HomeMy WebLinkAboutC2023-108 - 6/13/2023 - Approved DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
113S c
SERVICE AGREEMENT NO. 4601
Chemical Analyis Testing
f'anwo�alev
1852
THIS Chemical Analysis Testing Agreement ("Agreement") is entered into by and
between the City of Corpus Christi, a Texas home-rule municipal corporation ("City")
and Eurofins Environment Testing South Central, LLC ("Contractor'), effective upon
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Chemical Analysis Testing in response to
Request for Bid/Proposal No. 4601 ("RFB/RFP"), which RFB/RFP includes the required
scope of work and all specifications and which RFB/RFP and the Contractor's bid or
proposal response, as applicable, are incorporated by reference in this Agreement as
Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Chemical Analysis Testing ("Services") in
accordance with the attached Scope of Work, as shown in Attachment A, the
content of which is incorporated by reference into this Agreement as if fully set
out here in its entirety, and in accordance with Exhibit 2.
2. Term.
(A) The Term of this Agreement is one year beginning on the date provided in
the Notice to Proceed from the Contract Administrator or the City's Procurement
Division. The parties may mutually extend the term of this Agreement for up to two
additional one-year periods ("Option Period(s)"), provided, the parties do so in
writing prior to the expiration of the original term or the then-current Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$70,661 .00, subject to approved extensions and changes. Payment will be made
for Services provided and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
Service Agreement Standard Form -Consent Decree Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety. Any amount not expended during the initial term or any option period
may, at the City's discretion, be allocated for use in the next Option Period.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Amanda Howard
Department: Corpus Christi Water
Phone: (361 ) 826-1894
Email: AmandaC@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
Service Agreement Standard Form -Consent Decree Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Service Agreement Standard Form -Consent Decree Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Amanda Howard
Title: Contracts/Funds Administrator
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: (361) 826-1894
Fax: (361) 826-4495
IF TO CONTRACTOR:
Eurofins Environment Testing South Central, LLC
Attn: Alejandro Montoya
Title: President
Address: 1733 N. Padre Island Drive, Corpus Christi, Texas 78408
Phone: (361) 289-2673
Fax: N/A
Service Agreement Standard Form -Consent Decree Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City must give the Contractor written
notice of the breach and set out a reasonable opportunity to cure. If the
Contractor has not cured within the cure period, the City may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City may also terminate
this Agreement upon 24 hours written notice to the Contractor for failure to pay or
provide proof of payment of taxes as set out in this Agreement.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement Standard Form -Consent Decree Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form -Consent Decree Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
28. Consent Decree Requirements. This Agreement is subject to certain requirements
provided for by the Consent Decree entered into as part of Civil Action No. 2:20-
cv-00235, United States of America and State of Texas v. City of Corpus Christi in
the United States District Court for the Southern District of Texas, Corpus Christi
Division (the "Consent Decree"). A set of Wastewater Consent Decree Special
Conditions has been attached as Attachment E, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety.
The Contractor must comply with Attachment E while performing the Services.
[Signature Page Follows]
Service Agreement Standard Form -Consent Decree Page 7 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
CONTRACTOR
VSignature: AL1
Printed Name. Alex Montoya
Title: President
Date: 05.13.2023
T.Y,DFy;CORPUS CHRISTI
M2023-078
_�zaF Authorized By
Josh Chronley
Assistant Director of Finance - Procurement Council 6/13/2023
Date:
6/14/2023
DS
Attached and Incorporated by Reference: Er-;/s
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements ATIEg ,,y.
Attachment D: Warranty Requirements � � , �
Attachment E: Consent Decree Requirements
Rebecca Huerta
Incorporated by Reference Only: City Secretary
Exhibit 1 : RFB/RFP No. 4601
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form -Consent Decree Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Attachment A - Scope of Work
1.1 General Requirements
The Contractor shall provide chemical analysis for Water Utilities Lab, Wastewater
Division and Pretreatment Division.
1.2 Scope of Work
A. The Contractor shall perform chemical analysis as per the requirements outlined
in Exhibits A through C.
B. The Contractor shall conduct tests as per 40 Code of Federal Regulations (CFR)
136 - Water Methods.
