Loading...
HomeMy WebLinkAboutContracts & Agreements_115-2023NPS-2.1 (8.22) AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES FOR EQUIPMENT AND SUPPLIES This agreement for the provision of Laboratory Service for Water and Wastewater("Agreement") is made and entered in this 20th day of June, 2023 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Babcock Laboratories, Inc., ("Contractor"). City and Consultant are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Consultant agree as follows: ARTICLE 1 — ENGAGEMENT OF CONTRACTOR 1.1 City hereby engages Contractor to perform laboratory services for City (the "Services"). 1.2 The Services shall be performed by Contractor in a professional manner, and Contractor represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional Contractors in the industry providing like and similar types of Services. ARTICLE 2 — SERVICES OF CONTRACTOR 2.1 The Services that Contractor shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference. 2.2 Contractor shall comply with applicable federal, state and local laws and regulations in the performance of this agreement including, but not limited to, any applicable State prevailing wage laws. ARTICLE 3 —RESPONSIBILITIES OF CITY 3.1 City shall make available to Contractor information in its possession that may reasonably assist Contractor in performing the Services. 3.2 City designates John R. Harris, Municipal Utilities and Engineering Department Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 4 — PERFORMANCE OF SERVICES 4.1 Contractor shall perform and complete the Services in a prompt and diligent manner in accordance with the schedule set forth in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference. 4.2 The term of this Agreement shall be for a period of one (1) year from the Effective Date of this Agreement (the "Initial Term"). The City shall have the option to extend the Initial Term of this Agreement by two (2) additional one-year terms (each, an "Extended I L\cmo\Agreements\Agreement Babcock Laboratories FY22-0189.doe - AE NPS-2.1 (8.22) Term"), on the same terms and conditions, by providing written notice to Contractor at least thirty (30) days prior to the expiration of the Initial Term or any Extended Term, and upon mutual consent of the Contractor. The Initial Term and the Extended Terms are hereby collectively, referred to herein as the "Term" of this Agreement 4.3 If Contractor's Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form, and made available to City, consistent with City Council -adopted policy for the same. It shall be the obligation of Contractor to obtain a copy of such policy from City staff. ARTICLE 5 — PAYMENTS TO CONTRACTOR 5.1 The compensation for Contractor's performance of the Services shall not exceed the amount of Two Hundred Seventy -Five Thousand Dollar ($275,000) for the Services provided during the Initial Term. Should this Agreement be renewed, the compensation for Contractor's performance for the Services shall not exceed the amount of Two Hundred Seventy -Five Thousand Dollar ($275,000) for the first Extended Term; and Two Hundred Seventy -Five Thousand Dollar ($275,000) for the second Extended Term, bringing the total possible amount of compensation to a not -to -exceed amount of Eight Hundred Twenty -Five Thousand Dollar ($825,000). For the Initial Term and each Extended Term, City shall pay Contractor on a time and materials basis up to the not to not -to -exceed amount in accordance with the rates specified in Exhibit `B," titled "Price and Fee Bid," which is attached hereto and incorporated herein by reference. 