Loading...
1442 Ardaman & Associates Art Lane Landfilly RW _1877 -4 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: Ardaman & Associates PO 32643 Work Order No. ALM- A &A11 /12 for $43,081 well monitoring art lane landfill The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies Special Instructions: From I � wry TADept_forms \City Clerk Transmittal Memo - 2009.doe DATE: 10/31/11 PURCHASE ORDER PO NUMBER 032643 CITY OF SANFORD P.O. BOX 1788 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. P.O. BOX 1788 FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SANFORD, FL 32772 VENDOR NO.: 1317 TO: SHIP TO: ARDAMAN & ASSOCIATES, INC. CITY OF SANFORD P.O. BOX 593003 300 N. PARK AVENUE 8008 S. ORANGE AVENUE SANFORD, FL 32771 ORLANDO, FL 32809 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 NET /30 62933 ACCOUNT N O.: 401-4002-534.34-22 PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 1 WELL MONITORING ART LANE 43081.00 NA 1.00 43081.00 LANDFILL SUB TOTAL 43081.00 TOTAL 43081.00 APPROVED BY: APPROVED BY: 4PUR�jWNT CITY MAN R ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING �I I r.�a n 11 , I I'll r d� 4 V J � WS RM Item No. J. CITY COMMISSION ORANDUM 1 1— IS 1 .E SEPTEMBER 12, 201 1 AGENDA ' ='y ra TO: Honorable Mayor and Members of the City Commission PREPARED BY: Bilal Iftikhar, Interim Public Works Directo SUBMITTED BY: Tom George, Interim City Manager / z SUBJECT: Art Lane Landfill — Gas Monitoring Services SYNOPSIS: n , — ' -A) gApproval to procure a purchase order with Ardaman & Associates for well monitoring at the Art Lane Landfill as required by the State of Florida Department of Environmental Protection (FDEP) is requested. FISCA STATEMENT: Funds are available in the Solid Waste Division account; not to exceed $43,081 for fiscal year 2011/2012. BACKGROUND: Art Lane Landfill was used as a Class III landfill by the City of Sanford Solid Waste Division. Closure of the landfill was accepted and a permit issued by FDEP and completed by year 2000. The permit does require yearly testing of wells. There are a network of eight monitoring wells, four gas - monitoring probes and one surface water site located on the property for monitoring. The semi - annual report includes tabular groundwater quality results using FDEP format, water levels in all wells in a table, a ground water contour map and a computer disk with water quality reporting tables. LEGAL REv1Ew: N/A RECOMMENDATION: It is staff's recommendation that the City Commission approve the proposal with Ardaman & Associates for the FY 2011/2012 monitor of wells located at Art Lane Landfill. SUGGESTED MOTION: "I move to approve the proposal with Ardaman & Associates for FY 11/12 monitoring of wells at Art Lane Landfill not to exceed $43,081." Attachment: Proposal for Fiscal Year 2011 -2012 2 3 4. A 7. 8. 9. 10 11 WORK ORDER TERMS AND CONDITIONS By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously pursue Vendor /Contractor's obligations. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for default by written notice to the Vendor /Contractor. The City shall have no liability to the Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of termination. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this WO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this Work order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and all liability of whatsoever type or nature for loss or damage to such property. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. WORK ORDER TERMS AND CONDITIONS -Page 2 12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the City except as may be required to perform this WO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable WO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO. Payment will be made only to the Vendor /Contractor identified on the WO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where the City conducts operations, the Vendor /Contractor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Work Order, immediately suspend performance by the Vendor /Contractor at Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to disbarment from the City's Vendor /Contractor List. 19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor /Contractor List. 23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this WO with any contractor who