C. The Contractor shall be responsible for providing labor, technician, equipment,
and transportation for these services.
D. The Laboratory shall be accredited by The NELAP (National Environmental
Laboratory Accreditation Program) Institute (TNI). The City reserves the right to
inspect the facility before start of the contract, or any time after the contract.
1.3 Types of Chemical Analysis
A. Water Utilities Lab - Exhibit A
a. Mineral Set Analysis
b. Metals Analysis
c. Stormwater Runoff Analysis
d. Trihalomethanes (TTHMs Analysis)
B. Wastewater Division - Exhibit B
Metals
C. Pretreatment Division - Exhibit C
1 . 1 st thru 4th Quarter Sampling
a. Volatile Compounds
b. Acid Compounds
c. Base/Neutral Compounds
d. Pesticides
2. Chapter 307
3. Metals, Cyanide and Phenols
a. Total Cyanide
b. Total Phenol
c. Total Metals
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
4. Biosolids Testing
a. TCLP Metals
b. TCLP Volatiles
c. TCLP Semi-Volatiles
d. Significant Industrial User Samples
1.4 Sample Bottles and Shipment
A. The Contractor must provide pre-labeled containers with preservative (where
applicable) and ice chest/coolers for sample collection. The Chain of Custody
Form shall be provided by the Contractor. Actual data used to calculate
Precision and Accuracy must be provided on the final report. The Minimum
Analytical Levels (MAL/RL) must be achieved unless it is otherwise specified.
B. The Contractor shall be responsible for pick up and drop off of
samples/containers from the Lab. The Contractor shall arrange a schedule for
pickup and drop off with the Contract Administrator.
1.5 Special Instruction
A. The Contractor shall be responsible for providing reports to the Contract
Administrator/Lab Manager. The Contract Administrators are listed in Exhibit D.
B. Any outliers or change in analytical order shall be approved by the Lab Contract
Administrator prior to proceeding with analysis.
1.6 Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Assurance/Control
Program that is acceptable to the Contract Administrator to ensure that the
requirements of the contract are provided as specified. The Contractor will also
provide supervision of the work to ensure it complies with the contract
requirements.
1.7 Deliverables
The Contractor shall perform all analysis as per established methods and submit
reports to the respective Contract Administrator/Lab Manager.
1.8 Invoicing
The Contractor shall invoice separately for each division/lab and submit a copy to
the respective Contract Administrator.
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Exhibit A - Corpus Christi Water Laboratory
Exhibit A.1 - Minerals Set Analysis
Parameter MAL/RL Required Frequency
Aluminum 0.01 m /L Monthly
Arsenic, Total 1.0 a /L Monthly
Arsenic Dissolved 1.0 a /L Monthly
Atrazine 0.05 a /L Monthly
Barium 0.002 m /L Monthly
Cadmium 0.001 m /L Monthly
Copper 0.002 m /L Monthly
Iron 0.02 m /L Monthly
Lead 0.002 m /L Monthly
Manganese 0.002 m /L Monthly