5.2 Contractor shall submit monthly invoices to City describing the Services performed during the preceding month. Contractor's invoices shall include a brief description of the Services performed, the dates the Services were performed, the number of hours spent and by whom. City shall pay Contractor no later than thirty (30) days after receipt and approval by City of Contractor's invoice. 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section: CITY City Clerk City of Redlands 35 Cajon Street P.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org 2 L\emo\Agreements\Agreement Babcock Laboratories FY22-0189.doe - AE CONTRACTOR Tiffany Gomez, President CEO Babcock Laboratories, Inc 6235 River Crest Dr. Ste H Riverside, CA 92507 info@babcocklabs.com (951) 653-3351 x134 NPS-2.1 (8.22) (909)798-7531 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6.1 The following insurance coverage required by this Agreement shall be maintained by Contractor for the duration of its performance of the Services. Contractor shall not perform any Services unless and until the required insurance listed below is obtained by Contractor. Contractor shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City. A. Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Contractor is self -insured or exempt from the workers' compensation laws of the State of California. Contractor shall execute and provide City with Exhibit "C," titled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B. Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate, for public liability, property damage and personal injury is required. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. C. Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit bodily injury liability and property damage liability. This coverage shall include all Contractor owned vehicles used in connection with Contractor's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. 6.2 Contractor shall defend, indemnify, and hold harmless City and its elected and appointed officials, employees and agents from and against any and all claims, losses and liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent act or omission by, or the willful misconduct of, Contractor, or its officers, employees and agents in performing the Services. ARTICLE 7 — CONFLICTS OF INTEREST 7.1 Contractor covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Contractor's Services. Contractor further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. 3 1 \cmo\Agreements\Agreement Babcock Laboratories FY22-0189.doe - AE NPS-2.1 (8.22) 7.2 Contractor agrees it is not a designated employee within the meaning of the Political Reform Act because Contractor: A. Does not make a governmental decision whether to: (i) approve a rate, rule or regulation, or adopt or enforce a City law; (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract; (iv) grant City approval to acontract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) grant City approval to a plan, design, report, study or similar item; (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof. B. Does not serve in a staff capacity with City and, in that capacity, participate in making a governmental decision or otherwise perform the saine or substantially the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 7.3 In the event City determines that Contractor must disclose its financial interests, Contractor shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk. ARTICLE 8 — GENERAL CONSIDERATIONS 8.