knowingly employs unauthorized alien workers. WORK ORDER TERMS AND CONDITIONS -Page 3 24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida Work Order (page 2) WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori- zation for the CONSULTANT /CONTRACTOR to provide goods and /or services for the above project as set out in the Scope of Services which is attached as Exhibit "A," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they had been set out in its entirety and as further delineated in the specifications, conditions and requirements stated in the listed documents which are attached hereto and made a part hereof. The CONSULTANT /CONTRACTOR shall provide said goods and/or services pursuant to this Work Order, its attachments and the above - referenced Agreement and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevail provided however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the C ITY. TERM: This Work Order shall take effect on the date of its execution by the CITY and expires upon final delivery, inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein; pro v i ded however, that the CONSULTANT /CONTRACTOR shall not proceed with work until direc to do so by the CITY METHOD OF COMPENSATION: (i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee Amount indicated as the Work Order Amount. The fixed feel is an all- inclusive Firm Fixed Price binding the CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method" with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event is the CONSULTANT /CONTRACTOR authorized to incur expenses exceeding the Not -To- Exceed Amount without the express written consent of the CITY. Such consent will normally be in the form of an amendment to this Work Order. The CONSULTANT /CONTRACTOR'S compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount. The CONSULTANT /CONTRACTOR'S compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms of the above - referenced Agreement. It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action. It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order. Ardaman & Associates, Inc. Geotechnical Environmental and Materials Consultants August 24, 2011 File Number 113- 10- 10 -0405A City of Sanford P.O. Box 1788 Sanford, Florida 32772 -1788 Attention: Mr. Bilal Iftikhar, City Engineer Subject: Proposal for Fiscal Year 2012 Art Lane Landfill Groundwater and Gas Monitoring Services In Accordance with Florida Department of Environmental Protection Permit, Sanford, Florida Dear Mr. Iftikhar: With the completion of the third quarter 2011 gas probe monitoring event report, Ardaman & Associates, Inc. (Ardaman) will complete the services for Fiscal Year 2011 at the WACS_Facility 26191 Art Lane Landfill. This proposal presents the proposed Fiscal Year 2012 monitoring program as stated in the Florida Department of Environmental Protection (FDEP) Permit Conditions for the subject landfill. This proposal does not address the work effort that may be required by FDEP on the groundwater contamination assessment associated with the ammonia nitrogen plumes at the landfill. This proposal provides the following routine services from a network of 8 monitoring wells, 4 gas monitoring probes and one surface water site: • Two semiannual FDEP format monitoring reports • MPIS technical monitoring report • Two water table elevation maps • Computer disk for FDEP with each semiannual monitoring report • Four quarterly gas probe monitoring events reports The existing monitoring network includes 8 wells (MW -3 through MW -10) and one surface water site (SW -1). Figure 1 shows the approximate monitoring network locations. Semiannual Monitoring Reporting Two semiannual ground water sampling events will be performed, subcontracting with an analytical chemistry laboratory to perform the required chemical analyses for the two events. In addition, two semiannual reports will be prepared with these field and laboratory data for the City to submit to FDEP. The semiannual reporting includes tabular groundwater quality results using FDEP format, water levels in all wells in a table, a groundwater contour map and a computer disk with water quality reporting tables in ADaPT format. In accordance with the monitoring plan implementation schedule, the January 2012 semiannual samples from the ground water monitoring