merely directory 18 GOVERNING LAWS Any Agreement to purchase resulting from this invitation shall 30 DEFINITIONS be governed by the laws regulations and ordinances of the State of Florida and the COUNTY—The term County herein refers to the County of Volusia,Florida and its County of Volusia Florida Venue shall be non jury in the Circuit Court of Volusia duly authorized representatives and any jurisdiction within Volusia County County Florida OFFEROR — The term "offeror used herein refers to any dealer manufacturer 19 ASSIGNMENT Any agreement to purchase issued pursuant to this invitation and representative distributor,or business organization submitting an offer to the County in award thereof and the monies which may become due hereunder are not assignable response to this invitation. except with the prior written approval of the County Director of Purchasing and Contracts BIDDER — The term Bidder" used herein refers to any dealer manufacturer representative distributor or business organization that will be or has been awarded a 20 CONTENT OF INVITATiON/RESPONSE The contents of this invitation,all terms contract and/or purchase order pursuant to the terms and conditions of the invitation and conditions specifications, and requirements included herein and the accepted and accepted offer awarded response thereto may be incorporated into an agreement to purchase and become legally binding Any terms conditions specifications and/or requirements USING AGENCY—The term using agency' used herein refers to any department, specific to the nem or service requested herein shall supersede the requirements of the division,agency commission,board,committee authority or another unit in the County GENERAL CONDITIONS AND INSTRUCTIONS government using supplies or procuring contractual services as provided for in the Purchasing Ordinance of the County of Volusia,Florida 21 LIABILITY The supplier/provider shall hold and save the County of Volusia its officers agents and employees harmless against claims by third parties resulting from HEAVY DUTY- The item(s)to which the term Heavy Duty' is applied shall exceed breach of contract or negligence by the suppher/provider the usual quality and/or capacity supplied with standard production equipment and shall be able to withstand unusual strain,exposure temperature wear and use THE COUNTY OF VOLUSIA RESERVES THE RIGHT TO REJECT ANY OR ALL OFFERS, TO WAIVE INFORMALITIES,AND TO ACCEPT ALL OR ANY PART OF ANY OFFER AS MAY BE DEEMED TO BE IN THE BEST INTEREST OF THE COUNTY TABLE OF CONTENTS 1 0 SCOPE OF WORK 5 1 1 Overview 5 1 2 Contractor Qualifications 6 1 3 Sample Collection and Analysis 7 1 4 Solid Waste Division Semi Annual Groundwater Parameters 8 1 5 Laboratory Analyses and Sampling for Volusia County Utilities Operations 9 2 0 GENERAL TERMS &CONDITIONS 12 2 1 Bid Closing Date 12 2 2 Proposed Schedule 12 2 3 Delivery of Bids 12 2 4 Pre-bid Conference 12 2 5 Public Bid Opening 13 2 6 Public Records 13 2 7 Bid Submittal Form 14 2 8 Questions,Exceptions, and Addenda Concerning ITB #14-B-148AK 15 2 9 Award 16 2 10 Local Bid Preference 16 2 11 Definition`of Responsive and Responsible for this Bid 17 2 12 Other Agencies 17 2 13 FOB Point 17 2 14 Use of County Logo 18 215 Assignment 18 216 Agreement 18 2 17 Disclosure of Bid Content 19 2 18 Disqualification of Bidders 19 2 19 Bidder's Responsibility 19 2 20 Payment Terms 20 2 21 Special Conditions 20 2 22 Minor Irregularities 20 2 23 Licenses,Certificates, and Permits 20 2 24 Insurance 21 2 25 Safety 26 2 26 Governing Law and Venue 26 2 27 Additional Terms 26 2 28 Award Term 26 2 29 Pnce Redeterminations 27 2 30 Unusual Costs 28 2 31 Waiver of Claims 28 2 32 Termination 29 2 33 Incurred Expenses 31 2 34 Minimum Specifications 31 2 35 Compliance with Laws and Regulations 31 2 36 Limitation of Liability and Indemnification of County 31 2 37 Records &Right to Audit 32 2 38 Change in Scope of Work/Service 33 2 39 Modifications Due to Public Welfare or Change in Law 33 2 40 Right to Require Performance 34 2 41 Force Majeure 34 2 42 Bidder's Personnel 35 2 43 Claim Notice 36 244 Disadvantaged Business Enterpnse Program 36 2 45 County/Bidder Relationship 36 2 46 Damages 37 2 47 Conflict of Interest Form 37 2 48 Definitions 37 3 0 SUBMITTAL REQUIREMENTS (Submit in the following order) 38 4 0 BID SUBMITTAL FORM 41 5 0 REFERENCES 44 6 0 NOTIFICATION REGARDING PUBLIC ENTITY CRIME &DISCRIMINATORY VENDOR LIST REQUIREMENTS &DISQUALIFICATION PROVISION 45 7 0 PROOF OF EXEMPTION 46 8 0 HOLD HARMLESS AGREEMENT 47 9 0 CONFLICT OF INTEREST FORM 49 10 0 CERTIFICATION AFFIDAVIT BY PRIME CONTRACTOR AS LOCAL BUSINESS 50 11 0 CERTIFICATION AFFIDAVIT BY SUB CONTRACTOR AS LOCAL BUSINESS 51 12 0 DRUG-FREE WORK PLACE 52 13 0 CERTIFICATION REGARDING DEBARMENT(PRIME) 53 14 0 CERTIFICATION REGARDING DEBARMENT(SUB) 54 The purpose of this Invitation to Bid(ITB) is to solicit competitive sealed Bids to furnish Laboratory Analysis and Sampling for the County of Volusia,Florida 1.0 SCOPE OF WORK The County of Volusia is soliciting bids for the provision of field sampling and laboratory analysis for the Solid Waste Division and the Utilities Division, as required by the State of Florida 1.1 Overview A