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party. 8.2 Contractor shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, results in City's immediate termination of this Agreement. 8.3 Contractor is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any of its agents shall have control over the conduct of Contractor or Contractor's employees, except as herein set forth. Contractor shall supply all necessary tools and instrumentalities required to perforin the Services. Assigned personnel employed by Contractor are for its account only, and in no event shall Contractor or personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City. Contractor shall have no authority, express or implied, to act on behalf of City in any capacity 4 1:\cmo\Agreements\Agreement Babcock Laboratories FY22-0189.doc - AE NPS-2.1 (8.22) IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed in confirmation of this Agreement. CITY OF REDLANDS By: �P /dieeda, Mayor ATTEST: kn!l1-.nal1"son,City Clerk 6 1:\cmo\AgreementslAgreement Babcock Laboratories FY22 -0 ] Wdoc - AE BABCOCK LABORATORIES, INC IC NPS-2.1 (8.22) whatsoever as an agent, nor shall Contractor have any authority, express or implied, to bind City to any obligation. 8.4 This Agreement may be terminated by City, in its sole discretion, by providing not less than ten (10) days prior written notice to Contractor of City's intent to terminate. If this Agreement is terminated by City, an adjustment to Contractor's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed Services, and (2) any payment due Contractor at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Contractor. Upon receipt of a termination notice, Contractor shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of project related data, drawings, specifications, reports, summaries and such other information and materials as may have been accumulated by Contractor in performing the Services. Contractor shall be compensated on a pro-rata basis for Services completed up to the date of termination. 8.5 Contractor shall maintain books, ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor pursuant to this Agreement. Such books shall be available at reasonable times for examination by City at the office of Contractor. 8.6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Contractor. 8.7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, California, and the federal courts located in Riverside County, California. 8.8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. 5 1:\crn6Agreements\Agreement Babcock Laboratories FY22-0189.doc - AE NPS-2.1 (8.22) EXHIBIT "An SCOPE OF SERVICES Babcock Laboratories must possess the skills, licenses, certifications, and professional expertise necessary to provide analytical services to the City with a level of competency maintained by other environmental testing laboratories in the industry that offer similar types of services. To this end, Babcock Laboratory shall be certified by ELAP, NELAP, and approved by EPA for all UCMR5 constituents. Provide updated/renewed laboratories certification and Field of Accreditation to City staff (Including subcontracted laboratories' certification and FOAs). Furthermore, at least 95% of lab analyses listed in the fee schedule shall be conducted in-house without subcontracting. The quality of laboratory tests shall be governed by the NELAP-Approved Quality Assurance