wells will be collected and analyzed as follows: pH (field), speck conductance (field), turbidity (field), dissolved oxygen (field), temperature (field), total ammonia as N, chlorides, nitrate, total dissolved solids, iron, mercury, sodium, and 40 CFR 8008 S. Orange Avenue 32809, Post Office Box 593003, Orlando. Florida 32859 -3003 Phone (407) 85 -3860 FAX (407) 859 -8121 Louisiana: Alexandria, Baton Rouge, Monroe, New Orleans, Shreveport Florida: Bartow. Cocoa, Fort Myers, Miami, Orlando, Port St. Lucie, Sarasota, Tallahassee. Tampa. West Palm Beach FY 2012 Art Lane Yard Trash Landfill Monitoring Proposal File Number 113- 10- 10 -0405A -2- Part 258 Appendix I parameters. These Appendix I parameters include 18 metals and 47 organic constituents. In accordance with the monitoring plan implementation schedule, the July 2012 semiannual samples from the ground water monitoring wells will be collected and analyzed as follows: pH (field), specific conductance (field), turbidity (field), dissolved oxygen (field), temperature (field), total ammonia as N, chlorides, nitrate, total dissolved solids, iron, mercury, and sodium. In accordance with the permit monitoring plan implementation schedule, the semiannual surface water samples will be collected and analyzed as follows: pH (field), specific conductance (field), turbidity (field), dissolved oxygen (field), temperature (field), colors sheens (field), unionized ammonia as N, total hardness as CaCO total organic carbon, total dissolved solids, total suspended solids, biochemical oxygen demand (5 day), chemical oxygen demand, total nitrogen as N, nitrate nitrogen, total phosphates as P, chlorophyll A, iron, mercury, and fecal coliform. In addition, ground water levels in all wells and at the surface water site will be measured to the nearest 0.01 foot and reported in a table as well as on the water quality analyses form. A ground water contour map for the monitored aquifer zone will also be provided semiannually. MPIS Technical Monitoring Report The MPIS Technical Monitoring Report (formerly the Biennial report) will include a chronology discussion of maintenance and monitoring activities. The 2012 MPIS Technical Monitoring Report will summarize and interpret water quality data and water level measurements collected during the past five years (July 2007 through January 2012). The Technical Report will contain: • Tabular and graphical displays of any data which shows that a monitoring parameter has been detected, including hydrographs, for all monitoring wells. • A comparison of water quality results between the shallow, middle and deep zone wells. • A comparison of water quality results between upgradient and downgradient wells. • Trend analyses of any monitoring parameters detected. • Correlations between related parameters such as total dissolved solids and specific conductance. • Discussion of erratic and/or poorly correlated data. • An interpretation of the ground water contour maps, including an evaluation of ground water flow rates. • An evaluation of the adequacy of the water quality monitoring frequency and sampling locations based upon site conditions. • For each well, a comparison of 2012 measured total depth with that in historic well completion records. FY 2012 Art Lane Yard Trash Landfill Monitoring Proposal File Number 113- 10- 10 -0405A -3- Gas Monitoring Program Four gas monitoring probes are installed in accordance with the closure specification plans. These flush mounted probes are located near MW -5, MW-6, MW -8 and MW -9. Four quarterly gas probe monitoring and reporting events are proposed. Monitoring Network Maintenance Miscellaneous monitoring network maintenance may be required during the year. Maintenance could be monitoring station repair at the wellhead or staff gage, monitoring well redevelopment, etc. A budget of $2,500 is set aside in this proposal for such work. The enclosed fee schedule provides unit prices for these maintenance services. Cost Estimate The cost estimate for the Fiscal Year 2012 monitoring work is provided in Table 1. Monthly invoices will be based on work expended and units performed in accordance with the enclosed 2009 fee schedule. The maximum amount not to be exceeded without further written authorization is $43,081.00. If the proposal meets with your approval, please have the appropriate