Loading...
HomeMy WebLinkAboutC2018-661 - 10/16/2018 - Approved cPus eN o I'� ,� 1r%;l/' SERVICE AGREEMENT NO. 1659 Chemical Analysis for Utilities Department 1852 THIS Chemical Analysis Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Analysys Inc ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Chemical Analysis in response to Request for Bid/Proposal No. 1659 ("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 ("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. This Agreement is for 48 months, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Purchasing Division. The parties may mutually extend the term of this Agreement for up to zero additional zero-month periods ("Option Period(s)"), provided, the parties do so in writing and prior to the expiration of the original term or the then- current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. The total value of this Agreement is not to exceed $269,776.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance 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. 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: C2018-661 10/16/18 M2018-197 AnalySys Inc. Page 1 of 7 17 SCANNED Name: Marisa Juarez Department: Utilities Phone: (361)-826-1201 Email: marisaj@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 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. 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. Any Services 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, Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form 12/15/17 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. 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 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. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid or proposal, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form 12/15/17 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 related 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: Marisa Juarez Title: Laboratory Manager Address: 13101 Leopard St.78410 Phone: (361 )-826-1201 Fax: None IF TO CONTRACTOR: Analysys Inc Attn: Michael Leva Title: President Address: 3512 Montopolis Dr, Austin, TX 78744 Phone: (512)-385-5886 Fax: (512)-919-4141 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 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form 12/15/17 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 Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator 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 Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager 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. 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. 20. 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. 21. 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, Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form 12/15/17 D. the Contractor's bid response (Exhibit 2). 22. 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. 23. Verification Regarding Israel. In accordance with Chapter 2270, Texas Government Code, the City may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of the Contractor verifies that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 24. Governing Law. This Agreement is subject to all federal,State, and local laws, rules, and regulations. 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. 25. 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. (SIGNATURE PAGE FOLLOWS) Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form 12/15/17 CONTRACTO, wl Signature: / I• 01 ea Printed Name: Michael Leva Title: President Date: 9/4/18 CITY OF CORP' v CORPUS CHRISTI �� Signature: C , v� P . F��c,I�G.« Printed Name: 1��IG2 Title: 6k-. Dfirefi-or oe -j'oann,al SerVILeS Date: IO. 1/. l' ATTEST: OLuc.�:-S�1 R SCCA HUERTA Attached and Incorporated by Reference: CITY SECRETARY Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 1659 Exhibit 2: Contractor's Bid/Proposal Response uj 8' 9 Au►nu� ��� �r tOUNClL,._.._IL (4 6 SECRfTAR Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form 12/15/17 o ATTACHMENT A: SCOPE OF WORK 1852 1.1 General Requirements/Background Information A. The Contractor shall provide chemical analysis for Water Utilities Lab, Wastewater division and Pretreatment division. Contractor shall perform chemical analysis as per the requirements outlined in Exhibits A to C. B. The Contractor shall conduct tests as per 40 Code of Federal Regulations (CFR) 136 - Water Methods. C. The Contractor shall responsible for providing labor, technician, equipment and transportation for these services. D. The Laboratory shall be accredited by TNI (NELAP). The City reserves the right to inspect the facility before start of the contract or any time after the contract. 1.2 Types of Chemical Analysis A. Water Utilities Lab - Exhibit A 1 . Mineral Set Analysis 2. Metal Analysis 3. Storm water runoff Analysis 4. Trihalomethanes (TTHMS Analysis) B. Wastewater Division - Exhibit B 1 . Metals C. Pretreatment Division - Exhibit C 1 . 1st thru 4th Quarter Sampling 2. 1st Quarter Sampling 3. 3rd Quarter Sampling 4. Biosolids Testing 1.3 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 use 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 picking up and drop off samples/container from the Lab. The Contractor shall arrange a schedule for pickup and drop off with the Contract Administrator. 1.4 Special Instruction A. The Contractor shall be responsible for providing reports to the Contract Administrator/Lab Manager. The Contract Administrator are provided in Exhibit D. B. Any outliers or change in analytical order shall be approved by the Lab Contract Administrator prior to proceeding with analysis. 1.5 Invoicing The Contractor shall invoice separately for each division/lab and submit a copy to the respective Contract Administrator. 1.6 Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure 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. Attachment B: Bid/Pricing Schedule °ous ,iCITY OF CORPUS CHRISTI Ilii Revised BID FORM 07/06/2018 PURCHASING DIVISION N p RFB No. 1659 R_ 1852 Chemical Analysis for Utilities Department PAGE 1 OF 8 Date: July 12,2018 Authorized 7')W Bidder: Analysys, Inc. Signature: 7.1 c 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 Purchasing 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. Item Description UNIT QTY Unit Price Total Price A Water Utilities Lab Mineral Set -- A.1 Aluminum EA 360 $7.00 $2,520.00 A.2 Arsenic, Total EA 240 $7.00 $1,680.00 A.3 Arsenic Dissolved EA 220 $7.00 $1,540.00 A.4 Atrazine EA 220 $125.00 $27,500.00 A.5 Barium EA 220 $7.00 $1,540.00 A.6 Cadmium EA 220 $7.00 $1,540.00 A.7 Copper EA 360 $7.00 $2,520.00 A.8 Iron EA 360 $7.00 $2,520.00 A.9 Lead EA 360 $7.00 $2,520.00 A.10 Manganese EA 360 $7.00 $2,520.00 A.1 1 Mercury EA 220 $15.00 $3,300.00 A.12 Silica EA 360 $7.00 $2,520.00 A.13 Sodium EA 360 $7.00 $2,520.00 Metal Analysis A.14 Co••er EA 240 $7.00 $1,680.00 A.15 Zinc EA 640 $7.00 $4,480.00 Storm water Runoff Analysis A.16 Cadmium EA 80 $7.00 $560.00 A.17 Copper EA 80 $7.00 $560.00 A.18 Chromium EA 80 $7.00 $560.00 A.19 Lead EA 80 $7.00 $560.00 A.20 Nickel EA 80 $7.00 $560.00 A.21 Zinc EA 80 $7.00 $560.00 A.22 Diazinon EA 80 $125.00 $10,000.00 A.23 Total Cyanide EA 120 $20.00 $2,400.00 Trihalomethanes A.24 TTHMs EA 600 $70.00 $42,000.00 B Wastewater Division roe. B.1 Arsenic, Total EA 80 $7.00 $560.00 B.2 Barium EA 80 $7.00 $560.00 B.3 Cadmium EA 80 $7.00 $560.00 B.4 Chromium EA 80 $7.00 $560.00 B.5 Copper EA 2320 $7.00 $16,240.00 B.6 Lead EA 80 $7.00 $560.00 B.7 Man•anese EA 80 $7.00 $560.00 B.8 Mercury EA 80 $15.00 $1,200.00 B.9 Molybdenum EA 80 $7.00 $560.00 B.10 Nickel EA 80 $7.00 $560.00 B.11 Selenium EA 80 $7.00 $560.00 B.12 Silver EA 80 $7.00 $560.00 B.13 Zinc EA 80 $7.00 $560.00 C Pretreatment Division C.1 1st, 2nd, 3rd and 4th Quarter Sampling C1.1 Volatile Compounds *includes EA 40 $90.00 $3,600.00 Acrolein Ac lonitrile Benzene Bromoform Carbon tetrachloride tetrachloromethane Chlorobenzene Chlorodibromethane Chloroethane 2-Chloroeth Ivin I Ether Chloroform Dichlorobromethane 1,1 - Dichloroethane 1 ,2- Dichloroethane 1 ,1 - Dichloroethylene 1 ,2- Dichloropropane 1,3- Dichloropropylene Ethyl benzene Methyl Bromide Methyl Chloride Methylene Chloride 1 ,1,2,2- Tetra chloroethane Tetrachloroethylene Toulene 1,2- TransDichloroetylene 1,1 ,1- Trichloroethane 1 ,1 ,2- Trichloroethane Trichloroethylene Vinyl Chloride C.1 .2 Acid Compounds *includes EA 40 $85.00 $3,400.00 2- Chlorophenol 2,4- Dichlorophenol 2,4- Dimethylphenol 4,6 - Dinitro-o-Cresol 2,4 - Dinitrophenol 2- Nitrophenol 4- Nitrophenol P-Chloro-m-Cresol Pentachlorophenol Phenol 2,4,6 - Trichlorophenol C.1 .3 Base/Neutral Compounds *includes EA 40 $85.00 $3,400.00 Acenaphthene Acenaphthylene Anthracene Benzidine Benzo(a) Anthracene Benzo(a) Pyrene 3,4- Benzoflroranthene Benzo(ghi)Perylene Benzo(K) Fluoranthene Bis(2-Chloroethoxy) Methane Bis(2-Chloroethyl) Ether Bis)2-Chloroisopropyl) Ether Bis(2-Ethylhexyl) Phthalate 4- Bromophenol Phenyl Ether Butyl benzyl Phthalate 2-Chloronaphthalene 4-Chlorophenyl 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-cyclopentadiene Indeno(1 ,2,3-cd) pyrene Isophorone Naphthalene Nitrobenzene N-Nitroso dimethylamine N-Nitroso-n-Propylamine N-Nitroso diphenylamine Phenanthrene Pyrene 1,2,4-Trichlorobenzene C.1 .4 Pesticides *includes EA 40 $180.00 $7,200.00 Aldrin Alpha hexachlorocyclohexane Beta-BHC Gamma-BHC (Lindane) Delta -BHC 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 PCB-1254 PCB-1221 PCB-1232 PCB-1248 • PCB-1260 PCB-1016 Toxaphene C.2 Chapter 307 *includes EA 40 $1,500.00 $60,000.00 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 Nitrate- Nitrogen N-Nitrosodiethylamine N-Nitroso-di-n-Butylamine Nonylphenol Parathion Pentachlorobenzene Pyridine 1 ,2-Dibromoethane 1,2,4,5 -Tetrachlorobenzene 2,4,5- TP(Silvex) Tributyltin 2,4,5 - Trichlorophenol TTHM (Total trihalomethanes) C.3 Metals, Cyanide and Phenols C.3.1 Total Cyanide EA 512 $20.00 $10,240.00 C.3.2 Total Phenols EA 512 $20.00 $10,240.00 C.3.3 Total Metals *includes EA 128 $150.00 $19,200.00 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 $90.00 $2,160.00 Arsenic Barium Cadmium Chromium Lead Mercury Selenium 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-dichloroetylene Methyl ethyl ketone Tetrachloroethylene Trichloroethylene Vinyl Chloride C.4.3 TCLP Semi-Volatiles *includes EA 24 $120.00 $2,880.00 Chlordane 2,4-D 2,4-dinitrotoluene Endrin Heptachlor Hexachlorobenzene Hexachlorobutadiene Hexachloroethane Lindane Cresols (total) o, m,p 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 4 $25.00 $100.00 C.4.2 Phenols EA 4 $20.00 $80.00 C.4.3 Arsenic EA 4 $7.00 $28.00 C.4.4 Cadmium EA 4 $7.00 $28.00 C.4.5 Total Chromium EA 8 $7.00 $56.00 C.4.6 Copper EA 4 $7.00 $28.00 C.4.7 Cyanide EA 4 $20.00 $80.00 C.4.8 Lead EA 8 $7.00 $56.00 C.4.9 Mercury EA 4 $15.00 $60.00 C.4.10 Nickel EA 4 $7.00 $28.00 C.4.11 Silver EA 4 $7.00 $28.00 C.4.12 Zinc EA 4 $7.00 $28.00 C.4.13 Non-polar Oil and Grease EA 4 $25.00 $100.00 C.4.14 Total Toxic Organics EA 4 $420.00 $1,680.00 C.4.15 Cobalt EA 4 $7.00 $28.00 C.4.16 Tin EA 4 $7.00 $28.00 C.4.17 Bis (2-ethylexyl) phthalate EA 4 $25.00 $100.00 C.4.18 Carbazole EA 4 $25.00 $100.00 C.4.19 0-Cresole EA 4 $25.00 $100.00 C.4.20 p-Cresole EA 4 $25.00 $100.00 C.4.21 Fluoranthene EA 4 $25.00 $100.00 C.4.22 n-Octadecane EA 4 $25.00 $100.00 TOTAL $269,776.00 ATTACHMENT C: INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained_and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administrator one (1 ) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material change, or termination required on all Per occurrence - aggregate certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased in,......- , ...f', WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this Exhibit. not domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; 4 '] • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2018 Insurance Requirements Utilities -Water Lab Analysis 01/26/2018 cg Risk Management Valid Through 12/31/2018 r,,......... ', ..c', ATTACHMENT D: WARRANTY REQUIREMENTS There is no warranty requirement for these services. n.,...... 1 ..! 1