Manual and adhere to a strict Code of Ethics, policies, minimum detection limits (MDLs) below the Method Reporting Limit (MRL), Laboratory Control Sample (LCS), and Matrix Spike (MS) shall be conducted with each sample batch (for selected tests), and MRL check shall be performed with each sample batch (for selected tests). The laboratory shall maintain accreditation and a laboratory license to perform testing, audit the most recent third -party audit report of quality systems (required as part of accreditation), and the most recent third -party proficiency test results (required as part of accreditation). The laboratory shall have a Quality Assurance (QA) Manual with a table of contents that illustrates the depth of policies and procedures, Standard Operating Procedures (SOPs) for laboratory procedures for analysis according to approved test methods, Method Acceptance Limits (MALs) for each analytical method to demonstrate precision and accuracy, and MDLs for annual demonstration of capability to meet specific reporting limits. The laboratory shall have documentation of the laboratory's investments in and commitment to technological advancements in instrumentation. Babcock Laboratories shall dedicate at least one instrument for each analysis, and a minimum of two dedicated instruments and two dedicated staff members for Volatiles, Perchlorate, Nitrate. The laboratory shall be available for deliveries and pick-ups five days per week and on weekends when required. Babcock Laboratories shall utilize a web -based data reporting system with Environmental Data Transfer (EDT) (Environmental Defense Fund, CDX, CLIP, and SWRCB) capability, Electronic Data Deliverable (EDD) (Laboratory Information Management System and HACH-WIMS) capability. The laboratory shall provide waterproof labels on pre -labeled containers that are color -coded according to preservatives, with lot numbers and expiration dates of preservatives. 7 I:\cmo\Agreements\Agreement Babcock Laboratories PY22-0189.doe - AB NPS-21 (8.22) The laboratory shall provide ice packs and packaging materials for sample transportation and a customized chain of custody form for every sample point. The laboratory shall deliver reports with the proper project name and identification of either drinking water, wastewater, industrial monitoring, stormwater, SSO's or sludge, and provide laboratory reports to the appropriate designated city staff within a ten (10) business day timeframe or sooner, unless it is considered a rush sample which shall be submitted within approved turn around time by Babcock Laboratories. The report should also include all following information but not limited to: 1) Project Name, 2) Report Date, 3) Date Sampled, 4) Date Submitted, 4) Chain of Custody, 5) Analyst Name, 6) Matrix, 7) Sample ID, 8) RDL, 9) MDL, 10) Units 11) Analysis Date, 12) Analyte(s), 13) Result, 14) Flag for any QC failures, 15) Blank and QC batch result, and 16) Method(s) Provide Wastewater Report result with Reporting Limit/MDLs value rather than RDL. If Babcock Laboratories staff notices abnormal data results, they need to notify city staff within 48 hours of findings. (Certain analyses are required within 24 hours of finding the result. Those analyses will be agreed upon between City and Babcock Laboratories.) When Babcock Laboratories staff provides sampling service for the City, staff must follow every step and safety measure written in the method and regulations. The Babcock Laboratories shall provide reports in PDF