Requested sample tests shall include, but not be limited to, ground water, surface water, landfill leachate, industrial wastewater, industrial sludge, soils, sediments, dnnking water and domestic wastewater B Bidders shall submit prices for field sampling and laboratory analysis for both Solid Waste and Utilities Site locations and the number of locations to be sampled are included in Sections 1 4 and 1 5 C The Contractor shall waive sampling fees for tests and test results that are not completed within the specified timeframe or if re-sampling is required due to vendor error D The Contractor providing courier transportation of samples shall comply with the designated sample hold for the requested analysis E The Contractor shall coordinate and schedule all sampling, collection and analysis with the County Project Manager for each site F Sample quantities listed elsewhere in this ITB are estimates only and in no way guarantee future expenditures by the County of Volusia G The Contractor shall have the capability to provide sample collection and limited analysis seven(7) days a week on an emergency basis H The Contractor shall not bill the County an hourly rate for any travel time Billing shall begin when the vendor arrives at a County site and shall end when a vendor leaves a County site I Any subcontractors used in the performance of this contract shall meet all of the requirements of this ITB and shall be preapproved by the County Project Manager at least 30 days prior to scheduled service J The Contractor shall provide courier services for sample pickup at the Volusia County Utilities and Solid Waste sites listed below Site#1 Southwest Regional Wasterwater Reclamation Facility 800 DeBary Plantation Boulevard DeBary, Florida ITB 14-B-148AK Page 5 of 54 Site#2 Deltona North Water Wasterwater Reclamation Facility 290 Wolf Pack Run Deltona, Flonda Site#3 Southeast Water Reclamation Facility 325 Beacon Light Road Oak Hill,Flonda Site#4 Halifax Plantation Water Treatment Facility 3401 Utility Dnve, Ormond Beach, Florida Site#5 Tomoka Landfill 1990 Tomoka Farms Road, Daytona Beach, Florida Site#6 West Volusia Transfer Station 3151 E State Road 44,DeLand,Flonda Site#7 Glen Abby Water Treatment Facility 880 Signature Dnve, Orange City,Flonda 1.2 Contractor Qualifications A The Contractor shall be certified by the State of Flonda's Department of Health to perform all certification-required laboratory tests to include but not limited to metals, nutnents demands, organic extractables, general parameters I & II, microbiology, pesticides/herbicides/PCBs, purgeable organics, EPA 40 CFR Part 258 Appendix I & II,`and basis environmental laboratory The Contractor must be able to perform 90%of the chemical analysis and 100% of the bactenological analysis on site No subcontracting of any short holding time analysis (all samples with < 48 hour hold times), excluding asbestos, will be permitted under this contract The County Project Manager may allow for some special circumstances,which must be approved prior K The Contractor shall be certified, licensed, and meet all state and local government requirements to provide all the requested services and tests specified within the context of this bid The Contractor shall have current National Environmental Laboratory Accreditation Program(NELAP)certification C The Contractor shall possess the capacity and capability to perform emergency sampling within one (1) hour from request by the County Project Manager or the County's consultant Any subcontracting must be approved prior D The Contractor shall have achieved an overall acceptable score averaging at least 90%on the last two years Performance Evaluation(PE) study Vendor must also have achieved a "Satisfactory" rating for FDEP's Performance Audit Inspection in accordance with F.A.C. Rule 62-160.650, Quality Assurance Chapter. Any successful participation in official proficiency evaluation programs or inter-laboratory studies will also be considered (i e EPA-ICR, USGS, other State Certifications, DMR, etc) Submittal of proficiency results shall be required 1TB 14-B-148AK Page 6 of 54 E The Contractor shall be capable of performing bactenological testing within sufficient time of sample pick-up to ensure analysis are performed within specified sample hold times Cost of re-sampling and re-testing for any missed holding times shall be at the Contractor's expense F The Contractor shall possess the technical expertise to conduct certified lab studies and support/represent the County in legal and/or regulatory proceedings regarding technical issues for landfills, water & wastewater treatment facilities, at the County's request at an hourly rate for legal proceedings (this is for vendor laboratory representation if it becomes legal issue) G The Contractor shall have a minimum of five years experience performing sampling and testing services for landfills and for water and wastewater treatment facilities The Project Manager assigned to this contract shall have a minimal of two years experience in Laboratory Project Management A resume of the Project manager shall be provided to verify this work expenence H The Contractor must employ a full time Quality Control Officer to