person sign the enclosed proposal acceptance forms and return one for our records. The work will be in accordance with the existing contract with the City. Please do not hesitate to contact us should you have questions or need additional information. We appreciate the opportunity to submit this proposal. Very truly yours, ARDAMAN & ASSOCIATES, INC. Ce(tfflcpte of Authodiation No. 5950 6 rbert G. Stangland, Jr., E. Senior Project Manage 0 P David A. DeLoach, P.E. V.P., Director of Water Resources HGS:hgs Enclosures FY 2012 Art Lane Yard Trash Landfill Monitoring Proposal File Number 113- 10- 10 -0405A Table 1 ESTIMATED COSTS Semiannual Ground Water Monitoring Program $2,248.00 Water Quality Sampling $3,600.00 2 hrs @ $140.50 per hr $281.00 40 hrs @ $73.50 per hr $2,940.00 Materials & Supplies $200.00 Meters Usage $950.00 Resampling (12 hrs @ $73.50 per hr) $882.00 Analytical Laboratory Program Groundwater Parameters (16 @ $500.00 each) $8,000.00 Surface Water Parameters (2 @ $630.00 each) $1,260.00 QC Analyses (2 x 2 x $450) $1,800.00 Resampling Analyses (2 x 2 x $200) $800.00 Groundwater Contour Maps and Reporting 4 hrs @ $140.50 per hr $562.00 40 hrs @ $90.00 per hr $3,600.00 18 hrs @ $73.50 per hr $1,323.00 18 hrs @ $46.00 per hr $828.00 Miscellaneous Expenses $50.00 Subtotal Semiannual Monitoring Program MPIS Technical Monitoring Report 16 hrs @ $140.50 per hr $2,248.00 40 hrs @ $90 per hr $3,600.00 80 hrs @ $73.50 per hr $5,880.00 40 hrs @ $46.00 per hr $1,840.00 Copying - 75 x 10 x $.10 each $75.00 Miscellaneous Expenses - $50 $50.00 Subtotal Biennial Report Gas Monitoring Program 4 hrs @ $140.50 per hr $562.00 4 hrs @ $90.00 per hr $360.00 24 hrs @ $73.50 per hr $1,764.00 6 hrs @ $46.00 per hr $276.00 Meter Usage $350.00 Mileage Cost Estimate $100.00 Subtotal Gas Monitoring Program Maintenance /Repair /Redevelopment Budget Subtotal Maintenance /Repair /Redevelopment Budget $23,476.00 $13,693.00 $3,412.00 $ 2,500.00 -4- TOTAL ESTIMATED COSTS $43,081.00 PROBE /1 EL. 56.91 FENCE LINE PVC EL 59.89 LFG PROBE /3 PAD EL55.85 - FENCE LINE- PVC EL. 58.79 LFG PROBE 02 PAD EL. 55.52 MONITORING WI MW -8 PVC EL 58.08 �2L— FENCE LINE LFG PROBE #4 - OF REFUSE M NIT RIN PAD EL. 52.25 �., -� i –g PVC EL. 54.18 C –INLET WITH SKIMMER MONITORING WELL STORMWATER TOP OF SKIMMER EL. 50.81 CONTROL STRUCTURE EL. 50.54 MW -10 POND INVERT EL.46.46 PVC EL. 54.14 2" AND 12" PVC PIPES MONITORING WELL MW -4R PVC EL. 53.70 ` ` MONITORING WELL SOUTH POND I W– PVC EL. 54.42 STAFF GAGE ZERO OF GAGE EL 44.17 v 0 vi w c` U 1 h ri h h a h rn 3 D D o MONITORING SITES D a LEGEND �'� Ardaman 3 Associates, Inc. ° MONITORING WELL LOCATION Gsotschnkal, Environmsnfal and i m i o Mats►lals Consultants i SURFACE WATER MONITORING LOCATION i 0 100 2001 GAS PROBE LOCATION ART LANE LANDFILL ° CITY OF SANFORD SEMINOLE COUNTY, FLORIDA SCALE: —r -200' �2L— - in Ardaman & Associates, Inc. PROPOSAL/PROJECT ACCEPTANCE AND AGREEMENT PROJECT INFORMATION: Project Name Fiscal Year 2012 Art Lane Landfill Groundwater and Gas Monitoring Services Project Location Sanford, Florida Proposal Number and Date 10- 10 -0405A August 24, 2011 Description of Services Groundwater and Gas Monitoring Services Estimated Fee $43,081.00 PROPERTY OWNER IDENTIFICATION: Name Citv of Sanfor Property Identification Number Address P.O. Box 1788 City /State Sanford, Florida Zip Code 32772 -1788 Phone 407- 330 -5640 Attention Mr. Bilal Iftikhar Title City Engineer SPECIAL INSTRUCTIONS: PAYMENT TERMS: Net 30 days from invoice date; invoices will be sent every four weeks for continued or extended projects. Interest charges, 1 %2% per month following the due date. PROPOSAL ACCEPTANCE: By accepting this Proposal, the Terms and Conditions of this Proposal, Including the Terms on this page, and Ardaman & Associates, Inc.'s General Conditions appearing on the reverse side of this page are incorporated herein by reference. In the event this Proposal Acceptance was received by facsimile, Client hereby confirms that the above described Proposal, the Terms and Conditions of this Proposal, Including the Terms on this page, and Ardaman & Associates, Inc.'s General Conditions have been made available and are incorporated in this agreement. Accepted this day of , 2011. (Print or type individual, firm or corporate body name) (Signature of authorized representative) (Print or