Loading...
1985 PBA 18/19-08 AEL Piggyback w/Volusia CountyCITY OF Fob ®R e, FINANCE DEPARTMENT Wednesday, October 31, 2018 TO: City Clerk/Mayor RE: F A .14 be 6� is/are attached and forwarded to your office for the following action(s): The item(s) noted F] Development Order R Final Plat (original mylars) F] Letter of Credit F] Maintenance Bond n Ordinance F] Performance Bond F] Resolution El One completed, please: Return originals to Purchasing- Department Return copies Special Instructions: Ma4-L,s,ab Ord,&� From SharePoint—Finance—Purchasing_Forms - 2018.doc Mayor's signature Safe keeping (V F] Payment Bond ❑ City Manager Signature City Clerk Attest/Signature City Attorney/Signature Date CITY OF bANFORD FINANCE DEPARTMENT October 23, 2018 31 -3 a a 91 Uffli, I Contract/Agreement Name: P( 016), V -- 3 P313 Approval: APurckasingMa 'i i Ma ger Finance bVec—tor Date k([(" 1 Date Date Advanced Environmental Laboratories, Inc. Piggyback Contract (PBA 18/19-08) The City of Sanford ("City") enters this "Piggyback" Contract with Advanced Environmental Laboratories, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose address 6681 Southpoint Parkway, Jacksonville, Florida 32216, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Volusia County, Florida, said contract being identified as "Master Services Agreement (MSA 780 38136-1)" or "Solicitation Number 14-B-148AK", in order for the Vendor to provide laboratory analysis and sampling services (said original contract being referred to as the "original government contract'). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state NIA if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Bilal Iftikhar, P.E., J.D.; Public Works Director; City Hall; City of Sanford, Florida; 300 North Park Avenue; Sanford, Florida 32771, telephone number 407-688- 5085, facsimile transmittal number 407-688-5091 Bilal. Iftikhar@Sanfordfl.gov. and whose e-mail address is (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties 2 arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.H000HIN a@SANFORDFL.GOV. (11). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 3 (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. SIGNATURE PAGE FOLLOWS: 4 Entered thisday of de- /-o be 4 2018. Attest: om Jennifer L r"� ea Vice PINdent Attest., Advanced Environmental Laboratories,Inc., Florida CorDorati.( A BY: Charles M. Ged President Date: City Of Ql MO( �Q M- BY: Traci Houchin, CMC, FCRM, City Clerk C!) Approved as to form and legal sufficie Colbert City Attorn-eV '' '% "� "' M �--• "'� ADVAN-8 OP ID: JI 10123/2018112018 YY) DATE0123112018 A,GOJRA CERTIFICATE OF LIABILITY INSURANCE V 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 904-565-1952 Brown & Brown of Florida, Inc. Building 100, Suite 100 10151 Deerwood Park Blvd CONTNAME.ACT Jamie Pepe PHONE 904-565-1952 FAX 904-565-2440 ac, No, Ext : AIC, No): E-MAIL jpepe@bbjax.com ADDRESS. Jacksonville, FL 32256 Jim Parrish INSURERS AFFORDING COVERAGE NAIC # INSURERA:Brid efield Employers Ins. Co. 10701 04/22/2019 INSURED Advanced Environmental INSURER B: Colony Insurance Company Laboratories, Inc. 6681 Southpoint Parkway INSURERC: INSURERD: Jacksonville, FL 32216 INSURER E: INSURER F: COVFRAGES CERTIFICATE NUMBER- REVISION NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSHRED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUB I 11 POLICY NUMBER POLICY EFF POUCY EXPITR IMIDDIYYYYI LIMITS B X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FKOCCUR �r PACE308344 04/22/2018 04/22/2019 EACH OCCURRENCE S 2,000,000 DAMAGE TO RENTED $ 1,000,000 MED EXP (Any oneperson) S 5,000 X Pollution X Transportation PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY ❑ jEeT F-1 LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMPIOPAGG S 2'000'000 Emp Ben. $ 2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED nitSINGLE LIMIT $ BODILY INJURY Perperson) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS SSW BODILY INJURY Per accident S E AUTOS ONLY ARTOS ONL� PerOacGRdentDAMAGE $ S B UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 AGGREGATE S 1,000,000 X EXCESS LIAR CLAIMS -MADE EXC308345 04/22/2018 04/22/2019 DED I I RETENTIONS A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN OFFICERIMEMBER EXCLUDED? ECUTIVE (Mandatory in NH) N / A 830-37393 01/26/2018 01126/2019 PEAT T EOR H X I E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1'000'000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S 1,000,000 B Professional PACE308344 04/22/2018 04/22/2019 Aggregate 2,000,000 Per Claim 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Sanford is included as Additional Insured with respect to the General Liability policy when required by written contract. 30 Day Notice of Cancellation provided per policy provisions. Excess Liability to follow form. CITYSAN City of Sanford 300 N Park Avenue; PO Box 1788 Sanford, FL 32772 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � �', - ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Master Agreement NO. 780 3813B -1 TERM: 2018-10-15 to 2019-10-15 Page 1 of 2 Volusia County FLORIDA Date Issued: 09/13/2018 Vendor contact: County contact: Unit Bill To: Name: Sheila Wilcox Name: DOROTHY FOSTER 96148 County of Volusia Phone: 407-937-1594 Ext.: Phone: 386-822-6465 Ext,: 13636 AS REQUIRED BY E-mail: swilcox@aellab.com E-mail: dfoster@volusia.org USING DEPARTMENT VOLUSIA COUNTY, FL 32720 Vendor Name: Vendor No. 09061900170 Ship To: ADVANCED ENVIRONMENTAL LABS AS REQUIRED BY USING DEPARTMENT 6681 SOUTHPOINT PARKWAY VOLUSIA COUNTY, FL 32720 JACKSONVILLE, FL 32216 Purchasinq VICTORIA BERTLING Solicitation Number: 14-B-148AK Phone: 386-626-6626 Ext: E-mail: vbertling@volusia.org Award Date: 2018-08-21 Payment Terms: Net 45 Days, FOB Dest, Freight allowed Award Authorization: COUNCIL Document Description: Lab Analysis and Sampling Line Item Commodity Code Unit Description P Unit Price or Contract Amount 2 96148 EA Lab analysis and sampling, per attached price list. 0.000000 )r Jeaniene Jennings CPPB Purchasing & Contracts Director Remainder of page is blank County of Volusia Sales Tax Exemption Number 8.5-80126223930-9 A delivery order is required for the release of items / services from the referenced Master Agreement. If a solicitation number is referenced then the terms and conditions of said solicitation become part of the Master Agreement. Deviation from prices stated is not permitted without a signed corrected Change Order. If vendor terms and conditions conflict with Count of Volusia Terms and Conditions, the County's Terms and Conditions prevail. See reverse side for terms and conditions. Purchase Order (PO) or Master Agreement (MA) Terms and Conditions Providing any good or service constitutes acceptance of this entire PO or MA without exception. In the event this document is issued based on a solicitation or quote, the terms and conditions of the solicitation or quote prevail. Acceptance. Products/Services purchased as result of this PO or MA may be tested for compliance with specifications. Items delivered not in conformance with the specifications may be rejected and returned at the Provider's expense. Those items and items not delivered by the delivery date specified in the accepted offer and/or PO or MA may be purchased on the open market. Cancellation of Order. A request by either party to PO to cancel the order at no cost Delivery. Title and risk of loss shall pass when items have been received, inspected, and accepted by County of Volusia ("County'). All associated shipping, insurance, and other related costs shall be bome by Provider. Discontinued. Provider shall give County 30 (thirty) days advance notice of a discontinued item(s) so that County can purchase additional quantities of discontinued item(s). County must give written approval of replacement(s) if they exceed previous price or fail to meet quality, form, fit, or function of the discontinued item. Time is of the essence regarding Performance of Services and this PO or MA can be terminated by the County for convenience, non -appropriation of funds, or non-performance. Disputes. If such dispute arises under this PO or MA and is not resolved informally by the parties within five (5) business days, the party bringing a claim ("Disputing Party") shall deliver to the first level representative of the other party a written statement ("Dispute Notice') describing the dispute. If the respective representatives cannot resolve the dispute within ten (10) days, the dispute shall be escalated through two higher levels of management. If the dispute has not been resolved within 25 (twenty- five) calendar days after delivery of the Disputing PartyAET's notice, either party may give written notice to the other party declaring the resolution process terminated and pursue other legal recourse or inifiate formal non-binding mediation before a single mediator, which shall be completed within 30 (thirty) days of initiation, in accordance with rules of practice and procedure adopted by the Supreme Court of Florida for court-ordered mediation, Rule 1.700, et seq., of the Florida Rules of Civil Procedure, and Chapter 44, Florida Statutes. If the dispute remains unresolved after conducting such mediation, then either party may proceed to finalize such termination remedies and commence litigation in a court of competent jurisdiction. Compliance with FEMA 2 CFR 200.318-326 and Appendix 11 Contract Provisions. This Agreement and the products/services provided may be utilized in the event of declared State/Federal Emergency and Contractors shall be prepared to comply with the requirements of the FEMA Super Circular CFR 200.318-326 and Appendix 11 Contract Provisions as amended. These documents can be found on the Internet at: https:/Av".gpo.govtfdsys/granule/CFR-2014-fifle2-voll/CFR-2014-title2-volt-sec20O-318 Governing Law/JuNsdictionA/enue. This PO or MA shall be governed by the laws of the State of Florida and venue for any litigation arising from this PO or MA shall be in the County of Volusia, Florida, and any trial shall be non -jury. Provider shall comply with all applicable laws and regulations. Insurance. For goods and services delivered or performed by Provider on County premises, Provider certifies it maintains comprehensive general liability insurance and auto insurance in the amounts idenfified in the solicitation and/or contract and any amendments thereto pertaining to this PO or MA, or from an A.M. Best "A =' or better rated insurance firm authorized by the Stale of Florida Insurance Commissioner. The County reserves the right to require the "County of Volusia" be named as additional insured for projects when deemed necessary. For services performed off County premises and goods delivered by third party carriers, the Provider shall use such carriers that maintain such insurance coverage as set forth above. Intellectual Property. Provider agrees to protect, defend, indemnify, and save the County, its agents, officials, including elected officials, and employees of the County harmless from and against any and all claims, demands, actions, and causes of action which may arise asserting that a copyright, trademark, trade secret, or patent ("Intellectual Property"), as provided under this PO or MA, infringes or misappropriates any third party's Intellectual Property. If Provider must pay a third party any license, royalty, or other such usage fee in order to deliver the item(s) under this PO or MA, such third party and usage fee must be specified in the Provider's offer to sell to the County. Indemnification. The Contractor shall indemnify, defend and hold harmless the County and its employees, officers, elected and appointed officials, agents, attorneys, representatives, volunteers, divisions, departments, districts, authorities, and associated entities from and against all claims, damages, losses, and expenses, including, but not limited to attorney's fees, arising out of or resulting from the performance of this Agreement to the extent that any such claim, damage, loss and expense is caused by any negligent act or omission of the Contractor, anyone directly or indirectly employed by Contractor. Modification & Assignment. County may unilaterally change, at no additional cost, the quantity and receiving point within the County for items not yet shipped. All other items must be mutually agreed upon in writing. County is not required to pay for defective items, back -orders, late deliveries, those quantities exceeding the PO or MA quantity, or items shipped at a higher price than stated on the PO or MA. Neither this PO or MA nor any interest herein shall be assigned, transferred, or encumbered by Provider except as authorized in writing by the County. Notices. All notices given by one party to the other party under this PO or MA shall be delivered to the receiving party's address set forth on this PO either by hand, qualified courier, or e-mail and shall be deemed received the day after it is transmitted. For the County, it shall be addressed to the Purchasing and Contracts Department, 123 West Indiana Avenue, 3rd Floor, Deland, Florida, 32720 or purchasing@volusia.org. No Waiver. Except as expressly set forth herein, no failure or delay on the part of County in exercising any right, power, or remedy hereunder shall operate as or be deemed a waiver thereof, nor shall any single or partial exercise of any right, power, or remedy preclude any other or further exercise thereof, or the exercise of any other right, power, or remedy. Order of Precedence. In the event of conflict between this PO or a Master Agreement (MA), the originating Volusia County contract and amendments thereto shall be controlling. This control shall pertain to all specifications and scopes of work included in the originating Volusia County contract and any amendments thereto. Payment. Except for construction services, which shall be paid pursuant to the Florida Prompt Payment Act, County shall pay Provider within 45 (forty-five) days after receipt of an accurate and undisputed invoice, unless the County accepts a prompt payment discount from Provider and the goods or services are not defective. Invoice, packing slip, delivery receipt, order acknowledgement, and correspondence shall clearly indicate the PO or MA number. Any additional or different terms and conditions on Provider's documents shall be considered null and void. The County may deduct amounts it is due from Provider's payment or not pay disputed invoices unfit such dispute is resolved. Nothing in this PO or MA shall create any obligation on the part of the County to pay directly to any subcontractor of Provider any monies due to such subcontractor or claims of such subcontractor for amounts owed by Provider to subcontractor for goods or services provided under this PO or MA. Sovereign Immunity. The County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding anything set forth in any section of the Agreement, Master Agreement, and/ or this Purchase Order to the contrary, nothing in any such documents shall be deemed as a waiver of immunity or the limitations of liability of the County beyond any statutory limited waiver of immunity or limits of liability which may have been or may be adopted by the Florida Legislature, and the cap on the amount and liability of the County for damages regardless of the number or nature of claims in tort, equity, or contract shall not exceed the dollar amount set by the legislature for tort. Nothing in the Agreement, Master Agreement, or this Purchase Order shall inure to the benefit of any third party for the purpose of allowing any claim against the County, which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. Taxes. County is exempt from Manufacturers' Federal Excise Tax (Exemption# 49-6000.885) and Florida sales tax (Exemption# 85-8012622393C-9). Certificates are available at www.volusia.org/purchasing. After accessing the foregoing website, select, "Doing Business with Volusia County" and "Consumer Certificate of Tax Exemption" from the available menu screens to see a copy of the certificates. Termination for Convenience. The County may cancel the PO or MA in whole or part when it is in the best interest of the County with thirty (30) days notice. UCC. In addition to any rights or remedies contained in this P.O., each party shall have rights, duties, and remedies available through the Uniform Commercial Code (UCC) Warranty. Provider warrants that all Work or Services performed under this PO or MA shall be performed in a good and competent workmanlike manner to the satisfaction of the County, and materials shall be of good quality (unless otherwise stated on PO or MA), and free from defects and pursuant to specifications and requirements of the contract related to this PO or MA. Volusia County Purchasing & Contracts Division, (rev. 09-19-17 apprvd CHJJ) ITB 14-B-148AK Page 1 of 6 ATTACHMENT B -Pricing LABORATORY ANALYSIS AND SAMPLING Vo(usia County FLORIDA ?TB 14-B-148AK Page 2 of 6 ATTACHMENT B-Pricing LABORATORY ANALYSIS AND SAMPLING Volusia County itONIOA !TB 14-B-148AK Page 3 of 6 ATTACHMENT B -Pricing LABORATORY ANALYSIS AND SAMPLING Valus�` — a C ty FLORIDA ITB 14-B-148AK Page 4 of 6 ATTACHMENT B -Pricing LABORATORY ANALYSIS AND SAMPLING Volusia County FLORIDA . "'T9 zcs, ,., Pncel'er>Test., tVletals P ice Ethane/Ethene 115.00 Aluminum 15.00 2- Butanone 45.00 Antimony 15.00 Lindane 100.00 Arsenic 15.00 Endrin 100.00 Barium 15.00 Methoxychlor 100.00 Beryllium 15.00 Toxaphene 100.00 Cadmium 15.00 2,4-D 100.00 Calcium 6.00 2, 4, 5 -TP (silvex 100.00 Chromium 15.00 Ethylene Dibromide (GCS EDB) 35.00 Copper 6.00 Vinyl Chloride 45.00 Cobalt 15.00 1, 2-Dichloroethane 45.00 Iron 6.00 1, 1, 1 -Trichloroethane 45.00 Lead 6.00 Trichloroethene 45.00 Magnesium 6.00 Tetrachloroethene 45.00 Manganese 15.00 Benzene 45.00 Mercury 12.00 Carbon Tetrachloride 45.00 Low Level"Mercury 85.00 1,3 -Dichlorobenzene 45.00 Molybdenum 15.00 Tolune 45.00 Nickel 15.00 Xylenes (total) 45.00 Potassium 6.00 1,2,4-Trichlorobenzene 45.00 Selenium 15.00 1,4 -Dichlorobenzene 45.00 Silver 15.00 1,2 -Dichlorobenzene 45.00 Sodium 6.00 Chlorobenzene 45.00 Thallium 15.00 1,1-Dichloroeth lene 45.00 Tin 15.00 cis- 1,2-Dichloroeth lene 45.00 Vanadium 15.00 1,2-Dichloro ro ane 45.00 Zinc 15.00 Eth (benzene 45.00 Toxicity Characteristic Leaching Procedure (TCLP) 25.00 Styrene 45.00 Arsenic 15.00 Trans- l,2-Dichloroeth lene 45.00 Barium 15.00 Dichloromethane 45.00 Cadmium 15.00 1,1,2 -Trichloroethane 45.00 Chromium 15.00 Trihalomethane 45.00 Lead 6.00 Chlorinated Phenols 125.00 Mercury 12.00 Pur able Halocarbons 601/8260 55.00 Selenium 15.00 Pur able Volitals 85.00 Silver 15.00 Purgable Aromatics 602/8260 45.00 TCPL Organics - Price includes extraction plus methods 8260,8270,8151,8081 650.00 Total Organic Halogens 125.00���,'::Citxtt'fcfi%ds.`.'� Total Recovery H drocarbon/FLPRO 40.00 Biochemical Oxygen Demand 12.00 Polynuclear Aromatic H drocarbs 90.00 Chemical Oxygen Demand 12.00 Organic Toxic Pollutants - VOC 85.00 Oil & Grease (1664 HEM & TPH) 45.00 Organic Toxic Pollutants - BNA 225.00 lPhenols, Total 35.00 ITB 14-B-148AK Page 5 of 6 ATTACHMENT B -Pricing LABORATORY ANALYSIS AND SAMPLING Volusia County -ORMA Organic Toxic Pollutants - Pesticides 125.00 Total Organic Carbon 15.00 Organic Toxic Pollutants - VOC 85.00 Total Inor anic Carbon 35.00 Total Volatile Solids 25.00 ="�Pri�e�er'i'es3 Er ... Ammonia Nitrogen 8.00 Hazardous Waste Characterization Ammonium 20.00 Reactive Cyanide 55.00 Kjeldahl Nitrogen, Total 20.00 Reactive Sulfide 35.00 Nitrate Nitrogen (IC Anions) 6.00#a"���:. " • ; ,. " �s' -. ` :" .. , �.-:.." ..,FrieePerst'..,,.s"7 " Nitrite Nitrogen (IC Anions) 6.00 RCRA Metals (8) 95.00 Nitrogen, Total 25.00 Priortiy Pollutant Metals (13) 135.00 Organ c Nitrogen 35.00 TAL Metals 165.00 Fecal Coliform 9.00 PAH's by EPA 625 or 8270C 90.00 Total Coliform 8.00 Base/Neutrals by EPA 625 or 8270C, PP or TCL list 225.00 RsiduelSolts, .:. PricePerrest:"", Base/Neutrals and Acid Extractables by EPA 625 or 8270C, PP or TCL List (MSSV) 225.00 Total Dissolved Solids 7.00 BNA RCRA List with TCLP extraction (EPA 1311 & 8270C) 250.00 Total Suspended Solids 7.00 STARS PAH's by EPA 8270C 135.00 Percent Solids 15.00 PCB's by EPA 8082 85.00 777777,77, >TCS7 " irl¢el! ITB 14-B-148AK Page 6 of 6 ATTACHMENT B -Pricing LABORATORY ANALYSIS AND SAMPLING Valusia County LOPIDA . I3E�i11Lt0135' , . BNA = Base, Neutral, Acid extractable organics BTEX = Benzene, Toluene, Ethylbenzene, Xylenes CFR = Code of Federal Regulations MTBE = Methyl Tert-Butyl Ether PAHs = Polynuclear Aromatic Hydrocarbons PCBs = Polychlorinated Biphenyls RCRA = Resource Conservation and Recovery Act SPLP = Synthetic Precipitation Leaching Procedure TAL = Target Analyte List TCLP = Toxicity Characteristic Leaching Procedure TRPH = Total Recoverable Petroleum Hydrocarbons VOAs = Volatile Organic Aromatics VOCs = Volatile Organic Compunds VOHs - Volatile Organic Halogens File Number: 5872 Page 1 of 2 Date: 08/21/2018 AGENDA ITEM Item: Z I [] Ordinance I [] Resolution I [] Budget Resolution I [X] Other I County Goals [] Thriving [] Economic & [] Excellence In [X] NA yv�;-a. Communities Daniel D. Eckert County Attorney Financial Vitality Government Director Legal 9 Manager 9 Department: Public Works Division: Water Resources and Utilities I Subject: Renewal of agreements for laboratory analysis and sampling, 14-B-148AK. I John Angiulli Jeaniene Jennings Legal County Manager's Office Director Public Works Director Purchasing yv�;-a. C� Daniel D. Eckert County Attorney Donna de Peyster Deputy County Director Legal 9 Manager 9 Approved in Department Department Approval Accordance with �,T Purchasing Policies and Procedures Approved to Form Michael Ulrich Tammy Bong Director Water and Director Management and Legality Utilities and Budget �F.0. �Z:L Division Approval Approved as to Budget Requirements Council Action: Approved As Recommended Modification: Fund Number(s): Description: Amount: 457 Water And Sewer Utilities Contract Services 457-780-4000-3400 and $72,000.00 457-780-5000-3400 450 Solid Waste Solid Waste - Fund 450 (Laboratory testing) $62,000.00 450-760-5000-3196 Total Item Budget: $134,000.00 Staff Contact(s): Phone: Ext. John Angiulli 386 736 5965 12712 Michael Ulrich 386 943 7027 12724 Regina Montgomery 386 943 7889 13603 Summary/Highlights: On October 16, 2014, the County Council awarded agreements to Advanced Environmental Laboratories (AEL), Inc., Altamonte Springs, FL, and Pace Analytical Services, Inc., Ormond Beach, FL for laboratory analysis and sampling. The award was for an initial three year term with two optional ane year renewals. Of the using divisions, water resources and utilities utilizes these agreements the most. (F�o P6 Seri) Budget 2-4 File Number: 5872 Page 2 of 2 Staff is satisfied with the service levels provided by the vendors and recommends approval of the final one year renewal option with the same prices, terms and conditions. The estimated annual expenditure for these services is approximately $134,000 with historical expenditure data attached. Copies of the fully executed agreements and applicable exhibits are available for review in the purchasing and contracts division. Recommended Motion: Approval. Budget 24