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