type name of authorized representative and title) IRWAsion 1 -2006 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* PROFESSIONAL, TESTING AND SUPPORT SERVICES PROFESSIONAL SERVICES Senior Consultant Per Hour $175.00 Principal Engineer Per Hour $166.00 Senior Project Manager /Engineer Per Hour $140.50 Senior Construction Manager Per Hour $136.50 Project Manager Per Hour $121.00 Project Engineer V Per Hour $121.00 Senior Geologist/Scientist/Ecologist Per Hour $117.00 Project Engineer III Per Hour $115.50 Project Geologist III Per Hour $111.00 Project Engineer I /Engineering Associate Per Hour $110.00 Project Geologist I Per Hour $102.50 Assistant Project Engineer /Scientist Per Hour $102.00 Staff Engineer III /Geologist III /Scientist III Per Hour $ 90.00 Staff Engineer I /Geologist 1 /Scientist I Per Hour $ 73.50 Staff Ecologist III Per Hour $ 65.00 Staff Ecologist I Per Hour $ 55.00 Engineer Assistant Per Hour $ 57.50 Engineer Intern Per Hour $ 46.00 GIS SERVICES GIS Analyst III Per Hour $118.00 GIS Analyst I Per Hour $100.00 GIS Specialist III Per Hour $ 81.00 GIS Specialist I Per Hour $ 66.00 CONSTRUCTION MONITORING AND FIELD /LABORATORY TESTING SERVICES Field /Lab Technician V Per Hour $ 71.00 Field /Lab Technician IV Per Hour $ 63.50 Field /Lab Technician III Per Hour $ 55.00 Field/Lab Technician 11 Per Hour $ 48.00 Field /Lab Technician I Per Hour $ 38.00 DESIGN AND SUPPORT SERVICES Engineering Designer V Per Hour $ 86.00 Engineering Designer III Per Hour $ 74.00 Engineering Designer I Per Hour $ 66.00 Technical Draftsman III Per Hour $ 54.50 Technical Draftsman I Per Hour $ 46.00 Technical Secretary Per Hour $ 46.00 Office Assistant Per Hour $ 28.00 MISCELLANEOUS EXPENSES Outside Services and Expenses Per Job At Cost + 12% Printing and Reproduction Per Job At Cost + 12% Copying Per Page $ 0.10 Color Copying Per Page $ 0.50 Mileage (Automobile) Per Mile $ 0.45 Mileage (Truck) Per Mile $ 0.60 TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which Is an annual interest rate of 18 %, will be paid on all Invoices not paid within 30 days. Any attorneys fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. 'These prices are In effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. RMrd 4N711 1 ARDAMAN S ASSOCIATES, INC. 2009 FEE SCHEDULE` SUBSURFACE FIELD EXPLORATION (Page 1 of 3) MOBILIZATION /DEMOBILIZATION Mobilization and Demobilization • Men and Equipment (Minimum $100.00) Per Rig -Hour $169.00 • Mileage -Rig Per Mile $ 1.10 • Mileage -Truck Per Mile $ 0.60 • Portable Barge Price on request based on project requirements STANDARD DRILLING All Terrain Vehicle Add'I Price Per LF $ 1.00 Auger Borings (4 -inch) Per Lineal Foot $ 10.25 Wash Borings - Cuttings Only (up to 3 inch) • Soil drilling Per Lineal Foot $ 7.50 • Rock drilling Per Lineal Foot $ 12.00 Standard Penetration Test (SPT) Borings (ASTM D -1586) in soil (N- values <50): • from surface to 25 feet Per Lineal Foot $ 15.00 • from 25 feet to 50 feet Per Lineal Foot $ 16.75 • from 50 feet to 100 feet Per Lineal Foot $ 18.75 • from 100 feet to 125 feet Per Lineal Foot $ 23.75 • from 125 feet to 150 feet Per Lineal Foot $ 31.50 Standard Penetration Test (SPT) Borings in high resistance soil /rock (N- values >50) Add'I Price Per LF $ 3.10 Furnish, Install, and Remove Casing (up to 4- inch): • from surface to 50 feet Per Lineal Foot $ 9.00 • from 50 feet to 100 feet Per Lineal Foot $ 11.25 • from 100 feet to 150 feet Per Lineal Foot $ 14.00 Drilling (Time Basisy2 man -crew Per Crew -Hour $ 185.00 Drilling (Time BasisU3 man -crew Per Crew -Hour $ 210.00 Rock Coring (N or H size) • from surface to 50 feet Per Lineal Foot $ 36.00 • from 50 feet to 100 feet Per Lineal Foot $ 40.00 • from 100 feet to 150 feet Per Lineal Foot $ 45.00 SAMPLING Additional SPT and Samples • from 10 feet to 25 feet Per Additional Sample $ 29.00 • from 25 feet to 50 feet Per Additional Sample $ 32.00 • from 50 feet to 100 feet Per Additional Sample $ 36.00 • from 100 feet to 125 feet Per Additional Sample $ 41.00 • from 125 feet to 150 feet Per Additional Sample $ 51.00 Undisturbed Samples • Shelby Tube Per Sample $ 130.00 • Fixed- Piston Shelby, Osterberg, Pitcher Per Sample $ 158.00 SOUNDINGS Electric Dutch Cone Soundings Per Lineal Foot $ 12.00 Piezocone Soundings Per Lineal Foot $ 13.50 Muck Probing /Clay Sampling Per Crew -Hour $ 195.00 Electric Dutch Cone Soundings (Time Basis) Per Crew -Hour $ 190.00 Piezocone/Piezoprobe Soundings (Time Basis) Per Crew -Hour $ 205.00 Piezocone Dissipation Monitoring Per Crew -Hour $ 205.00 Piezoprobe Dissipation Monitoring Per Crew -Hour $ 165.00 TERMS: All Invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attorneys fees or other costs Incurred in collecting any delinquent amount shall be paid by the Client. 