ensure all NELAP requirements are being met I The Contractor shall provide copies of the most recent NELAP and State inspections of any facility intended to be utilized for the services outlined m this ITB The findings of these inspections will be evaluated as a part of this ITB selection process, i e the number of findings, seventy of findings, and repeat findings J The Contractor shall demonstrate the ability to perform the services outlined in the ITB by providing three (3) references each for Sohd Waste and Water Utilities Laboratones found to be non-compliant with Volusia County's agreements in the past ten(10)years will not be considered for this ITB K For sampling performed for the Volusia County Solid Waste Division, the Contractor shall have the latest FDEP-approved data management system, ADaPT, as it pertains to the Solid Waste permit and Waste Clean Up requirements Total well depth, groundwater levels, copies of the Chain of Custody (COC), Field Samplmg Logs, and Field Calibration Logs shall all be provided along with all the analytical results L The Contractor shall have a web base data handling/reporting system which will allow the County to access analytical reports on an as-needed basis Said web based system shall provide for multiple users 1.3 Sample Collection and Analysis The following specifications shall apply to the Solid Waste Division, but may also apply to the Utilities Division A The Contractor shall be responsible for field collection of the samples and providing all necessary equipment including pumps, monitonng equipment, ITB 14-B-148AK Page 7 of 54 sample bottles/kits, and personal protective equipment Said equipment shall be properly maintained, serviced, and calibrated, as required by governing authonties When field sampling is done by County personnel, the Contractor shall be responsible for providing sample bottles/kits, mcludmg coolers, within 24 hours B The Contractor shall be capable of performing field testing sampling collection and preservation in accordance with the following • Florida Department of Environmental Protection (FDEP) Standard Operating Procedures (SOP) for Field Activities 001/01 including labeling of sample containers and completing the COC, Field Sampling Logs, and Field Calibration Logs • Chapter 62-160 Florida Administrative Code(FAC) • Approved methods as published by FDEP or Standard Methods, ASTM, or EPA Methods C The Contractor's Detection Limits shall meet groundwater classification GII Class IIIF surface water standards (62-302 530) D All reporting shall be completed within twenty-one (21) days after collection event in accordance with all State deadlines a A twenty percent(20%)reduction in fees shall be given for late submission of reports,plus an extra thirty(30)day`s will be added to payment terms b Reports returned to the Contractor due to error(s) or discrepancies by the Contractor shall be assessed an additional ten percent(10%)reduction in fees E No mmimum charges shall be expressed to, or accepted by,the County F The Contractor shall perform all testing and services in a professional manner and at the date and time specified by the County Project Manager G The Contractor's personnel shall work closely with County Project Managers and field personnel at all times during time of agreement H The Contractor shall be responsible for notifying FDEP fourteen (14)days pnor to sampling events when required by County permit I Collection of groundwater and surface water elevation data must be collected within one-day penod and measured to the nearest 0 01 foot then converted to NGVD 1.4 Solid Waste Division Semi Annual Groundwater Parameters ITB 14-B-148AK Page 8 of 54 The following is the estimated minimum number of field sampling requirements needed by the Volusia County Solid Waste Division at this time Frequency, number of sample locations, and number of events are subject to change according to regulation and permit requirements Event Number of Wells/Sites Time of Year Tomoka Semi-Annual 54 May&November Groundwater Tomoka Semi-Annual 7 May&November Surface Water Tomoka B5/B37 and B5 34 March& September Remediation Tomoka Benzene 14 May&November Remediation Plymouth Semi-Annual 24 June &December Plymouth'Remediation 7 June&December Leachate Pretreatment Plant 1 Monthly, quarterly, and Effuent semi-annual Sprayfield 9 Semi-annual Each event shall require the normal field parameters such as total well depth, water elevation, temperature, dissolved oxygen, pH, specific conductance, and turbidity plus permit required parameters along with required analytical Specific analytical parameters for each event will be provided once bid is awarded 1.5 Laboratory Analyses and Sampling for Volusia County Utilities Operations Volusia County Water' Resources and Utilities requests pncmg to perform sampling/testing of forty-six ground water monitoring wells The ground water table below identifies the sampling events and estimated number of parameters required for testing Location/Event Number of Wells/Sites Time of Year Deltona North WWTP/Groundwater 7 wells Quarterly Southwest Regional WWTP/Groundwater 16 wells Quarterly Southeast Regional WWTP/Groundwater 10 wells Quarterly Halifax