Mercury 0.0002 m /L Monthly
Silica 0.2 m /L Monthly
Sodium 0.2 m /L Monthly
Exhibit A.2 — Metals Analysis
Parameter MAL/RL Required Frequency
Copper 0.002 m /L Weekly
Zinc 0.002 m /L Weekly
Exhibit A.3 — Storm Water Runoff Analysis
Parameter MAL/RL Required Frequency
Cadmium 0.001 m /L N/A
Chromium 0.001 m /L N/A
Copper 0.002 m /L N/A
Lead 0.002 m /L N/A
Nickel 0.002 m /L N/A
Zinc 0.005 m /L N/A
Atrazine 0.1 a /L N/A
Total Cyanide 0.005 m /L N/A
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Exhibit A.4 - Trihalomethanes Analysis
Parameter MAL/RL Required Frequency
TTHMS N/A As Needed
Exhibit B: Wastewater Division
Metals *Rain Event
Parameter MAL/RL Required Frequency
Arsenic Total 1.0 a /L 12 per year
Barium 0.002 m /L 12 per year
Cadmium 0.001 m /L 12 per year
Chromium 0.002 m /L 12 per year
Copper 0.002 m /L Dail /As needed
Lead 0.002 m /L 12 per year
Manganese 0.002 m /L 12 per year
Mercury 0.0002 m /L 12 per year
Molybdenum 0.002 m /L 12 per year
Nickel 0.002 m /L 12 per year
Selenium 0.002 m /L 12 per year
Silver 0.002 m /L 12 per year
Zinc 0.002 m /L 12 per year
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Exhibit C: Pretreatment Division
Table C.1: 1 st, 2nd, 3rd, and 4th Quarter Sampling, 6 Plants
Minimum Analytical Level: 10 ug/L
1, 12-Benzoperylene
Table L•Quarterly Sampling(Table Ethylbenzene (benzo(ghi)perylene)
I
40 CFR 136 methods must be used Fluoranthene Fluorene
Minimum Anal tical Level,10 u /L 4-Chloro hen 1 phenyl ether Phenanthrene
Parameter 4-Bromophenyl phenyl ether 1,2,5,6-Dibenzanthracene
dibenzo a,h anthracene
Indeno(1,2,3-cd)pyrene(2,3-o-
Acena hthene Bis 2-chloroiso ro 1 ether pherdenepyrene)
Acrolein Bis 2-chloroethox methane Pyrene
Acrylonitrile Methylene chloride dichloromethane Tetrachloroethylene
Benzene Methyl chloride chloromethane Toluene
Benzidine Methyl bromide romomethane Trichloroethylene
Carbon tetrachloride
tetrachloromethane Bromoform tribromomethane Vinyl chloride(chloro ethylene)
Chlorobenzene Dichlorobromomethane Aldrin
1,2,4-Trichlorobenzene Chlorodibromomethane Dieldrin
Chlordane(technical mixture and
Hexachlorobenzene Hexachlorobutadiene metabolites
1,2-Dichloroethane Hexachloroc clo entadiene 4,4-DDT
1,1,1-Trichloroethane Iso horone 4,4-DDE -DDX
Hexachloro ethane Naphthalene 4,4-DDD -TDE
1,1-Dichloro ethane Nitrobenzene Al ha-endosulfan
1,1,2-Trichloroethane 2-Nitrophenol Beta-endosulfan
1,1,2,2-Tetrachloroethane 4-Nitrophenol Endosulfan sulfate
Chloroethane 2,4-Dinitro henol Endrin
Bis 2-chloroeth 1 ether 4,6-Dinitro-o-cresol Endrin aldehyde
2-Chloroeth 1 vinyl ether mixed N-nitrosodimeth famine Heptachlor
2 Chlorona hthalene N-nitrosodi hen famine Heptachlor epoxide
2,4,6-Trichlorophenol N-nitrosodi-n- ro lamine BHC-hexachloro-c clohexane
Parachlorometa cresol Pentachlorophenol Alpha-BHC
Chloroform trichloromethane Phenol Beta-BHC
2-Chlorophenol Bis 2-eth lhex 1phthalate Gamma-BHC
1,2-Dichlorobenzene Butyl benzyl phthalate Delta-BHC281