'These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Rwiwd 2flM1 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* SUBSURFACE FIELD EXPLORATION (Page 2 of 3) OTHER CHARGES Clearing Difficult Access, Hole Location and Set -Up Per Crew -Hour $ 169.00 Standby Time Per Crew -Hour $ 169.00 Piezometer and Well Installation (plus materials) Per Crew -Hour $ 185.00 Bore Hole Grouting and Sealing (plus materials) Per Crew -Hour $ 185.00 Well Clearing /Sensitivity Test/Water Level Reading Per Crew -Hour $ 185.00 Double Ring Infiltration Test Per Test $ 550.00 Air Boat Use Per Day $ 360.00 Support Water Truck Use Per Day $ 140.00 Instrumentation Unit Use Per Day $ 260.00 Lodging and Subsistence Per Crewman -Day $ 108.00 Materials & Supplies Per Job At Cost + 12% GENERAL FIELD EQUIPMENT Data Logger Per Day $ 390.00 Organic Vapor Analyzer (OVA 128 or Gastech) Per Day $ 133.00 Photo Ionization Detector (Photovac Tip) Per Day $ 164.00 Methane Detector Per Day $ 133.00 Explosimeter Per Day $ 83.00 Generator Per Day $ 138.00 Air Compressor Per Day $ 72.00 Steam Cleaner Per Day $ 138.00 Surveying Equipment Per Day $ 78.00 Centrifugal Development Pump Per Day $ 61.00 Submersible Sampling Pump and Controller (Daily) Per Day $ 180.00 Submersible Sampling Pump and Controller (Weekly) Per Week $ 540.00 Submersible Development Pump (Daily) Per Day $ 80.00 Submersible Development Pump (Weekly) Per Week $ 240.00 Peristaltic Purging Pump Per Day $ 61.00 Magnetometer Per Day $ 62.00 Product/Water Interface Probe Per Day $ 82.00 pH /Conductivity Meter Per Day $ 28.00 Turbidity Meter Per Day $ 64.00 Dissolved Oxygen Meter Per Day $ 118.00 Water Level Indicator Per Day $ 25.00 Bailer Usage Per Day $ 28.00 Streamgaging flow meter Per Day $ 27.00 Concrete Saw Per Day $ 140.00 Vibration Monitor Per Day $ 270.00 Trimble GeoXH GPS Per Day $ 65.00 Transducer Per Day $ 70.00 Hand Auger Per Day $ 20.00 Jon Boat & Motor Per Day $ 200.00 Ponar Dredge Per Day $ 25.00 Kemmar Sampler Per Day $ 25.00 Manta Data Sonde Per Day $ 180.00 EXPENDABLE SUPPLIES High Capacity (1 or 0.45 micron) Filter Each $ 29.00 Disposable Teflon Bailer Each $ 27.00 Disposable Polyethylene Bailer Each $ 17.00 Disposable Free Product Bailer Each $ 29.00 Isopropyl Alcohol (decontamination) Per Gallon $ 19.00 Deionized Water (decontamination) Per Five Gallons $ 14.00 16 oz. Soil Jars (soil headspace analysis) Per Box of 12 $ 14.00 Tygon Tubing Per Foot $ 3.00 Polyethylene Tubing Per Foot $ 0.60 55- gallon Drum Each $ 88.00 Master Lock Each $ 19.00 TERMS: All Invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which Is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attomeys fees or other costs incurred In collecting any delinquent amount shall be paid by the Client. *These prices are In effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Pa i.d 7117111 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE' SUBSURFACE FIELD EXPLORATION (Page 3 of 3) GEOPHYSICAL EQUIPMENT Geonics EM 34-3 Per Day $ 275.00 AGI Sting R1 -IP Per Day $ 265.00 Liner Leak Detection Equipment Per Day $ 275.00 SPECIAL DRILLING /SOUNDING Prices for special drilling (barge drilling; air boat sampling; amphibious drilling; NO wire line coring; large diameter borings; drilling in corrosive, contaminated or hazardous materials; drilling at great depths; installing large diameter temporary casing; etc.), field vane testing, and other specialized sampling or field tests will be determined per project. Work performed over water will be at 1.5 times the standard unit prices. INSTRUMENTATION Prices for installation of monitor wells, inclinometers and settlement devices, and for performance of packer tests will be determined per project. TERMS: All Invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual Interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attorney's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. 