and CSV formats (EDT format when necessary) when reports are delivered to City staff. Babcock Laboratories shall provide a description of the sample kits to be used, and the sample return method shall meet analytical hold times and cost implications. The laboratory shall provide order login and acknowledgment, the method for organizing work orders, communicate with the City any issue at onset, QA/QC measures taken to assure accuracy, precision, completeness, and correctness. The laboratory shall submit invoices to the City within 30 days of the report 8 1:\cmo\Agreements\Agreement Babcock Laboratories FY22-0189.doe - AE NPS-2.1 (8.22) EXHIBIT "B" PRICE AND FEE BID z . ...... ..... :X: z ....... . . .. . QTY11.1 c', wv- 1 1 Total Alkalinity SM2320B $11.00 $11.00 2 1 Apparent Color SM 2120B $8.00 f $8.00 3 5 Asbestos EPA 100.2 $350.00 $1,750.00 4 1 Carbarnates EPA 531.1 $75.00 $75.00 5 1 Chloride EPA 300.0 $9.60 $9.60 Chlorinated Acid 6 1 Herbicides by GC- EPA 515.4 $75.00 $75.00 ECD Coliform, 7 10 Presence/Absence by SM 9223B $18.00 $180.00 Colilert 8 1 Cyanide (Free) SM 4500-CN G $30.00 $30.00 or EPA 335.4 9 1 Dioxin EPA 1613 $350.00 1 $350.00 10 1 Diquat and Paraquat EPA 549 $175.00 $175.00 11 100 EDB and DBCP by EPA 504.1 or $48.00 GC-ECD EPA 524.3 12 1 Endothall by GC -MS EPA 548.1 $84.00 $84.00 13 1 Fluoride EPA 300.0 $9.60 V$4,800.00 $9.60 14 20 General Minerals See Appendix A $155.00 $3,100.00 15 700 General Physicals See Appendix B $24.00 $16,800.00 16 20 Glyphosate by HPLC EPA 547 $75.00 $1,500.00 17 50 Gross Alpha by Co- SM7110C $40.00 $2,000.00 recipitation 18 120 Haloacetic Acids EPA 552 $55.00 $6,600.00 19 100 Hexavalent Chromium EPA 218.7 $30.00 $3,000.00 (20 ppt MRL) - 20 - 20 Inorganics See Appendix C $189.00 -$3-,780.00 30 Langelier's Saturation SM 2330B(no $0.00 $0.00 Index (see Appendix- add'I cost for 21 Langelier Saturation calc. if all Index) required elements 9 1 \crno\Agreetnenb;\Agreetnent Babcock Laboratories FY22-0189 doe - AE NPS-2.1 (8.22) requested 100 Lead and Copper EPA 200.7 AND $19.20 $1,920.00 22 EPA 200.8 AND SM 3113B 1 MPN ( TOTAL & SM9221B,C,E $25.00 $25.00 23 Fecal Coliform 1 MPN(Total Coliform SM9223B $25.00 $25.00 24 & E.coli 10test tube 25 1 Mercury EPA 245.1 $19.20 $19.20 50 Metals by ICP EPA 200.7 $9.60 $480.00 Aluminum, Barium, Boron, Calcium, Copper, Iron, 26 Magnesium, Manganese, Potassium, Silica, Silver, Sodium, Zinc(per element 50 Metals by ICPMS EPA 200.8 $9.60 $480.00 Antimony, Arsenic, Beryllium, Cadmium, Chromium, Cobalt, Copper, Iron, Lead, 27 Manganese, Mercury, Nickel, Silver, Selenium, Thallium, Uranium, and Zinc (per element 28 20 Nitrate as N EPA 300.0 $9.60 $192.00 29 1 Nitrite as N EPA 300.0 $9.60 $9.60 30 1 Odor (TON) EPA 140.1M $8.00 $8.00 31 1 Organohalide EPA 505 or EPA $75.00 $75.00 Pesticides and PCBs 508.1 32 20 Perchlorate (1.0 ppb EPA 332 or 314 $30.00 $600.00 MRL 33 15 PFAS SWRCB - See Appendix G $275.00 $4,125.00 Portable Wells 34 15 PFAS SWRCB - See Appendix H $450.00 $6,750.00 Portable Wells Sampling (Per Sampling Site 35 50 pH SM 4500-H+B $9.60 $480.00 36 100 Rad226-228 RA-226GA RA- $265.00 $26,500.00 228GA 37 1 Semi-Volatiles EPA 525.3 $245.00 $245.00 Organics by GC -MS 10 1'.\cmo\Agreements\Agreement Babcock Laboratories PY22-0189.doe - AE NPS-21 (8.22) 38 1 Specific Conductance SM 2510B $9.60 $9.60 39 1 Sulfate EPA 300.0 $9.60 $9.60 40 1 Surfactants SM 5540C $30.00 $30.00 41 25 Title-22 (Full) See Appendix D $2,123.00 $53,075.00 42 100 1,2,3- EPA 524 $60.00 $6,000.00 Trichloropropane TCP 43 50 Total Dissolved Solid SM 2540C $12.00 $600.00 TDS 44 50 Total Hardness SM 2340C $19.20 $960.00 45 20 Total Organic Carbon SM 5310B $42.00 $840.00 46 100 Trihalomethanes EPA 524 $48.00 $4,800.00 47 10 Turbidity EPA 180.1 $8.00 $80.00 48 20 Volatile Organics EPA 524 $78.00 $1,560.00 49 1 Water Suitability SM 9020 $450.00 $450.00 Ratio 50 1 UCMR 5 - Lithium EPA 200.7, SM $30.00 $30.00 3120B (2017), SM 3120 B-99 (1999) or ASTM D1976-20 51 1 UCMR 5 - PFAS (29 See Appendix F $410.00 $410.00 contaminants 52 45 Item 50 and 51 as a Method $440.00 $19,800.00 package indicated in items 50-51 53 45 EPA UCMR 5 Sampling - Portable Wells and Treatment See Appendix H $75.00 $3,375.00 Plant (Per Sampling Site 54 1 Uranium EPA 200.8 $30.00 $30.00 DRINIiIN WADER b0 , 178,334,20.; `, 55025 Anions (Cl, F, NO2- EPA-300 $30.00 $750.00 N,NO3-N,SO4 &PO4- P 56 20 Antimony EPA 7062, EPA $9.60 $192.00 200.5, EPA 200.7, EPA II I:\cmo\Agreements\Agreement Babcock Laboratories FY22-0189.doc - AE NPS-21 (8.22) 200.8, EPA 200.9, SM 3111B OR SM 3113B 57 20 Ammonia SM 4500 NH-D $12.00 $240.00 58 20 Biochemical Oxygen SM 5210 $48.00 $960.00 Demand HOD 59 20 Chemical Oxygen HACH 8000 or $24.00 $480.00 Demand (COD) SM 5220 B,C or D or EPA 410.4 60 20 Chloride EPA 300.0 $9.60 $192.00 61 20 Fluoride EPA 300.0 $9.60 $192.00 62 50 Hexavalent Chromium EPA 218.6 $30.00 $1,500.00 20 ppt MRL 63 50 Mercury EPA 245.1 $19.20 $960.00 64 1 MPN(Total & Fecal SM9221B,C,E $30.00 $30.00 coliform 65 75 Metals by ICP Sodium EPA 200.7 $9.60 $720.00 and Boron (per element 66 75 Metals by ICPMS EPA 200.8 $9.60 $720.00 Sodium and Boron (per element 67 75 Metals by ICP Arsenic, EPA 200.7 $193.20 $14,490.00 Barium, Cadmium, Cobalt, Copper, Chromium Total, Iron, Lead, Manganese, Mercury, Selenium, Silver, Sodium, Boron, Nickel, Zinc, Chromium VI as a package 68 75 Metals by ICPMS EPA 200.8 $193.20 $14,490.00 Arsenic, Barium, Cadmium, Cobalt, Copper, Chromium Total, Iron, Lead, Manganese, Mercury, Selenium, Silver, Sodium, Boron, Nickel, Zinc, Chromium VI as a package 69 20 Nitrate as N EPA 300.0 $9.60 $192.00 70 20 Nitrite as N EPA 300.0 $9.60 $192.00 71 20 Orthophosphate as P EPA 300.0, $9.60 $192.00 12 I:\cmo\Agreements\Agreement Babcock Laboratories FY22-0189.doc - AE NPS-2.1 (8.22) 72 20 PFAS SWRCB - See Appendix G $300.00 $6,000.00 Wastewater 73 16 PFAS SWRCB - See Appendix H $300.00 $4,800.00 Wastewater Composite Sampling. Required Composite Sampler (Per Sampling Site) 74 4 PFAS SWRCB - See Appendix H $100.00 $400.00 Wastewater Sludge Sampling - Grab (Per Sampling Site 75 50 Phenolic Compounds EPA 420.4 $42.00 $2,100.00 76 50 Silica EPA 200.7 $9.60 $480.00 77 50 Strontium by ICPMS EPA 200.8 $9.60 $480.00 78 25 Sulfate EPA 300.0 $9.60 $240.00 79 10 Cyanide Free SM450OCNF $30.00 10 Cyanide Total EPA 335.4 $30.00 81 20 Total Alkalinity SM2320B $11.00 r$300.0080 82 25 Total Dissolved Solid SM2540C $12.00 83 5 Total Hardness SM 2340C $19.20 84 50 Total Kjeldahl EPA 351.2 $30.00 ,. Nitrogen 85 100 Total Organic Carbon SM 5310B $30.00 $3,000.00 86 20 Total Suspended Solids SM 2540D $18.00 $360.00 87 30 Turbidity SM 2130B or $8.00 $240.00 EPA 180.1 88 5 Volatile Organic EPA 624.1 $140.00 $700.00 Compounds i in .-Op. ga k.-_!h!: _. _ 89 8 Ammonia as N EPA 350.1 $18.00 $144.00 90 1 Dioxin/Dibenzofurans EPA 1613B $700.00 $700.00 91 8 Hexavalent Chromium EPA 7196 $30.00 $240.00 20 ppt MRL 92 25 Mercury EPA 7471A $19.20 $480.00 93 25 Metals by ICPMS EPA 6020 or $9.60 $240.00 Antimony, Arsenic, EPA SW846 13 1 \omo\Agreements\Agreement Babcock Laboratories FY22-0189.doc - A8 NPS-2.1 (8.22) Barium, Beryllium, Series Cadmium, Total Chromium, Cobalt, Copper, Lead, Molybdenum, Nickel, Selenium, Silver, Thallium, Vanadium, and Zinc(per element 94 8 Nitrate as N EPA 9056 $9.60 $76.80 95 9 Paint Filter Test EPA 9095 $25.00 $225.00 96 12 Percent Solids SM 2540B $20.00 $240.00 97 2 Organochlorine EPA 8082 $100.00 $200.00 Pesticides and PCBs 98 25 Total Kjeldahl EPA 351.2 $30.00 $750.00 Nitrogen 99 2 Toxicity EPA Method $126.40 $252.80 Characteristics 1311 or EPA Leaching Procedure — 6020 Arsenic, Barium, Cadmium, Chromium (total), lead, mercury (total), selenium, and silver. rHE- iffi E6a t aF i .a(:. =.8811. s�� Ru sE9 Wx-ml'RE t ` ,`eefififi . M , bb , n Annual: Current list WHO �.. agL Refer to EPA, 40 : t'I. �, ' $1,216.80 $2,433.60 1)0 2 126 Priority Pollutants CFR Part 423, (EPA 40 CFR Part Appendix- 423, Appendix -Partial Partial Priority Priority Pollutant List) Pollutant List Exclude Asbestos 101 6 Quarterly: Partial Refer to EPA, 40 $486.00 $2,916.00 Priority Pollutants List CFR Part 423, (To be determined by Appendix - detected pollutants Partial Priority from Line Item # 99.) Pollutant List Exclude Asbestos 102 8 Priority Pollutants See Appendix H $245.00 $1,960.00 Sampling (Composite Sampler required) Per am linSite Sampling yy ..�`,�'�Y" (�{: 3d°�':: { !d{F Y i ��f�9 i ....u' ....v., . ......., yP" ......... ,}Sl�iif. 14 L\cmo\Agreements\Agreement Babcock Laboratories FY22-0189.doc- AE NPS-21 (8.22) 'Ilh �!.":WIN ' :!5in:i kk : ig g $.A �'A �.,.x�� t t it vitir a Oil}pgt i F..F _' .8t' .rsr m:k 21 103 5 Total Coliforms and E. Quantitray $30.00 $150.00 coli SM9223 B 104 5 Ammonia, (Total) SM4500 NH3N $12.00 $60.00 SSO Sampling SUBTOTAL $42.00 $210.00 INDUSTRIAL *EXTENDED ITEM EST.Q MONITORING TEST UNIT PRICE NO. TY METHOD PRICE AND TRUNK -LINE (QTY X UNIT MONITORING PRICE 105 1 Aluminum EPA200.7 or $9.60 $9.60 EPA200.8 106 1 Ammonia EPA 350.1 or $18.00 $18.00 SM 4500 NH-D 107 1 Arsenic EPA200.7 or $9.60 $9.60 EPA200.8 108 1 Barium EPA200.7 or $9.60 $9.60 EPA200.8 109 1 Biochemical Oxygen SM 5210 $48.00 $48.00 Demand BOD 110 1 Boron EPA200.7 or $9.60 $9.60 EPA200.8 III 1 Cadmium EPA200.7 or $9.60 $9.60 EPA200.8 112 1 Chemical Oxygen EPA approved $24.00 $24.00 Demand method 113 1 Chloride EPA 300.0 $9.60 $9.60 114 1 Chromium (Total) EPA200.7 or $9.60 $9.60 EPA200.8 115 1 Color SM 2120B $8.00 $8.00 116 1 Copper EPA200.7 or $9.60 $9.60 EPA200.8 117 1 Cyanide SM4500-CN $30.00 $30.00 C,D,E 118 1 Fluoride EPA 300.0 $9.60 $9.60 119 1 Total Hardness SM 2340C $19.20 $19.20 120 1 MBAS (Methylene EPA 425.1 $30.00 $30.00 Blue Active Substances 121 1 Magnesium SM4500 N11311 $9.60 $9.60 122 1 Iron EPA200.7 or $9.60 $9.60 EPA200.8 15 [Acino\AgreementMgreetnent Babcock Laboratories FY22-0189.doc - AE NPS-2.1 (8.22) 123 1 Lead EPA200.7 or $9.60 $9.60 EPA200.8 124 1 Manganese EPA200.7 or $9.60 $9.60 EPA200.8 125 1 Mercury EPA 200.8 $19.20 $19.20 126 1 Nickle EPA200.7 or $9.60 $9.60 EPA200.8 127 1 Oil & Grease EPA 1664A $66.00 $66.00 128 1 Selenium EPA200.7 or $9.60 $9.60 EPA200.8 129 1 Silica EPA200.7 or $9.60 $9.60 EPA200.8 130 1 Silver EPA200.7 or $9.60 $9.60 EPA200.8 131 1 Sodium EPA200.7 or $9.60 $9.60 EPA200.8 132 1 Sulfate EPA 300.0 $9.60 $9.60 133 1 Total Dissolved Solids SM2540C $15.00 $15.00 134 1 Total Suspended Solids SM2540B $18.00 $18.00 135 1 Zinc EPA200.7 or $9.60 $9.60 EPA200.8 136 25 Items 105-135 as a Method $487.40 $12,185.00 package indicated in items 104-135 137 1 PFAS SWRCB - See Appendix G $325.00 $325.00 Collection System Industrial Waste) 138 1 PFAS SWRCB - See Appendix H $600.00 $600.00 Collection System (Industrial Waste) Sampling �'r{� a. 4:l.id r i !87 kk,31 ... r.