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