'These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. RWA-d 7/17/11 ARDAMAN $ ASSOCIATES, INC. 2009 FEE SCHEDULE* LABORATORY SOIL TESTING SERVICES CLASSIFICATION TESTS Moisture Content (ASTM D -2216) Each $ 13.00 Organic Content Loss on Ignition (ASTM D -2974) Each $ 29.50 Wet Combustion (AASHTO T -194) Each $100.00 Unit Weight/Classification of Undisturbed Sample Each $ 55.00 Grain Size Distribution Sieve Analysis (ASTM D -421, 0-422) Each $ 45.50 Fines Content (ASTM D -1140) Each $ 30.50 Hydrometer Analysis (ASTM D-422) Each $100.00 Atterberg Limits (ASTM D -4318) Plasticity Index Less than 150% Per Set $101.50 Plasticity Index Greater than 150% Add'I Per Set $ 63.50 Shrinkage Limit (ASTM D -4943) Each $ 79.00 Specific Gravity (ASTM D -854) Each $ 90.00 Marsh Funnel Viscosity (API 13B -1) Each $ 20.50 Slump Cone (ASTM C -143) Each $ 20.50 Effective Porosity (ASTM D -2325 at 1/3 atm) Each $ 66.50 COMPACTION TESTS Standard (ASTM D -698) or Modified Proctor (ASTM D -1557) Up to 5 Points Per Test $102.00 More than 5 Points Per Add1 Point $ 12.50 Plasticity Index Greater than 20% Add'I Per Test $109.50 Maximum - Minimum Density (ASTM D -4253, D -4254) Per Set $110.50 Limerock Bearing Ratio (3 Points) Per Set $350.00 CONSOLIDATION TESTS Incremental Consolidation Test (ASTM D -2435) Up to Ten Load or Unload Increments Per Test $570.00 More than Ten Load or Unload Increments Per Add'I Increment $ 50.00 Constant Rate of Strain Consolidation Test (ASTM D -4186) Each $595.00 Settling Test (D =10cm; Ho =30cm) Each $105.50 PERMEABILITY TESTS Rigid Mold Permeameter (ASTM D 2434), k21 E -03 cm /sec & - 200 <10% Each $225.00 Flexible Wall Permeameter (ASTM D 5084), k >1E -08 cm /sec Each $285.00 Flexible Wall Permeameter (ASTM D 5084), k51 E -08 cm /sec Each $410.00 Permeation with Fluid Other Than Water Add'I Per Test $170.00 STRENGTH TESTS Strength Index Tests (Torvane, Penetrometer) Each $ 5.50 Vane Shear Test (ASTM D -4648) Each $ 20.50 Unconfined Compression Test (ASTM D -2166) Strength Only Each $ 51.00 With Stress- Strain Curve Each $ 96.00 Triaxial Tests Unconsolidated- Undrained (ASTM D -2850) Each $245.00 Unconsolidated - Undrained (with pore pressure response) Each $560.00 Consolidated-Und rained (with pore pressure measurement) Each $560.00 Consolidated- Drained on Sands Each $460.00 Consolidated- Drained on Fine Grained Soils Each $600.00 Use of Fluid Other Than Water Add'I Per Test $170.00 Direct Shear Tests Conventional 2.3" Box Shear (ASTM D -3080) Per Normal Load $270.00 2.3" Box Shear With Stress Reversals Per Normal Load $415.00 2.3" Box Shear With Geosynthetics Per Normal Load $285.00 Direct Simple Shear Test (ASTM D -6528) Per Normal Load $765.00 Split Tensile for Rock Cores (ASTM D -3967) Each $128.00 Angle of Repose Each $ 49.00 Preparation of Laboratory Samples for Testing (e.g., sedimented or compacted) will be charged at $32.50 per sample. Prices for Visual Classification, for Special Sample Preparation, for Special Laboratory Tests (Slurry Consolidation, Leaching Tests, Settling Tests, etc.), and for testing contaminated soils or hazardous materials will be determined per project based upon technician man -hours and other considerations. In addition, a daily charge of $18.50 per day will be assessed for special long -term laboratory tests (i.e., slurry consolidation, leaching tests, etc.). TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual Interest rate of 18%, will be paid on all Invoices not paid within 30 days. Any attorney's fees or other costs incurred In collecting any delinquent amount shall be paid by the Client. *These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. ttew.ad 2117111 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE' LABORATORY CHEMICAL & GEOSYNTHETIC TESTING SERVICES CHEMICAL TESTS pH (FM5 -550) Each $ 7.00 Specific Conductance (FM3 -D 1125) Each $ 8.00 Sulfate (FM5 -553) Each $ 40.00 Chloride (FM5 -552) Each $ 40.00 Soil pH (FM5 -550) Each $ 40.00 Soil Specific Conductance Each $ 41.00 Soil Resistivity (ASTM G -57 or FM5 -551) Each $ 43.50 Carbonate Content (ASTM D 4373) Each $ 64.50 Water Corrosivity Series (FM5- 550,552,553, FM3 -D 1125) Each $ 92.00 Soil Corrosivity Series (FM5 -550, 551, 552, 553) Each $159.00 GEOSYNTHETICS Geomembrane Thickness (ASTM D -751, D -5199 or D -5994) Per Sample $ 15.75 Geomembrane Density (ASTM