1,3-Dichlorobenzene Di-n-buty 1 phthalate (PCB-polychlorinated biphenyls)
1,4-Dichlorobenzene Di-n-octyl phthalate PCB-1242 Arochlor 1242
3,3-Dichlorobenzidine Diethyl phthalate PCB-1254 Arochlor 1254
1,1-Dichloroeth lene Dimethyl phthalate PCB-1221 Arochlor 1221
1,2-Trans-dichloroethylene 1,2-Benzanthracene PCB-1232 Arochlor 1232
2,4-Dichloro henol enzo a anthracene PCB-1248 Arochlor 1248
1,2-Dichloro ro ane Benzo(a)pyrene(3,4-benzopyrene) PCB-1260 Arochlor 1260
1,3-Dichloropropylene(1,3- 3,4-Benzofluoranthene PCB-1016(Arochlor 1016)
dichloro ro ene) (benzo fluoranthene
11,12-Benzofluoranthene
2,4-Dimethylphenol enzo fluoranthene Toxaphene
2,4-Dinitrotoluene Chrysene Diuron
2,3,7,8-Tetrachlorodibenzo-p-dioxin
2,6-Dinitrotoluene Acenaphthylene TCDD
1,2-Di hen lh drazine Anthracene
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Table C.2: Chapter 307 - 1 st Quarter Sampling, Four Plants
Table IL• Chapter 307
Parameter Minimum Analytical Level 40 CFR 136 methods must be
(ug/1) used
Aluminum T 200.7/202.2
Barium T 200.7/208.2
Carbaryl 632
Chlorpyrifos 1657
-Cresol 625
2,4-D 615
Demeton 1657
Diazinon 1657
Dicofol 617
Fluoride 340.3
Guthion 1657
Hexachlorophene 604.1
Malathion 1657
Methoxychlor 617
Methyl Ethyl Ketone 624
Mirex 617
Nitrate-Nitrogen 352.1
N-Nitrosodiethyl amine 625
N-Nitro-di-n-Butylamine 625
Parathion 1657
Pentachlorobenzene 625
Pyridine 625
1,2-Dibromoethane 618
1,2,4,5-Tetrachlorobenzene 625
2,4,5-TP Silvex 615
2,4,5-Trichlorophenol 625
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Table C.3: Metals, Cyanide, and Phenols - 3rd Quarter Sampling, Four Plants
Parameter Minimum Analytical Level EPA Method
(ug/L Reference*
Antimony, T 10 200.7
Arsenic T 10 200.7/206.2
Beryllium, T 200.7
Cadmium T 1 200.7/213.2
Chromium T 10 200.7/218.2
Chromium VI HEX 218.6
Copper, T 10 200.7/220.2
Lead T 5 200.7/239.2
Mercury, T 0.2 7470 /245.1
Molybdenum, T 200.7
Nickel T 10 200.7/249.2
Selenium T 200.7/270.2
Silver T 2 200.7/272.2
Thallium T 200.7/279.2
Zinc T 5 200.7/289.2
Cyanide, T 335.4
Cyanide (Weak Acid SM 450OCN
Dissociable
Phenol (T) 625
*Or other approved/accredited 40 CFR 136 Wastewater methods
T - Total
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Table CA - Bio Solids Testing, Six Plants
Bio-Solid Samples MAL/RL Required Method Required
TCLP Metals
Arsenic 1.0 6010
Barium 1.0 6010
Cadmium 0.10 6010
Chromium 0.10 6010
Lead 0.10 6010
Mercury 0.05 7470
Selenium 0.10 6010
Silver 0.10 6010
TCLP Volatiles
Benzene 0.05 8260
Carbon Tetrachloride 0.05 8260
Chlorobenzene 0.05 8260
Chloroform 0.05 8260
1,4-dichlorobenzene 0.05 8260
1,2-dichloroethane 0.05 8260
1,1 -dichloroeth lene 0.05 8260
Methyl ethyl ketone 0.10 8260
Tetrachloroethylene 0.01 1 8260
Trichloroethylene 0.01 8260
Vinyl chloride 0.05 8260
TCLP Semi-volatiles
Chlordane 0.10 8080
2,4-D 0.10 8151
2,4-dinitrotoluene 0.04 8270
Endrin 0.01 8080
Heptachlor 0.00 8080
Hexachlorobenzene 0.04 8270
Hexachlorobutadiene 0.04 8270
Hexachloroethane 0.04 8270
Lindane 0.00 8080
Cresols total o, m p 0.04 8270
Methoxychlor 0.01 8080
Nitrobenzene 0.04 8270
Pentachlorophenol 0.04 8270
Pyridine 0.10 8270
Toxa bene 0.05 8080
2,4-5 trichlorophenol 0.04 8270
2,4-6 trichlorophenol 0.04 8270
2,4-5 -TP Silvex 0.10 8151
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Significant Industrial Users MAL/RL Required 40 CFR Method
(SIU)Annual Samples
approx. 10 sites per year
Oil and Grease 100 a /L 1664
Phenols 625
Arsenic 10 a /L 200.7/206.2
Cadmium 1 u /L 200.7/213.2
Total Chromium 10 a /L 200.7/218.2
Copper 10 a /L 200.7/218.2
Cyanide SM4500CN/335.4
Lead 5 u /L 200.7/239.2
Mercury 0.2 a /L 7470 /245.1
Nickel 10 a /L 200.7/249.2
Silver 2 u /L 200.7/272.2
Zinc 5 u /L 200.7/289.2
Non-polar O & G 100 a /L 1664A
Total Toxic Organics 10 a /L 40CFR433.11
Cobalt 10 a /L 200.7
Tin 50 a /L 200.7
Bis 2-eth lhex lphthalate 10 a /L 625
Carbazole 100 a /L 625
O-Cresole - -
P-Cresole - -
Fluoranthene 10 a /L 625
n-Octadecane 100 a /L 625
2,4,6—Trichlorophenol
Exhibit D: Contact Details
Water Utilities Lab
Crystal Ybanez—CrystalY(&-cctexas.com
Wastewater Division
Allison Plant—Darrell Williams —Darrel lWL&cctexas.com
Broadway Plant—Charles Cookus —CharlesC(&-cctexas.com
Greenwood Plant—Harry Clifford—HarryCL&cctexas.com
Laguna Madre Plant—Larry Gonzalez—Ear1Ri(- cctexas.com
Whitecap Plant—Larry Gonzalez—Ear1RiL&cctexas.com
Oso Plant—Sigifredo DeLeon—SigifredoDL&cctexas.com
Pretreatment Division
Crystal Ybanez—CrystalYL&cctexas.com
Revised 11.30.20
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Attachment B- Bid/Pricing Schedule
C CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
BID FORM
NaPoP�Ra,E� RFB No. 4601
ss � Chemical Analysis Testing
Date: February 27, 2023 PAGE 1 OF 8
Eurofins Environment Testing Authorized
Bidder: South Central, LLC Signature: "F
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
4. Bidders must not write over or revise the bid form. Bidders will be considered Non-
Responsive if the bid form is modified.
Item Description UNIT QTY Unit Price Total Price
A Water Utilities Lab
Mineral Set
A.1 Aluminum EA 360 $ 8.00 $ 2,880.00
A.2 Arsenic, Total EA 240 $ 8.00 $ 1,920.00
A.3 Arsenic Dissolved EA 220 $13.00 $ 2,860.00
A.4 Atrazine EA 220 $80.00 $17,600.00
A.5 Barium EA 220 $ 8.00 $ 1 ,760.00
A.6 Cadmium EA 220 $ 8.00 $ 1 ,760.00
A.7 Copper EA 360 18.00 12,880.00
A.8 Iron EA 360 $ 8.00 $ 2,880.00
A.9 Lead EA 360 $ 8.00 $ 2,880.00
A.10 Manganese EA 360 1 18.00 $ 2,880.00
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
A.1 1 Mercury EA 220 $ 18.00 $ 3,960.00
A.12 Silica EA 360 $ 8.00 $ 2,880.00
A.13 Sodium EA 360 $ 8.00 $ 2,880.00
Metal Analysis
A.14 Copper EA 240 $ 8.00 $ 1,920.00
A.15 Zinc EA 640 $ 12.00 $ 7,680.00
Storm water Runoff Analysis HE
A.16 Cadmium EA 80 $ 8.00 640.00
A.17 Copper EA 80 $ 8.00 640.00
A.18 Chromium EA 80 $ 8.00 $ 640.00
A.19 Lead EA 80 8.00 640.00
A.20 Nickel EA 80 8.00 $ 640.00
A.21 Zinc EA 80 $ 8.00 $ 640.00