�. Fv ._....... Fli�ic,E`= rJlr.i�� +;sir i II, d _.._..'. _ ;.3: .. i?iEmm� S+• v:.r _::.:air.. 3�Ri�:..q. t iS.44r [ x,3 � uF� �'l� F3 �j13 t ,�, § I d8 a' . I f< i �3RM I : . 190 lj ' r Psd �..,4 ?.:�.. I �'� E� ba` ...E.....' '�.� ) .........:fkili r�ri'�... ..„?�_.RAN pa, YOI� SM9230B ,.' I $55.00 _.. .�.r3 $55.00 139 1 Enterococci 140 1 E. coli SM9221F $30.00 $30.00 141 1 Iron (Total) EPA200.7 or $9.60 $9.60 EPA200.8 142 1 Cadmium (Total) EPA200.7 or $9.60 $9.60 EPA200.8 143 1 Copper (Total) EPA200.7 or $9.60 $9.60 EPA200.8 16 I:\crn6Agreements\Agreement Babcock Laboratories FY22-0189,doe - AE NPS-2.1 (8.22) 144 1 Lead (Total) EPA200.7 or $9.60 $9.60 EPA200.8 145 1 Total Suspended Solids SM2540B $18.00 $18.00 TSS 146 1 Oil & Grease EPA 1664A $66.00 $66.00 147 10 Items 139-146 as a Method $207.40 $2,074.00 package indicated in items 139-146 -; -_ IN i .r•_'__.rr._irr .� .r: r v. a rr'r r! v � i - � � _ _ _ :. �-m i - __ r .;� up sr r.;>•'n '. M pp mar Sim �i i P rs v£ r"2EW .. =. r� �nr. ! 4ile!Pm`i!_ P r2._... _ _... � vv. k.0 r_., rich. 148 1 Enterococci SM9230B $55.00 $55.00 149 1 E. coli SM9221F $30.00 $30.00 150 1 Iron (Total) EPA200.7 or $9.60 $9.60 EPA200.8 151 1 Cadmium (Total) EPA200.7 or $9.60 $9.60 EPA200.8 152 1 Copper (Total) EPA200.7 or $9.60 $9.60 EPA200.8 153 1 Lead (Total) EPA200.7 or $9.60 $9.60 EPA200.8 154 1 Total Suspended Solids SM2540B $18.00 $18.00 TSS 155 1 Oil & Grease EPA 1664A $66.00 $66.00 156 1 Ammonia as N (Total) SM4500 NH3H $18.00 $18.00 157 1 Selenium (Total) EPA200.7 orEPA200 $9.60 $9.60 8 158 1 Silver (Total) EPA200.7 or $9.60 $9.60 EPA200.8 159 1 Mercury (Total) EPA 200.8 $19.20 $19.20 160 1 Arsenic (Total) EPA200.7 or $9.60 $9.60 EPA200.8 161 1 Cyanide (Total) SM4500-CN $30.00 $30.00 162 1 Magnesium (Total) SM4500 NH3H $9.60 $9.60 Chemical Oxygen HACH 8000 or 163 1 Demand (Total) SM 5220 B,C or $24.00 $24.00 D Items 148-164 as a Method 164 10 package indicated in $337.00 $3,370.00 items 148-163 17 1:\emo\Agreements\Agreement Babcock Laboratories PY22-0189,doe- AE NPS-21 (8.22) This contract does not constitute an obligation for the City to purchase the quantities indicated herein. The quantities are estimates and are based on the most accurate information available. The purpose of this contract is to establish prices for the commodities or services required, in the event that the City needs to purchase such commodities or services. The needs of the City shall govern the amount to be purchased, and the City reserves the right to purchase quantities in excess of the estimates, in shortfall of the estimates, or not to purchase any quantities at all. The contractor shall offer the best government pricing for test method that are not included in the price list. 18 I:\cmo\Agreements\Agreement Babcock Laboratories FY22-0182doe - AE NPS-2.1 (8.22) EXHIBIT "C" WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees. CHECK ONE X I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement. (Labor Code § 1861 ). I affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately 1 shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance. I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. BABCOCK LABORATORIES, INC ..I _, 1.. 19 Llcmo\Agreements\Agreement Babcock Laboratories FY22-0189.doc - AE Date: ( 3 2D2