Plantation WWTP/Groundwater 4 wells Quarterly Four Townes WWTP/Groundwater 13 wells Quarterly Hope of Seville WWTP/Groundwater 1 well Bi-Annual Ocean Dunes WWTP/Groundwater 1 well Bi-Annual Spruce Creek WTP/Groundwater 5 wells Quarterly ITB 14-B-148AK Page 9 of 54 Ground Water Parameters Number of Events per year Nitrate 170 TDS 188 Chlonde 200 Fecal Cohform 180 pH 200 Sodium 84 Sulfate 84 Turbidity 200 TTHM 40 Bis(2-ethylhexyl)phlate (BEPH) 8 Volusia County Water Resources and Utilities will provide sample collection for parameters identified in the wastewater, dunking water and ground water tables below The estimated annual wastewater testing requirements are listed in the table below WASTEWATER: Number of Events per year CBOD 5 400 Fecal Coliform, MF 1145 Nitrate 200 TKN Kjedahl N, Total 1 Sludge analysis, 503 18 4 TSS 1260 TRPH 12 Giardia and Cryptospondium 4(in a five year period) Pnmary& Secondary Potable Water Chemical Analysis (Reuse Requirement) 5 (in a five year penod) The estimated triennial dnnking water testing requirements are listed in the table below. DRINKING WATER: Number of Events/3-year cycle Unregulated Group List One 4 Asbestos 11 Inorganic Analysis 10 Lead&Copper 1,220 Nitrate 50 Nitrite 50 DRINKING WATER (cont): Number of Events/3-year cycle ITB 14-B-148AK Page 10 of 54 Ortho-phosphates 10 Pesticides and PCB's 10 Radiochemical Analysis Gross Alpha including Uranium 10 Radiochemical Analysis Radium 228 +Radium 226 10 Secondary Chemical Analysis 10 Total Coliform 4,300 Tnhalomethane Analysis 93 Total Haloacetic Acids Analysis 93 Volatile Organic Analysis 10 Chlonde 160 Sulfate 45 Calcium 45 Magnesium 45 Sodium 45 Potassium 45 Total Iron 45 Total Hardness 45 TDS 160 Specific Conductance 57 pH 45 Total Alkalinity 38 Turbidity 11 Ammonia 60 Total Nitrogen 60 Fluonde 60 Manganese 12 Boron 12 Total Sulfide 24 Total Organics 45 Dioxin 12 Other sampling and laboratory work shall be on an as needed basis to satisfy NPDES Permit and other regulatory requirements ITB 14-B-148AK Page 11 of 54 EXHIBIT B tit�®�- Master Agreement NO. 850 3813 - 1 TERM: 2014-10-16 to 2017-10-15 Page 1 of 1 Volusia County FLORIDA Date Issued 10/23/14 Vendor contact County contact Bill To Name. MYRNA SANTIAGO Name JENNIFER STIRK County of Volusia Phone'407-937-1594 Ext Phone 386-947-2952 Ext AS REQUIRED BY E-mail MSANTIAGO@AELLAB COM E-mail JStlrk@volusla org USING DEPARTMENT VOLUSIA COUNTY,FL 32720 Vendor Name Vendor No 09061900170 Ship To. ADVANCED ENVIRONMENTAL LABS AS REQUIRED BY USING DEPARTMENT 6681 SOUTHPOINT PARKWAY VOLUSIA COUNTY,FL 32720 JACKSONVILLE,FL 32216 Solicitation Number 2291,14-B-148AK Purchasing Analyst ANDREW KOKITUS Phone 386-943-7009 Ext E-mail akokltus@volusia org Award Date 2014-10-16 Award Authorization COUNCIL Payment Terms Net 45 Days, FOB Dest, Freight allowed Document Description LAB ANALYSIS AND SAMPLING Line Commodity Unit Unit Description Contract Price Amount Item Code 2 96148 EA Lab analysis and sampling,per attached pnce list 0 00000 County of Volusia Jeaniene Jennings CPPB Sales Tax Exemption Number Purchasing&Contracts Director 85-8012622393C-9 Remainder of page is blank A delivery order is required for the release of items I services from the referenced Master Agreement If a solicitation number is referenced then the terms and conditions of said solicitation become part of the Master Agreement Deviation from pnces stated is not permitted without a signed corrected Change Order If vendor terms and conditions conflict with Count of Volusia Terns and Conditions,the County's Terms and Conditions prevail See reverse side for terms and conditions Purchase Order (PO) or Master Agreement (MA) Terms and Conditions Providing any good or service constitutes acceptance of this entire PO or MA without exception Delivery Title and nsk of loss shall pass when items have been received inspected and accepted by County of Volusia(County') All associated shipping insurance and other related costs shall be borne by Provider Discontinued Provider shall give County 30(thirty)days advance notice of a discontinued item(s)so that County can purchase additional quantities of discontinued item(s) County must give written approval of replacement(s)if they exceed previous pnce or fail to meet quality form fit,or function of the discontinued item Time is of the essence regarding Performance of Services and this PO or MA can be terminated by the County for convenience non-appropnation of funds or non-performance Disputes If such dispute anses under this PO or MA and is not resolved informally by the parties within five(5)business days the party bnnging a claim(Disputing Party')shall deliver to the first level representative of the other party a wntten statement('Dispute Notice")descnbing the dispute If the respective representatives cannot resolve the dispute within ten(10)days the dispute shall be escalated through two higher levels of management If the dispute has not been resolved within 25(twenty-five)calendar days after delivery of the Disputing Party s notice,either party may give written notice to the other party declanng the resolution process terminated and pursue other legal recourse or initiate formal non-binding mediation before a single mediator,which shall be completed within 30(thirty)days of initiation in accordance with rules of practice and procedure adopted by the Supreme Court of Florida for court-ordered mediation Rule 1 700 et seq of the Flonda Rules of Civil Procedure and Chapter 44,Flonda Statutes If the dispute remains unresolved after conducting such mediation then either party may proceed to finalize such termination remedies and commence litigation in a court of competent lunsdiction Governing Law/JunsdictionNenue This PO or MA shall be governed by the laws of the State of Florida and venue for any litigation ansing from this PO or MA shall be in the County of Volusia,Flonda and any trial shall be non-jury Each party agrees to bear its own costs and attorneys fees relating to any dispute ansing under this PO or MA Provider shall comply with all applicable laws and regulations Insurance For goods and services delivered or performed by Provider on County premises Provider certifies it maintains comprehensive general liability insurance and auto insurance in the amounts identified in the solicitation and/or contract and any amendments thereto pertaining to this PO or MA or from an A M Best"A- or better rated insurance firm authonzed by the State of Flonda Insurance Commissioner The County reserves the nght to require the'County of Volusia'be named as additional insured for projects when deemed necessary For services performed off County premises and goods delivered by third party owners the Provider shall use such earners that maintain such insurance coverage as set forth above Intellectual Property Provider agrees to protect defend indemnify and save the County its agents officials including elected officials and employees of the County harmless from and against any and all claims demands,actions and causes of action which may ansa asserting that a copynght trademark trade secret or patent(Intellectual Property) as provided under this PO or MA infnnges or misappropriates any third party s Intellectual Property If Provider must pay a third party any license royalty or other such usage fee in order to deliver the item(s)under this PO or MA such third party and usage fee must be specified in the Providers offer to sell to the County Indemnification The Provider shall indemnify defend and hold harmless the County and its agents officers and employees,from and against all claims damages losses and expenses including but not limited to attorneys fees ansing out of or resulting from the provision of goods and/or services pursuant to the Agreement and/or this PO or MA provided that the claim damage loss and expense is caused in whole or in part by any negligent act or omission of the Provider or anyone directly or indirectly employed by Provider or anyone for whose acts the Provider may be liable hereunder except the Provider will not be required to indemnify and hold the County harmless if such claim,damage loss and expense is the result of the sole negligence of the County or of anyone directly or indirectly employed by the County or anyone for whose acts the County may be liable Modification&Assignment County may unilaterally change at no additional cost the quantity and receiving point within the County for items not yet shipped All other items must be mutually agreed upon in writing County is not required to pay for defective items back-orders late deliveries those quantities exceeding the PO or MA quantity or items shipped at a higher price than stated on the PO or MA Neither this PO or MA nor any interest herein shall be assigned,transferred,or encumbered by Provider except as authorized in writing by the County Notices All notices given by one party to the other party under this PO or MA shall be delivered to the receiving party s address set forth on this PO either by hand qualified courser or e-mail and shall be deemed received the day after it is transmitted For the County it shall be addressed to the Purchasing and Contracts Department 123 West Indiana Avenue 3rd Floor DeLand Flonda 32720 or purchasing@volusia org No Waiver Except as expressly set forth herein no failure or delay on the part of County in exercising any right power or remedy hereunder shall operate as or be deemed a waiver thereof,nor shall any single or partial exercise of any nght,power or remedy preclude any other or further exercise thereof or the exercise of any other nght power or remedy Order of Precedence In the event of conflict between this PO or a Price Agreement(PA) the onginating Volusia County contract end amendments thereto shall be controlling This control shall pertain to all specifications and scopes of work included in the originating Volusia County contract and any amendments thereto Payment Except for construction services which shall be paid pursuant to the Florida Prompt Payment Act County shall pay Provider within 45(forty-five)days after receipt of an accurate and undisputed invoice unless the County accepts a prompt payment discount from Provider and the goods or services are not defective Invoice,packing slip delivery receipt order acknowledgement and correspondence shall clearly indicate the PO or MA number Any additional or different terms and conditions on Provider's documents shall be considered null and void The County may deduct amounts it is due from Provider's payment or not pay disputed invoices until such dispute is resolved Nothing in this PO or MA shall create any obligation on the part of the County to pay directly to any subcontractor of Provider any monies due to such subcontractor or claims of such subcontractor for amounts owed by Provider to subcontractor for goods or services provided under this PO or MA Sovereign Immunity The County expressly retains all nghts,benefits and immunities of sovereign Immunity in accordance with Section 768 28 Florida Statutes Notwithstanding anything set forth in any section of the Agreement,Master Agreement and/or this Purchase Order to the contrary nothing in any such documents shall be deemed as a waiver of immunity or the limitations of liability of the County beyond any statutory limited waiver of immunity or limits of liability which may have been or may be adopted by the Flonda Legislature and the cap on the amount and liability of the County for damages regardless of the number or nature of claims in tort equity or contract shall not exceed the dollar amount set by the legislature for tort Nothing in the Agreement,Master Agreement or this Purchase Order shall inure to the benefit of any third party for the purpose of allowing any daim against the County which would otherwise be barred under the doctrine of sovereign immunity or by operation of law Taxes County is tax exempt from Manufacturers Federal Excise Tax (Exemption#49-6000-885) and Flodda sales tax (Exemption#85-8012622393C-9) Certificates are available at www volume org/purchasing After accessing the foregoing website,select 'Doing Business with Volusia County'and'Consumer Certificate of Tax Exemption'from the available menu screens to see a copy of the certificates UCC In addition to any nghts or remedies contained in this P 0 each party shall have nghts duties,and remedies available through the Uniform Commercial Code(UCC) Warranty Provider warrants that all Work or Services performed under this PO or MA shall be performed in a good and competent workmanlike manner to the satisfaction of the County and matenals shall be of good quality(unless otherwise stated on PO or MA) end free from defects and pursuant to specifications and requirements of the contract related to this PO or MA Provider warrants merchantability of all goods or services and that they are fit for the ordinary purposes they are intended to serve Purchasing&Contracts Division, rev 03-18-2014 apprvd CH ITB 14-B-148AK b ad Page 1 of 6 ATTACHMENT B-Pricing ,` 1 LABORATORY ANALYSIS AND SAMPLING Volusia County iLOR1OR Company Name Advanced Environmental Laboratories,Inc UTILITIES DIVISION DRINKING WATER Pnce Per Test VOLATILE ORGANICS Price Per Test Primary Inorganic Compounds without Asbestos 165 00 Volatile Organics Contaminants(VOCs) 85 00 Nitrate 6 00 1,2,4-Tncholorobenzene(120-82-1) 45 00 Nitnte 6 00 cis-1,2-Dichloroethylene(156-59-2) 45 00 Arsenic 15 00 Total Xylenes 45 00 Banum 15 00 Methylene chlonde 45 00 Cadmium 15 00 1,2-Dichlorobenzene 45 00 Chromium _ _ 15 00 1,4-Dichlorobenzene 45 00 Cyanide ___ - 35 00 Vinyl chloride(75-01-4) 45 00 Fluoride _ 15 00 1,1-Dichlorethene 45 00 Lead 6 00 trans-1,2-Dichloroethene 45 00 Mercury 12 00 1,2-Dichloroethane 45 00 Nickel 15 00 1,1,1-Tnchlorethane 45 00 Selenium 15 00 Carbon tetrachlonde 45 00 Sodium 6 00 1,2-Dichloropropone 45 00 Antimony 15 00 Tnchloroethene 45 00 Beryllium 15 00 1,1,2-Tnchloroethane 45 00 Thallium 15 00 Tetrachlorethene 45 00 Copper 6 00 Chlorobenzene 45 00 Total coliform 8 00 Benzene 45 00 Asbestos 150 00 Toulene 45 00 Ethylbenzene 45 00 Styrene 45 00 PESTICIDES AND PCBs Price Per Test Price Per Test Synthetic Organics Contammants(SOCs) without Dioxm 650 00 Atazine 100 00 Endrm 100 00 Alachlor 100 00 gama-BHC(Lindane) 100 00 Heptachlor 100 00 Methoxychlor 100 00 Heptachlor epoxide 100 00 Toxaphene 100 00 2,4-D 100 00 Dalapon 100 00 2,4,5-TP 100 00 Diquat 100 00 Hexachlorobenzene 100 00 Endothall 100 00 Benso(a)pyrene 100 00 Glyphosate 100 00 Pentachlorophenol 100 00 Di(2-ethylhexyl)adipate 100 00 PCB 85 00 Oxamyl 100 00 1,2-Dibromo-3-chloropropane 100 00 Simazme 100 00 1,2-Dibromoethane 100 00 bis(2-ethylhexyl)phthalate 100 00 Chlordane 100 00 Picloram 100 00 Dioxin 450 00 Dinoseb 100 00 Hexachlorocyclopentadiene(77-47-4) 100 00 Carbofuran 100 00 ITB 14-B-148AK a eo Page 2 of 6 ATTACHMENT B-Pncing LABORATORY ANALYSIS AND SAMPLING -� Volusta iIOXIDACounty RADIOLOGICAL Price Per Test OTHER CONTAMINANTS Price Per Test Gross Alpa(including Uranium) 35 00 Tnhalomethane Analysis 30 00 Radium 228 65 00 Total Haloacetic Acids 55 00 Radium 226 65 00 Calcium 6 00 SECONDARY Price Per Test Magnesium 6 00 Secondary Dnnking Water Standards 145 00 Potassium 6 00 Aluminum 15 00 Total iron 6 00 Chloride 6 00 Total Hardness 10 00 Copper 6 00 Calcium Hardness 15 00 Fluonde 15 00 Specific Conductance 5 00 Iron 6 00 pH 3 00 Manganese 15 00 Silica 15 00 Silver 15 00 Total Cyanide 35 00 Sulfate 6 00 Free Cyanide 65 00 Zinc 15 00 Total Alkalinity 15 00 Color 8 00 Boron 6 00 Odor 15 00 Turbidity 5 00 pH 3 00 Ammonia 8 00 Total Dissolved Solids 12 00 Unionized Ammonia 15 00 Foaming Agents 35 00 Acrylamide&Epichlarohydnn 275 00 Total Nitrogen 25 00 Total Phosphorus,as P 18 00 Orthophosphate,as P 10 00 UNREGULATED CONTAMINANTS LIST I Price Per Test EXPLOSIVES Price Per Test Unregulated Contaminants LIST 1 725 00 1,3-dtnitrobenzene 250 00 Selected Pesticides&Flame Retardants 2,4,6-trinitrotoluene 250 00 2,2',4,4',5,5'-hexabromobtphenyl 250 00 Hexahydro-1,3,5-tnnitro-1,3,5-triazine 250 00 2,2',4,4',5,5'-hexabromobtphenyl ether 250 00 2,2',4,4',5-pentabromodiphenyl ether 250 00 2,2',4,4',6-pentabromodiphenyl ether 250 00 2,2',4,4-tetrabromodiphenyl ether 250 00 Dimethoate 125 00 Terbufos sulfone 125 00 ITB 14-B-148AK -n- _ Ga Page 3 of 6 ATTACHMENT B-Pncing _ LABORATORY ANALYSIS AND SAMPLING � ' Volusta County ILOF�DI� WASTEWATER Price Per Test RECLAIMED WATER ANALYSIS Price Per Test Copper 6 00 Primary and Secondary Contaminants(Reclaimed Water) 960 00 Zinc 15 00 Arsenic 15 00 Total Cyanide 35 00 Banum 15 00 CBOD 5 12 50 Cadmium 15 00 TSS 7 00 Chromium 15 00 Fecal Coliform 9 00 Fluoride 15 00 Nitrate 6 00 Lead 6 00 TDS 7 00 Mercury 12 00 Chlonde 6 00 Nitrate(as N) 6 00 Sodium 6 00 Selenium 15 00 Sulfate 6 00 Silver 15 00 Giardia 350 00 Sodium 6 00 Cryptosporidium 350 00 Ethylene dibromide 35 00 Heavy Metals 150 00 Para-dichlorobenzene 45 00 Bactericidal quality 200 00 Vinyl chloride 45 00 %Solids 15 00 1,1-dichloroethane 45 00 Ammonia 8 00 1,2-dichloroethane 45 00 Fecal MPN 45 00 1,1,1-trichloroethane 45 00 Fluoride 15 00 Carbon tetrachlonde 45 00 Manganese 15 00 Tnchloroethene 45 00 Org-N Organic N(TKN minus NI-13-N) 35 00 Tetrachloroethene 45 00 TKN Kjedahl N,Total 20 00 Benzene 45 00 Sludge analysis,503 18 175 00 Total THM 30 00 Specific Conductivity 5 00 Endrin 85 00 Total Phosphate 18 00 Lindane 85 00 Total Phosphorus 18 00 Methoxychlor 85 00 TRPH 40 00 Toxaphene 85 00 pH 300 24-D 8500 Turbidity 5 00 2 4 5-TP(Silvex) 85 00 OTHER COSTS Price Per Visit Gross alpha excl 40 00 Sample Pickup at County Facilities radon and uranium 150 00 Southwest Regional WWTP(DeBary) 25 00 Radium-226 and 75 00 Deltona North WWTP(Deltona) 25 00 Radium-228 75 00 Southeast Regional WWTP(OakHill) 25 00 Chloride 6 00 Halifax Planatation WWTP(Ormond Beach) 25 00 Copper 6 00 Tomoka Landfill(Daytona Beach) 25 00 Iron 6 00 West Volusia Transfer Station(Deland) 25 00 Manganese 15 00 Sulfate 6 00 Zinc 15 00 pH(units) 3 00 TDS 7 00 ' Foaming Agents 35 00 Emergency Sampling Price Per Event Sample Collection within one(1)Hour 100 00 Sample Collection within six(6)Hours 65 00 Regulatory compliance meetings 150 00 ITB 14-B-148AK `1 e Page 4 of 6 ATTACHMENT B Pricing `Q_� LABORATORY ANALYSIS AND SAMPLING Volusia Cotutty RIORIDR SOLID WASTE DIVISION Organics Pnce Per Test Metals Pnce Per Test Ethane/Ethene 115 00 Aluminum 15 00 2-Butanone 45 00 Antimony 15 00 Lindane 100 00 Arsenic 15 00 Endrin 100 00 Barium 15 00 Methoxychlor 100 00 Beryllium 15 00 Toxaphene 100 00 Cadmium 15 00 2,4-D 100 00 Calcium 6 00 2,4,5-TP(silvex) 100 00 Chromium 15 00 Ethylene Dibromide(GCS EDB) 35 00 Copper 6 00 Vinyl Chloride 45 00 Cobalt 15 00 1,2-Dichloroethane 45 00 Iron 6 00 1,1,1-Tnchloroethane 45 00 Lead 6 00 Tnchloroethene 45 00 Magnesium 6 00 Tetrachloroethene 45 00 Manganese 15 00 Benzene 45 00 Mercury 12 00 Carbon Tetrachloride 45 00 Low Level Mercury 85 00 1,3-Dichlorobenzene 45 00 Molybdenum 15 00 Tolune 45 00 Nickel 15 00 Xylenes(total) 45 00 Potassium 6 00 1,2,4-Trichlorobenzene 45 00 Selenium 15 00 1,4-Dichlorobenzene 45 00 Silver 15 00 1,2-Dichlorobenzene 45 00 Sodium 6 00 Chlorobenzene 45 00 Thallium 15 00 1,1-Dichloroethylene 45 00 Tin 15 00 cis-1,2-Dichloroethylene 45 00 Vanadium 15 00 1,2-Dichloropropane 45 00 Zinc 15 00 Ethylbenzene 45 00 Toxicity Characteristic Leaching Procedure(TCLP) 25 00 Styrene 45 00 Arsenic 15 00 Trans-1,2-Dichloroethylene 45 00 Barium 15 00 Dichloromethane 45 00 Cadmium 15 00 1,1,2-Trichloroethane '45 00 Chromium 15 00 Tnhalomethane 45 00 Lead 6 00 Chlorinated Phenols 125 00 Mercury 12 00 Purgable Halocarbons 601/8260 55 00 Selenium 15 00 Purgable Volitals 85 00 Silver 15 00 Purgable Aromatics 602/8260 45 00 TCPL Organics—Price includes extraction plus methods 8260,8270,8151,8081 650 00 Total Organic Halogens 125 00 Orangic&Demands Price Per Test Total Recovery Hydrocarbon/FLPRO 40 00 Biochemical Oxygen Demand 12 00 Polynuclear Aromatic Hydrocarbs 90 00 Chemical Oxygen Demand 12 00 Organic Toxic Pollutants—VOC 85 00 Oil&Grease(1664 HEM&TPH) 45 00 Organic Toxic Pollutants—BNA 225 00 " Phenols,Total 35 00 ITB 14-B-148AK e� V Page 5 of 6 ATTACHMENT B-Pncing _� LABORATORY ANALYSIS AND SAMPLING Volus>aauntY Organic Toxic Pollutants—Pesticides 125 00 Total Organic Carbon 15 00 Organic Toxic Pollutants—VOC 85 00 Total Inorganic Carbon 35 00 Total Volatile Solids 25 00 , Nutrients Pnce Per Test Groups Price Per Test Ammonia Nitrogen 8 00 Hazardous Waste Characterization Ammonium 20 00 Reactive Cyanide 55 00 Kjeldahl Nitrogen,Total 20 00 Reactive Sulfide 35 00 Nitrate Nitrogen(IC Anions) 6 00 Metals Price Per Test Nitrite Nitrogen(IC Anions) 6 00 RCRA Metals(8) 95 00 Nitrogen,Total 25 00 Priority Pollutant Metals(13) 135 00 Organic Nitrogen 35 00 TAL Metals 165 00 Mircobiological Price Per Test Semi-Volatile Organics