A.22 Diazinon EA 80 $150.00 $12,000.00
A.23 Total Cyanide EA 120 25.00 $ 3,000.00
Trihalomethanes
A.24 TTHMs EA 120 $ 45.00 $ 5,400.00
B Wastewater Division
B.1 Arsenic, Total EA 80 $ 8.00 $ 640.00
B.2 Barium EA 80 $ 8.00 $ 640.00
B.3 Cadmium EA 80 $ 8.00
B.4 Chromium EA 80 $ 8.00 $ 640.00
B.5 Copper EA 320 $15.00 $4,800.00
B.6 Lead EA 80 $ 8.00 $ 640.00
B.7 Manganese EA 80 $ 8.00 $ 640.00
B.8 Mercury EA 80 $18.00 $1,440.00
B.9 Molybdenum EA 80 $ 8.00 $ 640.00
B.10 Nickel EA 80 $ 8.00 $ 640.00
B.1 1 Selenium EA 80 $ 8.00 $ 640.00
B.12 Silver EA 80 $ 8.00 $ 640.00
B.13 Zinc EA 80 $ 8.00 $ 640.00
C Pretreatment Division
C.1 1 St, 2nd, 3rd and 4th Quarter Sampling
C1.1 Volatile Compounds
*includes EA 40 $ 70.00 $ 2,800.00
Acrolein
Acrylonitrile
Benzene
Bromoform
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Carbon tetrachloride
(tetrachloromethane)
Chlorobenzene
Chlorodibromethane
Chloroethane
2-Chloroeth Ivin I Ether
Chloroform
Dichlorobromethane
1 ,1 - Dichloroethane
1 ,2 - Dichloroethane
1 ,1 - Dichloroeth leve
1 ,2 - Dichloro ro ane
1 ,3- Dichloropropylene
Ethyl benzene
Methyl Bromide
Methyl Chloride
Methylene Chloride
1 ,1 ,2,2- Tetra chloroethane
Tetrachloroethylene
Toulene
1 ,2- TransDichloroet leve
1 ,1 ,1- Trichloroethane
1 ,1 ,2- Trichloroethane
Trichloroethylene
Vinyl Chloride
C.1 .2 Acid Compounds
*includes EA 40 $ 70.00 $ 2,800.00
2- Chlorophenol
2,4 - Dichloro henol
2,4- Dimethylphenol
4,6 - Dinitro-o-Cresol
2,4 - Dinitro henol
2- Nitrophenol
4- Nitrophenol
P-Chloro-m-Cresol
Pentachlorophenol
Phenol
2,4,6 - Trichlorophenol
C.1 .3 Base/Neutral Compounds
*includes EA 40 $ 70.00 $ 2,800.00
Acenaphthene
Acenaphthylene
Anthracene
Benzidine
Benzo(a) Anthracene
Benzo(a) Pyrene
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
3,4- Benzoflroranthene
Benzo(ghi)Perylene
Benzo(K) Fluoranthene
Bis 2-Chloroethox Methane
Bis 2-Chloroeth I Ether
Bis)2-Chloroisopropyl) Ether
Bis(2-Ethylhexyl) Phthalate
4- Bromo henol Phenyl Ether
Butyl benzyl Phthalate
2-Chlorona hthalene
4-Chloro hen I Phenyl ether
Chrysene
Dibenzo a,h Anthracene
1 ,2 - Dichlorobenzene
1 ,3- Dichlorobenzene
1 ,4- Dichlorobenzene
3,3- Dichlorobenzidine
Diethyl Phthalate
Dimethyl Phthalate
Di-n-Butyl Phthalate
2,4- Dinitro toluene
2,6 - Dinitro toluene
Di-n- Octyl Phthalate
1 ,2- Diphenyl Hydrazine
Fluoranthene
Flrorene
Hexachlorobenzene
Hexachlorobutadiene
Hexachloro-c clo entadiene
Indeno(1 ,2,3-cd) pyrene
Iso horone
Naphthalene
Nitrobenzene
N-Nitroso dimeth famine
N-Nitroso-n-Propylamine
N-Nitroso di hen famine
Phenanthrene
Pyrene
1 ,2,4-Trichlorobenzene
C.1 .4 Pesticides
*includes EA 40 $ 85.00 $ 3,400.00
Aldrin
Alpha hexachlorocyclohexane
Beta-BHC
Gamma-BHC (Lindane)
Delta -BHC
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Chlordane
4,4-DDT
4,4-DDE
4,4-DDD
Dieldrin
Alpha-Endosulfan
Beta-Endosulfan
Endosulfan Sulfate
Endrin
Endrin Aldehyde
Heptachlor
Heptachlor Epoxide
Polychlorinated biphenols (PCBs)
The sum of PCB concentrations
not to exceed daily average
value
PCB -1242
PC B-1254
PCB-1221
PC B-1232
PC B-1248
PC B-1260
PCB-1 016
Toxaphene
C.2 Chapter 307
*includes EA 40 $965.00 $38,600.00
Aluminum
Barium
Bis(chloromethyl) ether
Carbaryl
Chlorpyrifos
Cresols
2,4-D
Danitol
Demeton
Diazinon
Dicofol
Dioxin/Furans
Diuron
Fluoride
Guthion
Hexachlorophene
Malathion
Methoxychlor
Methyl Ethyl Ketone
Mirex
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Nitrate- Nitrogen
N-Nitrosodiethyla mine
N-Nitroso-di-n-Butylamine
Non I henol
Parathion
Pentachlorobenzene
Pyridine
1 ,2-Dibromoethane
1 ,2,4,5 - Tetra chlorobenzene
2,4,5- TP Silvex
Tribut Itin
2,4,5 - Trichlorophenol
TTHM Total trihalomethanes
C.3 Metals, Cyanide and Phenols
C.3.1 Total Cyanide EA 512 $ 25.00 $12,800.00
C.3.2 Total Phenols EA 512 $ 30.00 $15,360.00
C.3.3 Total Metals
*includes EA 128 $169.00 $21,632.00
Antimony, Total
Arsenic, Total
Beryllium, Total
Cadmium, Total
Chromium, Total
Chromium (Hex)
Chromium Tri
Copper, Total
Lead, Total
Mercury, Total
Nickel, Total
Selenium, Total
Silver, total
Thallium, Total
Zinc, Total
Cyanide, Available
C.4 Bio Solid Testing
C.4.1 TCLP Metals
*includes EA 24 $95.00 $2,280.00
Arsenic
Barium
Cadmium
Chromium
Lead
Mercu ry
Selenium
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Silver
C.4.2 TCLP Volatiles
*includes EA 24 $90.00 $2,160.00
Benzene
Carbon Tetrachloride
Chlorobenzene
Chloroform
1 ,4- dichlorobenzene
1 ,2-dichloroethane
1 ,1-dichloroet leve
Methyl ethyl ketone
Tetra chloroeth leve
Trichloroethylene
Vinyl Chloride
C.4.3 TCLP Semi-Volatiles
*includes EA 24 $145 $3,480.00
Chlordane
2,4-D
2,4-dinitrotoluene
Endrin
Heptachlor
Hexachlorobenzene
Hexachlorobutadiene
Hexachloroethane
Lindane
Cresols total o, m,
Methoxychor
Nitrobenzene
Pentachlorophenol
Pyridine
Toxaphene
2,4-5-trichlorophenol
2,4-6-trichlorophenol
2,4-5-TP Silvex
C.4.4 Significant Industrial Users (SIU) Annual Samples
C.4.1 Oil and Grease EA 10 $ 45.00 $ 450.00
C.4.2 Phenols EA 10 $ 30.00 $ 300.00
C.4.3 Arsenic EA 10 8.00 $ 80.00
C.4.4 Cadmium EA 10 $ 8.00 $ 80.00
C.4.5 Total Chromium EA 10 $ 8.00 $ 80.00
C.4.6 Copper EA 10 $ 8.00 $ 80.00
C.4.7 Cyanide EA 10 $ 25.00 $250.00
C.4.8 Lead EA 10 8.00 $ 80.00
C.4.9 Mercury EA 10 $ 18.00
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
C.4.10 Nickel EA 10 8.00 $ 80.00
C.4.11 Silver EA 10 $ 8.00 $ 80.00
C.4.12 Zinc EA 10 $ 8.00 $ 80.00
C.4.13 Non-polar Oil and Grease EA 10 $ 50.00 $ 500.00
C.4.14 Total Toxic Organics EA 10 $305.00 $3,050.00
C.4.15 Cobalt EA 10 $ 8.00 80.00
C.4.16 Tin EA 10 8.00 $ 80.00
C.4.17 Bis (2-ethylexyl) phthalate EA 10 $ 20.00 $ 200.00
C.4.18 Carbazole EA 10 $ 20.00 $ 200.00
C.4.19 O-Cresole EA 10 $ 20.00 $ 200.00
C.4.20 p-Cresole EA 10 $ 20.00 $ 200.00
C.4.21 Fluoranthene EA 10 $ 20.00 $ 200.00
C.4.22 n-Octadecane EA 10 $ 20.00 $ 200.00
TOTAL *' $ 21 1 ,982.00
** The price on this bid form is for 3 years.
The annual price is $70,661.00 with items
purchased on an as needed basis.