D -792) Per Sample $ 30.50 Geomembrane Tensile Strength (ASTM D -638 or D -6693) Per Set $ 77.00 Geomembrane Tear Resistance (ASTM D -1004) Per Set $ 67.00 Geomembrane Seams (ASTM D-4437 or D -6392) • 5 Peel and 5 Shear Specimens Per Set $ 45.50 • 10 Peel & 5 Shear Specimens Per Set $ 67.00 Geotextile Grab Tensile Strength (ASTM 0-4632) Per Set $ 77.00 Geotextile Trapezoidal Tear (ASTM D -4533) Per Set $ 91.00 Geotextile Mass/Unit Area (ASTM D -3776 or D -5261) Per Sample $ 30.50 Geotextile Thickness (ASTM D -1777 or D -5199) Per Sample $ 15.75 Geotextile Seam Strength (ASTM D -4884) Per Sample $ 51.00 Interface Direct Shear (ASTM D -5321) • Geosynthetic to Geosynthetic Per Normal Stress $255.00 • Geosynthetic to Soil Per Normal Stress $355.00 SAMPLE PREPARATION AND SPECIAL TESTS Preparation of Samples for Testing (e.g., crushing for carbonate content determination, filtering of clayey soil for chemical tests) will be charged at $32.50 per sample. Prices for other tests on geomembranes and geotextiles will be determined per project based upon technician man -hours and other considerations. TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which Is an annual Interest rate of 18 %, will be paid on all Invoices not paid within 30 days. Any attorney's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. 'These prices are In effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. RavlwC 211 7H t 10- 13- 1 1 P 12:03 DAT ACS ® 10/01/20111 `� CERTIFICATE OF LIABILITY INSURANCE 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 m 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 CONTACT -p NAME: Aon Risk Insurance Services West, Inc. PHONE (866) 263 -7122 FAX (847) 953 -5390 LOS An el es CA Office (,C. No. EXt : PJC. No. 707 wi 1 shire Boulevard E-MAIL o Suite 2600 ADDRESS: 2 Los Angeles CA 90017 -0460 USA INSURERS) AFFORDING COVERAGE NAIC # INSURED INSURER A:' National Union Fire Ins CO of Pittsburgh 19445 Ardaman & Associates, Inc. INSURERB: Insurance Company of the state of PA 19429 8008 South Orange Avenue Orlando FL 32809 u5A INSURER C: Chartis Specialty insurance Company 26883 POLICY NUMBER INSURER D: Lexington Insurance Company 19437 INSURER E: GENERAL LIABILITY INSURER F: COVERAGES CERTIFICATE NUMBER: 570043991817 REVISION NUM DAMAGE To RENTED PREMISES Ea occurrence 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. Limits shown are as requested INSIR LTR TYPE OF INSURANCE ADD IN SR SUBRI WVD POLICY NUMBER MMIDD MMIDD LIMITS A GENERAL LIABILITY GL EACH OCCURRENCE $1,000,000 DAMAGE To RENTED PREMISES Ea occurrence $1,000,000 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $10,000 CLAIMS -MADE X❑ OCCUR PERSONAL &ADV INJURY $1,000,000 X X,C,U Coverage a0 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMPIOP AGG $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: 9 POLICY X PRO- X LOC JECT r - A AUTOMOBILE LIABILITY CA 170 73 788 10/ 10/ COMBINED SINGLE LIMIT (Ea accident) $2 ,000,000 BODILY INJURY ( Per person) Z X ANY AUTO BODILY INJURY (Per accident) ALL OWNED SCHEDULED 4) w AUTOS AUTOS PROPERTY DAMAGE X HIREDAUTOS X NON -OWNED Per accident AUTOS m D TH1100027 10/01/2011 1010112012 EACH OCCURRENCE $5,000,000 V X UMBRELLA LIAB X OCCUR AGGREGATE $5,000,000 EXCESS LIAR CLAIMS -MADE I DEDI RETENTION B WORKERS COMPENSATION AND wc20635697 1070172011 10 /01 /2012 M WC STATU- OTH- X TORY LIITS ER B EMPLOYERS' LIABILITY YIN wc20635698 10/01/201110/01 /2012 EACH ACCIDENT S1, 000,000 B ANY PROPRIETOR / PARTNER / EXECUTIVE a NIA WC20635699 10/01/2011 10/Ol/2012 E.L. E.L. DISEASE -EA EMPLOYEE $1,000,000 OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1. , 000 , 000 �. c Contractor Prof CoPsl952583 10/01/2011 10/01/2012 Each Clain $5,000,000 $5,000,000 Prof /Poll Liab Agggregate DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) City of Sanford is included as additional insured with respect to General Liability, Auto Liability and umbrella Liability policies where required by written contract. stop Gap coverage for the following states: OH, WA, WY. 1 � CERTIFICATE HOLDER CANCELLATION �.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELJVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. city of Sanford AUTHORIZED REPRESENTATIVE Attn: B11al iftikhar P.O. Box 1788 Sanford FL 3 2772 USA 01988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD