Loading...
HomeMy WebLinkAboutAgenda Report - November 3, 2021 C-11AGENDA ITEM C', I I �& CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for Laboratory Services ($100,000) MEETING DATE: November 3, 2021 PREPARED BY: Public Works Director RECOMMENDED ACTION Adopt resolution authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for laboratory services, in the amount of $100,000. BACKGROUND INFORMATION: The City of Lodi's water, wastewater, and stormwater facilities are operated under various permits issued and regulated by the State of California. On May 6, 2020, Council authorized a Professional Services Agreement with Global Labs, Inc., in the amount of $150,000 for laboratory services related to the City's water, wastewater and storm drain operations. Each permit requires a diverse comprehensive monitoring program that contains a variety of specific water quality analysis performed at varied frequencies. While some of the analyses can be completed by the City's certified laboratory, other samples must be measured at concentrations as low as a few parts per trillion. Samples analyzed to these low concentration levels require a laboratory with appropriately qualified staff and very specialized equipment. Global Labs, Inc. is a highly qualified laboratory services company that has demonstrated their ability to meet the City of Lodi's laboratory service needs. Laboratory services are performed on a time and material basis at intervals determined by the State issued permits governing the City's water, wastewater and storm drain operations. Amendment No. 1, if approved, will account for 2022 price adjustments and add an additional $100,000 to the original contract amount of $150,000 for a total contract amount of $250,000. The additional funding request is expected to provide funding through the end of the original contract term that expires April 2023. Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for laboratory services, in the amount of $100,000. FISCAL IMPACT: Funds for the laboratory services are budgeted in the Water/Wastewater Operations and Watershed Education budgets. This project will not impact the General Fund. APPROVED: Steve Schwabauer Stephen Schwabauer, City Manager \\pwadco2\msc$\GROUP\ADMIN\Council\2021\11032021\Global Labs\CLS CC doc 10/20/2021 Adopt Resolution Authorizing City Manager to Execute Amendment No 1 to Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for Laboratory Services ($100,000) November 3, 2021 Page 2 FUNDING AVAILABLE: Fiscal Year 2021/22 Budget: Water Production Operating Fund (56052003) Water Plant Operating Fund (56052005) DBCP Monitoring Fund (56052008) Wastewater Plant Operating Fund (53053003) Storm Water Maintenance Fund (53053005) Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director ti Charles E. Swilmley, Jr. Public Works Director Prepared by Travis Kahrs, Water Plant Superintendent CES/TK/tvv Attachment R:\GROUP\ADMIN\Council\2020\05062020\CA Laboratory Services\CLS CC.doc 10/20/2021 AMENDMENT NO. 1 GLOBAL LABS, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT, made and entered this day of November, 2021, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and GLOBAL LABS, INC., a California corporation (hereinafter called "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on June 17, 2020 ( the "Agreement"), attached hereto as Exhibit 1, and made a part hereof; and 2. WHEREAS, CITY requested to increase the fees under the Agreement by $100,000, for a total not to exceed amount of $250,000, and amend the existing Fee Schedule as set forth in Exhibit 2, attached hereto and made part of; and 3. WHEREAS, CONTRACTOR agrees to said amendments; and NOW, THEREFORE, in paragraph 2 parties agree to amend the not to exceed amount under the Agreement as set forth above and amend the existing Fee Schedule. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation Herein above called "CITY' 0 STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney GLOBAL LABS, INC., a California corporation Hereinabove called "CONTRACTOR" 0 SCOTT FURNAS President Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on _ 0001?,- 1-7 , 2020, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY', and CALIFORNIA LABORATORY SERVICES, dba GLOBAL LABS, INC, a California corporation (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for laboratory services (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to I weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.6 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on May 1, 2020 and terminates upon the completion of the Scope of Services or on April 30, 2023, whichever occurs first. Section 2.7 Option bo Extend Tci-w of Agreemen At its option, City may extend the terms of this Agreement for an additional two (2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days 2 written notice of its intent prior to expiration of the existing term. In the event City exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed five (5) years. ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and 3 inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 indemnification mid Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. 4 Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Travis Kahrs To CONTRACTOR: Global Labs, Inc. 3249 Fitzgerald Road Rancho Cordova, CA 95742 Attn: Scott Furnas Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. 5 Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability. and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business license Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Ince ration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. CITY OF LODI, a municipal corporation ATTEST: STEPHEN SCI I 1I_: R 6ityflertr lam.. rri;5 City Manager X35i5*Zt7-i- Cr�V CLrK APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney CALIFORNIA LABORATORY SERVICES, dba GLOBAL LABS, INC., a California corporation Y.- By: Name: SCOTT FU"s Title: President Attachments. Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 56052003.72450, 56052006.72450, 53053003.72450x_53053005.72450 (Business Unit & Account No.) Doc ID:R:IGROUPWDMIN\Counc11120201050620201CA Laboratory ServlcesTSA.doc CA.Rev.01.2015 a A CALIFORNIA Exhibit LABORATORY SERVICES Commlltwd. Responsive. Flwrtlblo, 3249 Fitzgerald Road, Rancho Cordova, CA - 95742 - 1-800-638-7301 / Fax: (916) 638-4510 w[ww. cal ifo rn ial ab . corn ELAP # 1233; SB #2916; NAICS 541380 DEAR CLIENT, CALIFORNIA LABORATORY SERVICES (C,L.S, Laboratories, Inc.) is a well-established, environmental laboratory committed to providing the environmental industry with high-quality analytical testing services. Our laboratory is located in Rancho Cordova, CA. Our laboratory performs work under State certification programs and we are certified in the State of California through the Department of Public Health, Environmental Laboratory Accreditation Program. Our laboratory performs organic, inorganic & bacteriological analyses of: ■ Drinking Water ■ Solid waste * Petroleum fuels • Waste water . Soil * Sludge & Hazardous Waste Founded in 1982, our facility encompasses over 16,000 square feet of lab space, housing high-resolution instrumentation and highly trained chemists. We are also positioned to offer your company a wide range of first class environmental analytical chemistry that satisfies State and Federal regulations such as: w CCR Title 22 Drinking Water • CERCLA (Superfund) w NPDES Permits w UST Sites a RCRA w EPA California Laboratory Services is determined to help you succeed, With that in mind, we will provide you with the highest quality standards and legally defensible data that are technically valid and scientiffcally sound to satisfy government requirements and meet all your project goals. QA/QC PROGRAM Our QA/0C objectives are designed to ensure reliability and repeatability of analytical chemical data. In order to ensure integrity of data, our instruments are routinely calibrated and our chemists undergo periodical audits, ethics, proficiency testing and training reviews to guarantee that the analytical procedures, rules and regulations set forth in our Quality Assurance Manual and Standard Operating Procedures are meticulously followed. ANALYSIS REPORTING OPTIONS We utilize Promium's Element Laboratory Information Management System [LIMS] for all our laboratory data management operations, including final report generation and electronic data deliverables (EDD). The reports for the analysis of your samples can be customized to your specifications and can be delivered to you via email in PDF format. In addition, we offer various other formats such as Excel, CSV, XLM, FoxPro, Access, WaterTrax, Geotracker and many others. TURN -AROUND TIME (TAT) We have a standard 5 -business day TAT. However, to help you reach your goals in a timely manner we offer you the option of same day or 24, 48, 72 & 96 -hour TATs. Please contact our Client Service Representatives for more information, CLIENT SERVICES For immediate response to any of our laboratory services and prices, please contact one of our sales team members in the area, Rancho Cordova, CA: 1.800.638.7301 Exhibit B CALIFORNIA LABORATORY_ SERVICES Committed. Responsive. Flexible. PRICE LIST -Effective 111120 - 1 2131120 Lam'ANALYM &VINIIIIi MWMOD t1w '. GC-GC/MS VOLATILES: 1,2,3 "PCP Water SRL 524 -TCP 75 EDB and/or DBCP Water/Soil EPA 504/624/82606 75 GC/MS Semi -volatile Organics Water/Soil/Other EPA 625/8270 245 GCfMS Volatile Organics Water/Sail/Olher EPA 524/624/82606 l 10 EtoH/MeOH/Alcohols Water/Soil EPA 8015 90 Trihalomelhanes Water EPA 524/624 90 TPH-G+VOC Water/Sail/Other EPA8015M/8260B 135 PETROLEUM FUELS: 5 Oxygenates (DIPE,ETBE,MI'BE, TAME; CBA) Water/Soil EPA 8260B 50 7 Oxygenates (D1PE,ETBE,MTBE,TAME,TBA, EtOH,MeOH) Water/Soil EPA 8015A260B 125 n -Hexane Extractable Material (Oil & Grease) Water/Soil EPA 1664A 60 n -Hexane Extractable Material, w/SGT ('rRPH) Water/Soil EPA 1664A w/SGT 65 TPH (Gasoline and BTEX) Water/Soil EPA 8015NV8260B 45 TPH (Gasoline and BTEX/MTBE) Water/Soil EPA 8015M/8260B 50 TPH (Gasoline) Water/Suil EPA 8015M/8260B 35 TPH Extractables (Diesel/Oil) Water/Soil EPA 8015M 55 GC/HPLC SEMI -VOLATILES: Acrolein & Acrylonitrile Water/Soil EPA 8260 110 Fonnaldehyde Water EPA 8315 195 Formaldehyde Soil EPA 8315 350 Phenols Water/Soil EPA 625/8270 175 Phthalate Esters Water/Suit EPA 625/8270 175 Polynuclear Aromatic Hydrocarbons Water/Soil EPA 610/8270/8310 175 PCBs: Polychlorinated Biphenyls (PCBs) Water EPA 508/608/8082 60 Polychlorinated Biphenyls (PCBs) Oil/Soil/Wipe FPA R082 55 P ESTICIDESIHERBI CID ES Prowel Water/Soil EPA 808[A 200 Chloroplrenoxyacid Herbicides Water/Soil EPA 615/815 [A 195 Organochlorine Pesticides Water/Soil EPA 508/608/8081A 86 Organophosphorus Pesticides Water/Soil EPA 614/8141 165 Pesticides and PCBs Water/Soil EPA 508/608 120 Trianzine Pesticides Water EPA 507 125 PROP. 65 - CONSUMER PRODUCT SUPPORT: Phthalates Metals Sample Surface Area Calculation (Minimum I Hour) IL NWFALS AML"W GROUP ANALYSIS: Drinking Water Metals (Ag, AI,As,B,Bm,Be,Cd,Cr,C u,Fe,Hg,Mn,Ni,Pb,S b,S e,TI,V,Zn) CAM Metals (17) (As,Hg,Sb,Ba,Be,Cd,Cr,Co,Cu,Pb,Mo,Ni,Se,Ag,T1,V7n) LUFT/PET Metals (5) (Cd,Cr,Ni,Pb,Zn) Priority Pollutant Metals (13) (Ag,As,Sb,Be,Cd,Cr,Cu,Pb,Hg,Nj,Se,TI,Zn) RCRA/PCLP Metals (8) (Ag, As,Ba,Cd,Cr,HS,Pb,Se) INDIVIDUAL ANALYSIS (PER METAL): Cr+6, With Preservation Cr+6 Crf6 Cr+6 CrF6 Cr+6 Cr+3 Ferric Iron Ferrous Iron Mercury, Cold Vapor Metals ICP Metals ICP/MS M. INORGANIC ANALYSIS General Minerals: (Alkalinity, Calcium, Chloride, Fluoride, Hardness, Potassium, MBAS, Magnesium, Sodium, Nitrate, Specific Conductance, Sulfate, Total Dissolved Solids, & pH) General Physical: (Color, Odor, & Turbidity) Acid Generation Potential Acidity Alkalinity Ammonia BOD Bromide Chlorate Chloride Chlorine COD Color Conductivity Conductivity Cyanide Cyanide Ammenable Dissolved Oxygen Dissolved Fixed Solids Flash Point (Ignitability) Fluoride Hardness Iodide Langlier Index (W/ General Mineral Analysis) Langlier Index (WA-) General Minaeral Analysis) Object EPA 9270 195 Object EPA 6010/6020 25 Object CLS Labs 100/Hr. MATRIX METHOD FRX1. Water EPA 200 Series 165 Water/Other EPA 6010/6020/7000 148 Water/Other EPA 6010/6020 75 Water/Other EPA 6010/6020/7000 125 Water/Other EPA 6010/6020/7000 115 Water EPA 218.6 45 Water EPA 218.6 65 Soil/Other EPA 7199 65 Water EPA 7199 65 Soil / Other EPA 7196 65 Water EPA 7196 65 Water EPA 200 / CALC. 60 Water EPA 200 / CALC. 100 Water SM 3500 -Fe -D 40 Water/Other EPA245.1/7470/7471 35 Water/Other EPA 200.7/6010 16 Water/Other EPA200.8/6020 16 MATRIX N'mow UNIT PRICE Water EPA/STDM 165 Water EPA/STDM 30 