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Attachment C
NO INSURANCE REQUIREMENTS
The City's Legal Department has recommended there be no insurance requirements for this particular scope of
work, Purchase Contracts —Supply Agreements —Equipment Leases - Goods or Equipment Delivered to City
Other Than Hazardous Chemicals.
2021 Insurance Requirements
Ins. Req. Exhibit 1-A
Purchase Contracts —Supply Agreements —Equipment Leases
Goods or Equipment Delivered to City Other Than Hazardous Chemicals
05/10/2021 Risk Management—Legal Dept.
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
Attachment D - Warranty Requirements
"No warranty required for this Agreement."
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
ATTACHMENT E
WASTEWATER CONSENT DECREE
Special Conditions
Special Project procedures are required from the CONTRACTOR as specified herein. The
CONTRACTOR shall implement and maintain these procedures at the appropriate time,
prior to and during performance of the work.
The following special conditions and requirements shall apply to the Project:
I. Consent Decree Notice Provision—The City of Corpus Christi ("City"), the United
States of America and the State of Texas have entered into a Consent Decree in Civil
Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus
Christi in the United States District Court for the Southern District of Texas, Corpus
Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at
https://www®cdn.cctexas.com/sites/default/files/CC®Consent® ecree.pdf
By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree.
II. Performance of work. CONTRACTOR agrees that any work under this Contract is
conditioned upon CONTRACTOR's performance of the Work in conformity with the
terms of the Consent Decree. All Work shall be performed in accordance with the Design
Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative
Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure
that construction, management, operation and maintenance of the Sewer Collection
System complies with the Clean Water Act. Work performed pursuant to this contract
is work that the City is required to perform pursuant to the terms of the Consent Decree.
In the event of any conflict between the terms and provisions of this Consent Decree
and any other terms and provisions of this Contract or the Contract Documents, the terms
and provisions of this Consent Decree shall prevail.
III. Retention of documents — CONTRACTOR shall retain and preserve all non-
identical copies of all documents, reports, research, analytical or other data, records or other
information of any kind or character (including documents, records, or other information
in electronic form) in its or its sub-contractors' or agents' possession or control, or that
come into its or its sub-contractors' or agents' possession or control, and that relate in
any manner to this contract, or the performance of any work described in this contract
(the "Information"). This retention requirement shall apply regardless of any contrary
DocuSign Envelope ID:79ED174B-C17C-4F67-8750-5C5890B23FD2
city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's
sub-contractors and agents shall retain and shall not destroy any of the Information until
five years after the termination of the Consent Decree and with prior written authorization
from the City Attorney. CONTRACTOR shall provide the City with copies of any
documents, reports, analytical data, or other information required to be maintained at any
time upon request from the City.
IV. Liability for stipulated penalties — Article IX of the Consent Decree provides
that the United States of America, the United States Environmental Protection Agency
and the State of Texas may assess stipulated penalties including interest against the City
upon the occurrence of certain events. To the extent that CONTRACTOR or
CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the
assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall
pay to City the full amount of any stipulated penalty assessed against and paid by City that
is caused or contributed to in whole or in part by any action, failure to act, or failure to act
within the time required by any provision of this contract. CONTRACTOR shall also pay
to City all costs, attorney fees, expert witness fees and all other fees and expenses
incurred by City in connection with the assessment or payment of any such stipulated
penalties, or in contesting the assessment or payment of any such stipulated penalties.
In addition to any and all other remedies to which City may be entitled at law or in
equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed
and paid as stipulated penalties, and all associated costs, fees, or expenses from any
amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage
provided in the contract.