Price Per Test Fecal Coliform 9 00 PAH's by EPA 625 or 8270C 90 00 Total Coliform 8 00 Base/Neutrals by EPA 625 or 8270C,PP or TCL list 225 00 Base/Neutrals and Acid Extractables by EPA 625 or 8270C, 225 00 Residue/Solids Pnce Per Test PP or TCL List(MSSV) Total Dissolved Solids 7 00 BNA RCRA List with TCLP extraction(EPA 1311 &8270C) 250 00 Total Suspended Solids 7 00 STARS PAH's by EPA 8270C 135 00 Percent Solids 15 00 PCB's by EPA 8082 85 00 Field Test Price Per Test Pesticides by EPA 8081 125 00 Total Well Depth 1 00 Pesticides&PCB's by EPA 8081/8082 175 00 Water Elevation 3 00 Pesticides by EPA 8141(Orhanophosphorus) 145 00 Temperature 3 00 Herbicides-WATER by EPA 8151 or 515 1 145 00 Specific Conductance 5 00 Herbicides-SOIL by EPA 8151 145 00 Dissolved Oxygen 5 00 Toxicity Characteristic Leaching Procedure(TCLP) Pnce Per Test pH 3 00 TCLP Metals 145 00 Turbidity 5 00 TCLP Volatile Organics 150 00 Miscellaneous Price Per Test TCLP Pesticides 175 00 AlkahnityBicarbonates as HCO3 25 00 TCLP Herbicides 195 00 Calcium Hardness as CaCO3 15 00 Full TCLP 795 00 Chlonde(IC Anions) 6 00 AHE Extraction 50 00 Color 8 00 SPLP Extraction 25 00 Cyanide 35 00 Volitile Organics Price Per Test Corrosivity 15 00 BTEX+MTBE by EPA 624 or 8260B 45 00 Flounde 15 00 VOHs by EPA 624 or 8260B 55 00 Sulfides 20 00 VOC's by EPA 624 or 8260B(chlonnated and aromatic compounds),8260 MSV 85 00 Odor 15 00 VOC's by EPA 8021(chlorinated and aromatic compounds) 85 00 pH 3 00 VOC's by GC/MS EPA 624 or 8260B 85 00 Sulfate 6 00 NYSDEC STARS List VOC's by EPA 8260B 125 00 Total Alkalinity 15 00 Miscellaneous Price Per Test Total Hardness as CaCO3 10 00 40 CFR Part 258 Appendix I 130 00 Total Phosphorus 18 00 40 CFR Part 258 Appendix II 850 00 Total Phosphate 18 00 Primary Metals 62-550 310(1)(a) 125 00 Chlorophyll A 40 00 Primary VOC 62-550 310(2)(C) 85 00 Surfactants(foaming agents) 35 00 Full Pnmary Drinking Water Scan 62-550 310 1150 00 Secondary Drinking Water Scan 62-550 320(1) 145 00 Field Parameters 5 00 Hourly Rate for time in field during regular working hours(8 00 a m to 5 00 p m Monday through Friday 40 00 Hourly Rate for time in field after regular working hours(nights,weekends and county recognized holidays _ _ 100 00 ITB 14-B-148AK 1 i� Page 6 of 6 ATTACHMENT B-Pncing Q�1 LABORATORY ANALYSIS AND SAMPLING VoltPra Clnty now�ow Definitions BNA=Base,Neutral,,Acid extractable organics BTEX=Benzene,Toluene,Ethylbenzene,Xylenes CFR=Code of Federal Regulations MTBE=Methyl Tert-Butyl Ether PAHs=Polynuclear Aromatic Hydrocarbons PCBs=Polychlonnated Biphenyls RCRA=Resource Conservation and Recovery Act SPLP=Synthetic Precipitation Leaching Procedure TAL=Target Analyte List TCLP=Toxicity Charactenstic Leachmg Procedure TRPH=Total Recoverable Petroleum Hydrocarbons VOAs=Volatile Organic Aromatics VOCs=Volatile Organic Compunds VOHs-Volatile Organic Halogens File Number.2292 Page 1 of 1 Date 10/16/2014 AGENDA ITEM Item 31 []Ordinance []Resolution []Budget Resolution [X]Other Department Public Works Division:Water Resources and Utilities Subject Multiple awards for laboratory analysis and sampling, 14-B-148AK John Angiulli Jeaniene Jennings Legal County Manager's Office Interim Director Public Director Purchasing WorksDaniel D Eckert Charlene Weaver, CPA, tl County Attorney CFO (11/dlia. Director Legal Deputy County Approved in Department Manager Accordance with //rr Purchasing Policies and -1 e44,A[ �+'l�t .," Procedures Michael Ulrich Phyllis Schwarz Approved as to Form Director Water and Proxy for Tammy Bong and Legality Utilities Director Management and Budget ga,„/A, *Y. Approved as to Budget Requirements Council Action Approved As Recommended Modification: Patterson/ Denys 7-0 Fund Number(s) Description. Amount: 457 Water And Sewer Utilities 457-780-4000 or 5000-3400-WRU $122,000 00 450 Solid Waste 3196 (Laboratory)--Solid Waste $130,000 00 Total Item Budget.$252,000 00 Staff Contact(s) Phone Ext 1 John Angiulli 386 736 5965 12712 Michael Ulrich 386 943 7027 12724 Leonard Marion 386 943 7889 21347 Summary/Highlights: The county received four responses, detailed on the attached tabulation sheet, to an invitation to bid to provide laboratory analysis and sampling Staff recommends an award to the two lowest responsive and responsible bidders Advanced Environmental Laboratories (AEL), Inc , Altamonte Springs, and Pace Analytical Services, Inc , Ormond Beach Staff recommends a three year award with two subsequent one year renewals with council approval Estimated annual expenditures will be $252,000 The contract and exhibits are available for review in the purchasing and contracts division Recommended Motion Approval Budget 2-4 fldvanced ,Environmental laboratories, Inc February 10, 2016 Mr Freddy Suarez City of Clermont 3335 Hancock Road Clermont, FL 34711 Mr Suarez, Please see the courier fees listed below to be added to the Volusia County contract Gasoline per Gallon Courier Fee < $3 25 $25 00 >$3 25 to <$3 75 $30 00 >$3 75 $35 00 If you have any questions or need additional information please don't hesitate in contacting me Thank you, Sheila Wilcox Account Executive Advanced Environmental Laboratories, Inc 380 Northlake Blvd , Suite 1048 Altamonte Springs, FL 32701