Water EPA/STDM 130 Water EPA 305.1 50 Water SM 23208 26 Water/Other SM4500NH3 F 1997 40 Water/01her SM5210B 40 Water/Olher EPA 300.0 23 Water EPA 300.0 23 Water/Other EPA 300.0 18 Water SM4500 CL G 12 Waler/Other EPA 410.4 40 Water SM2120B 12 Water EPA 120.1 12 Soil EPA 120.1 18 Wafer/Other SM4500-CN E/9014 45 Water/Olher Slv14500-CN E 45 Water S1045000 -G 16 Water/Other EPA 160.4 25 Water/Olher EPA 1010 75 Water/011ier EPA 300.0 20 Water SM234013 30 Water/Other EPA 300.0 25 Water/Other STDM 203 45 Water/Other STDM 203 75 MATRIX MI TROD UNK MUC6 MBAS Surfactant Water/Other SM5540C 28 Neutralization Potential Soil EPA 670 125 Nitrate Water/Other EPA 300.0 18 Nitrate Water/Other SM4500-NO3E 30 Nitrate/Nitrite as N Water EPA 300.0 20 Nitrate/Nitrite as N Water SM4500-NO3E 30 Nitrite Water/Other EPA300.0 is Nitrite Water/Other SM4500-NO23 30 Odor Water EPA 140.1 12 Ortho -phosphate Water EPA 300 Is Ortho -phosphate Water SM4500-P 45 Paint Filter Liquids Test Water/Other EPA 9095 150 Percent Moisture/Solid SuiVSludge SM25403 25 Perchlorate Water EPA 300.0/314.1 65 pH Water SM450014 B 12 pH SuiUOlher EPA 904013/9045C 18 Phenols Water/Soil EPA 420.1 65 Phosphorus, Total Water/Other SM 4500-P 40 Reactivity Water/Other SW 846 too Reactivity/Corrosivity/Ignitability Water/Other EPA Methods 180 Redox Potential Water/Soil SM2590 38 Salinity Water SM2I OB 50 Specific Gravity Water/Other SM2710F 50 Sulfate Water/Other EPA 300.0 18 Sulfide Water/Other SM450OS-F 40 Sulfite Water/Other SM450OS03-B 40 SUVA Water/Other SM591oB/SM5310B 45 Tanins & Lignins Water SM5550B 50 Total Dissolved Solids Water/Other SM 2540C 25 Total Kjeldahl Nitrogen Water/Other SM450ONH3 F 1997 45 Total Organic Carbon Water SM53IOB 40 Total Settleable Solids Water SM2540F 23 Total Solids Water/Other SM2540B or G 25 Total Suspended Solids Water/Other SM2540D 30 Total Volatile Suspended Solids Water EPA 160.4 38 Total Volatile Solids Water EPA 160.4 30 Turbidity Water SM2130B 12 U V 254 Water SM5910B 45 AVXW1116ROLOGICAL AIA'fRm 1H67R<IDD UNIT PRICE, Coliform (Presence/Absence) - RUSH -3 Days or Less Water/Other STDM 9223 35 Heterotrophic Plate Count -RUSH -3 Days or Less Water/Otber STDM 9215 38 Coliform (Presence / Absence) Water/Other STDM 9223 30 Colifomt (I0 -tube) Water STDM 9221 35 Coliform (Quantitray) Water/Other STDM 9221 35 Coliform, Total & Fecal (15 -tube) Water/Olher STDM 9221 43 Coliforrr4 Total, Fecal & E. Cali (15 -tube) Water/Other STDM 9221 43 Coliform Total, Fecal & E. Coli (25 -lube) Water/Other STDM 9221 53 Coliform Total, Fecal & E. Coli (35 -tube) Water/Other STDM 9221 63 Heterotrophic Plate Count Water/01her STDM 9215 35 Fecal Streptococci Water/Other STDM 9230 60 V SUBCONTRACTED ANALYSES MATRIX METHOD UNIT PRICE Bioassay - Title 22 Hazardous Waste (Screen) All Title 22 400 Bioassay - Acute Toxicity Water EPA Call for Quote Bioassay - Chronic Toxicity Water EPA Call for Quote Carbamates Water EPA 531 125 Carbamates Soil/Water F'A 632 200 Diquat/Paraquat Water F,PA 549 120 Endothall Water EPA 5,18 120 Glyphosate Water EPA 547 120 Halo Acetic Acids - 5 ea. Water EPA 552.2 Ito Mercury, Methyl Water HPA 1630 250 Mercury, Low Level Water SPA 1631 135 Metals, Low Level Water F, IIA 1638 55 Bromate Water EPA 1117 75 Total Organic Carbon Soil EPA 9060 90 Total Organic Halides - TOX Soil/Other EPA 9020 190 Gross Alpha and/or Beta Water EPA 900 65 Radun Water SM7500Rn 65 Radium 226 Water EPA 903.1 155 Radium 228 Water Ra -05 215 Strontium 90 Water EPA 905.0 155 'tritium Water EPA 906.0 90 Uranium Water EPA 908.0 125 VL IaCRAICALMORNL%SAZARDOtISWA MANALVU% MSTROD UNITIRKS EX►R.(CPI%&& SAWLZ PREP Archive (Extension beyond 60 Days - Not to exceed 90 Days) CLS Labs 3 Filtration (0.45 Micron) CLS Labs 5 Composite (per Sub Sample) CLS Labs 3 STLC California WET: Citrate Buffer or D.I. Water Title 22 68 TCLP Semi -volatile Organics/Pesticides/Metals Extraction EPA 1711 68 TCLP Volatiles Extraction (ZHE) EPA 1311 160 TTLC Metals Digestion EPA 3040/3050 IO/Batch ANALYSIS: TCLP Full Package (Extraction and Analysis) EPA Methods 1000 TCLP Herbicides (Includes Extraction - EPA 1311) EPA Methods 265 TCLP Metals Analysis (Includes Extraction - EPA 131 l) EPA Methods 195 TCLP Pesticides (includes Extraction - EPA 131 l) EPA Methods 190 TCLP Semi -volatiles & Pesticides Analysis (Includes Extraction - EPA 1311) EPA Methods 395 TCLP Volatile Organics Analysis (Includes Extraction - EPA 1311) EPA Methods 270 ADDITIONAL FEES: Sample Disposal (after 60 Days) Sample Time Travel Time Stormwater Kit Cooler Return (If Requested) Writa On - CA State Drinking Water Requirements Geotracker Library EDD Custom EDD NOTES Standard Turn Around Time is 5 business days. 2 50/Hr. 25/Hr. 30 UPS Ground Rate IO/Project 25/Project See Lab See Lab New Clients - Payment requried at time of sample submission. RUSH SERVICES are available, at the following rates. Turnaround time is contingent upon test procedure and lab capacity at time of request. TURNAROUND REQUIRED SURCHARGE Same Day 150% 1 Working Day 100% 2 Working Das 3 Workin ..Days 60% 30% 4' Working Days T 15% Not To Exceed $150,000 Exhibit C C`A`S NOTE. The City of Lodi Is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the small to your Insurance provider(s) to submit the required Insurance documentation electronically Insurance Requirements for Most Contracls $Not construction or reouidrta professional lia�illtYi Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: Commercial General Liablpty (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 2 Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employers Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. Other Insurance Provisions: (a) Additional Named Insured 5tahts The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the forth of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; §BJ CG 20 37 if a later edition is used (b) Primofyi ,and Nan-C:oninbutory Insuran a Endo—Imenr The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractors insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractors insurance and shall not contribute with it. (c) Vaiver of Subrc c qpt1 Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE: (1) The street address of the CITY 4F LQQI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of thePro'ect that it is insuring (d) $s?y,?rah�IHy r)f h�leresl Lala se The term "Insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies (e) Nulice of Cancellation ui Change ui_Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240 Page 1 I of 2 pages I Risk: rev 3/1/2018 (f) Conlinuily of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance an at least an annual basis during the Term. If Contractors insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (Califomia Government Code Section 810 et seq.). (g) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (h) Verifieatign of Coverage Consultant shall fumish the City with a copy of the policy declaration and endorsement page(s), original certificates and, amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (i) Seif-Insured Retenlions Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. Q) Insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractors officers, employees, agents, representatives or subcontractors. Contractors obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance. (k) auk rQntractgo Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured an insurance required from subcontractors (1) Qualifieo. Insurerfs� All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Page 2 1 of 2 pages I Risk: rev. 3/1/2018 RESOLUTION NO. 2020-85 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH GLOBAL LABS, INC., OF EL DORADO HILLS, FOR LABORATORY SERVICES WHEREAS, the City of Lodi's water, wastewater, and stormwater facilities are operated under various permits issued and regulated by the State of California; and WHEREAS, each permit requires a diverse comprehensive monitoring program that contains a variety of water quality analysis; and WHEREAS, some analysis can be completed by the City's certified laboratory located at the White Slough Water Pollution Control Facility, but other more technical analysis needs to be performed by a contract laboratory that has the appropriately qualified, certified staff and specialized equipment; and WHEREAS, Global Labs, Inc., is certified by the State of California Environmental Laboratory Accreditation Program for the analyses of drinking water, wastewater, soil, and hazardous waste; and WHEREAS, pursuant to Lodi Municipal Code Section 3.20.75, contracts for professional laboratory services are specifically exempt from the advertising and bidding requirements of Lodi Municipal Code Section 3.20.070; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute a Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for laboratory services, in the amount of $150,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, California, for laboratory services in the amount of $150,000; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: May 6, 2020 I hereby certify that Resolution No. 2020-85 was passed and adopted by the City Council of the City of Lodi in a regular meeting held May 6, 2020, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None PAMELA M. FARRIS Assistant City Clerk 2020-85 Date: Name: Project Name: Project Manager: QC Level: 1 1. Exhibit 2 CALIFORNIA LABORATORY SERVICES Committed. Responsive. Flexible QUOTE REQUEST 9/30/2021 Quote: CityofLodi City of Lodi Location: Lodi, CA Laboratory work Effective: 10/1/2021 Travis Kahrs Expires: 12/31/2022 Parameter Method Matrix TAT QTY Unit Price Extended Price DBCP EPA 504.1 DW 5 1 $45.00 $45.00 Nitrate as N EPA 300 DW 5 1 $8.00 $8.00 TOC SM5310B DW 5 1 $30.00 $30.00 Alkalinity SM2320B DW 5 1 $23.00 $23.00 SUVA SM5910B/5310B DW 5 1 $45.00 $45.00 1,2,3 -TCP SRL 524 TCP DW 5 1 $70.00 $70.00 T22 General Mineral EPA/STDM DW 5 1 $102.00 $102.00 T22 General Physical EPA/STDM DW 5 1 $26.00 $26.00 T22 Inorganic Chemical EPA/STDM DW 5 1 $204.00 $204.00 T22 Volatile Organics EPA/STDM DW 5 1 $92.00 $92.00 T22 SOC's EPA/STDM DW 20 1 $1,100.00 $1,100.00 Fluoride EPA 300 WW 5 1 $8.00 $8.00 Bromide EPA 300 WW 5 1 $8.00 $8.00 Hardness SM2340B WW 5 1 $20.00 $20.00 Standard Minerals EPA/STDM WW 5 1 $102.00 $102.00 Diss. Lead EPA 200.8 WW 5 1 $13.00 $13.00 Diss. Manganese EPA 200.7 WW 5 1 $13.00 $13.00 Ammonia as N SM4500NH3F 1997 WW 5 1 $31.00 $31.00 Nitrate as N EPA 300 WW 5 1 $8.00 $8.00 Nitrite as N EPA 300 WW 5 1 $8.00 $8.00 TKN SM4500NH3F 1997 WW 5 1 $31.00 $31.00 Total Phosphorus SM4500P E WW 5 1 $31.00 $31.00 State EDD CLS Labs WW 5 1 $10.00 $10.00 Sample Filtration CLS Labs (0.45Nm) WW 5 1 $3.00 $3.00 Sample Disposal CLS Labs WW j 60 days j 1 j $2.00 $2.00 TOTAL $2,033.410 Bold: Will include use of accredited subcontract lab partner Warmest regards, Scott Furnas Scott Furnas President CALIFORNIA LABORATORY SERVICES Quality Service - Fast Turnaround -Reasonable Rates Client Services: scottf@californialab.com RESOLUTION NO. 2021-291 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH GLOBAL LABS, INC., OF EL DORADO HILLS, FOR LABORATORY SERVICES WHEREAS, the City of Lodi's water, wastewater, and stormwater facilities are operated under various permits issued and regulated by the State of California; and WHEREAS, each permit requires a diverse comprehensive monitoring program that contains a variety of water quality analysis; and WHEREAS, some analysis can be completed by the City's certified laboratory located at the White Slough Water Pollution Control Facility, but other more technical analysis needs to be performed by a contract laboratory that has the appropriately qualified, certified staff and specialized equipment; and WHEREAS, Global Labs, Inc., is certified by the State of California Environmental Laboratory Accreditation Program for the analyses of drinking water, wastewater, soil, and hazardous waste; and WHEREAS, pursuant to Lodi Municipal Code Section 3.20.75, contracts for professional laboratory services are specifically exempt from the advertising and bidding requirements of Lodi Municipal Code Section 3.20.070; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, for laboratory services, in the amount of $100,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Global Labs, Inc., of EI Dorado Hills, California, for laboratory services in the amount of $100,000; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: November 3, 2021 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2021-291 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 3, 2021, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None ENNIFER USMIR City Clerk 2021-291