Loading...
HomeMy Public PortalAbout205-2019 - Pace Analytical Service - water samplingAGREEMENT THIS AGREEMENT made and entered into this 11_ day of DIE C e M bet , 20)9 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, with its office at 50 North 5"' Street, Richmond, Indiana, 47374 (hereinafter referred to as the "City") and Pace Analytical Services, LLC, 25 Holiday Drive, Englewood, OH 45322 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for services involving analysis of wastewater samples and other polluted water samples, consisting of industrial/domestic wastewater, treatment plan wastewaters, river water and digester sludges. Contractor must include Environmental Protection Agency (hereinafter referred to as "EPA) approved analytical method used for each analysis. A Request for Quote, dated October 23, 2019, was sent to five vendor, include Contractor. The Request for Quote was on file in the office of the Department of Sanitation for the City, consisting of fourteen (14) pages, is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor is contained in Exhibit `B", is dated November 12, 2019, is eleven (11) pages, is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all services described in Exhibit "A" and at the rates set forth in Exhibit `B". Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION H. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed Thirty Thousand Three Hundred Eighty -Three Dollars and Zero Cents ($30,383.00) for complete and satisfactory performance of the work required hereunder. The monies to be paid to Contractor are set forth in Exhibit `B", which is attached with this Agreement and made a part hereof. Contract No.205-2019 Page 1 of 6 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto, and shall continue in effect until and including December 31, 2020, but with an option to renew by City for year 2021 through December 31, 2021 and also with an option to renew by City for year 2022 through December 31, 2022 at the same cost. City must notify Contractor of City's option to renew by no later than October 31 st of 2020 for calendar year 2021 and by no later than October 31, 2021 for calendar year 2022. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for damage or injury to person or property or other claims which may arise from the Contractor's conduct or performance of this Agreement; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub- contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Page 2 of 6 Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If Page 3 of 6 the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. Page 4 of 6 C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless the Contractor and all officers, employees or agents of the same from all liability which may arise in the course of City's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement against Contractor, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Any person executing this Agreement in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners Sue_yWer, President Vice President Member Dated: 1 2-/ 1 7 / 1 1 APPROVED: zy�mr i �� Dated: 1 T "CONTRACTOR" PACE ANALYTICAL SERVICES, LLC Vl By: (Printed): C'n9Gr' 'AJa 5k Title: &CM&A.1 /4(avla P✓ Dated: ��/ 9 Page 6 of 6 CONTRACT REQUEST FORM 1. Date contract needed (Clerk or agenda deadline): 1/1/2020 Date Submitted to Law*: 11/26/2019 2. Board/Commission that will approve contract: Board of Sanitary Commissioners 3. Has bid been awarded? YES Date awarded or effected: 12/03/2019 4. Is this a Common Construction Wage Project? N/A 5. Brief description of work to be performed or supplies to be furnished: Contractor for Laboratory Services, Sampling Containers Pickup and Delivery 6. Name and address of Contractor to be retained: Pace Analvtical Services 25 Holiday Drive Englewood, OH 45322 7. What method was used to request bids? (check one) Request for Proposals (RFP) X Request for Quotes (RFQ) Bid Specifications State Quantity Purchase Agr. Bid (QPA) 8. What date was the Bid Specification/RFP/RFQ/QPA sent out or requested? 10/23/2019 9. Date of Contractor's Response/Proposal/Bid. 11/12/2019 10. Did the Contractor supply you with all necessary certificates of insurance, warranties, etc.? Yes 11. In what office are the Bid Specifications/RFPBid lists on file with the City? Sanitary District 12. Attach Contractor's response unless longer than ten (10) pages. If longer than ten (10) pages, in what office is Contractor's response filed? Sanitary District 13. Amount to be paid to Contractor: $30,383.00 Term of Contract: One (1) year term (2020) with a Citv (and RSD) option to renew annuallv for two (2) additional one-year terms. 14. Any other relevant information: 15. Submitted By: Tim L Orrill Department: Sanitation *Please complete and return, along with all attachments or exhibits, at least one (1) week before the contract is needed for its Agenda deadline. March 2009 CONTRACT REQUEST FORM 1. Date contract needed (Cleric or agenda deadline): 1/1/2020 Date Submitted to Law*: / c 2oIQ 2. Board/Commission that will approve contract: Board of Sanitary Commissioners 3. Has bid been awarded? NO Date awarded or expected: 12/03/2019 4. Is this a Common Construction Wage Project? N/A 5. Brief description of work to be performed or supplies to be furnished: Contractor for Laboratory Services Sampling Containers Pickup and Delivery 6. Name and address of Contractor to be retained: Pace Analvtical Services 25 Holiday Drive Englewood, OH 45322 7. What method was used to request bids? (check one) Request for Proposals (RFP) X Request for Quotes (RFQ) _ Bid Specifications State Quantity Purchase Agr. Bid (QPA) 8. What date was the Bid Specification/RFP/RFQ/QPA sent out or requested? 10/23/2019 9. Date of Contractor's Response/Proposal/Bid. 11/12/2019 10. Did the Contractor supply you with all necessary certificates of insurance, warranties, etc.? Yes 11. In what office are the Bid Specifications/RFPBid lists on file with the City? Sanitary District 12. Attach Contractor's response unless longer than ten (10) pages. If longer than ten (10) pages, in what office is Contractor's response filed? Sanitary District 13. Amount to be paid to Contractor: $30,383.00 Term of Contract: One (1) year term (2020) with a City (and RSD) option to renew annually for two (2) additional one-year terms. 14. Any other relevant information: 15. Submitted By: Tim L Orrill Department: Sanitation *Please complete and return, along with all attachments or exhibits, at least one (1) week before the contract is needed for its Agenda deadline. March 2009 PRICE REQUEST fA DffffiaAMW 01'? AEON : INOT ORDE2111 LIBB"TYA 41374 SANPH=76�98 � ....... .. . .... S_ �E�6O 10N This is a r&VOSt for:6 price fo r services Of materials described below.' Any Additional sVpciffpatlons may be Attached hereto. This Is NOT an order and the Cie I ty reserves thd-411taccept to abc All part; or decline th& entire Orop6sAi. I . or Please qmpipte your full name and phone number below With -signature, Iternize all pride And charges where requested; and atia�cfi Any PXpjqnationf6r any.,substitutlon . to' specifications altered. Return In a sealed envelope,care In pa of Richmond Sanitary District Board cif the administrationCommissioners to n building at the address Above by the J sibecified date and time to be considered. REPLY MUST BE IN By. - PAYMENT TERINS: DELIVERY REQUIRED: November OREEIPT O 2Q19 UPON CF ICE VO DELIVERED . . I October 28, 2610 10:pOA,M. on Nove INVOICE DESCRIPTION This 18 a request for quotes for:2020 Contract Lab Duties Please'see attached specifications Duties, 'I c include a' Certification of insurance (Including VVorkman's Compensation I - . :and bid sheets. Please and warranty inforenatjoh with quote. E-Verify requirements will :apply to this quote, information enclosed. Aujuoocu Lu. Rjchmond SanittIty District Denise J hh -r Service o .'Son'! Cqust.om Mgr 2180 MbWY Av6nue Richm6h.d, IN 47374 Re: 9020 Laboratory 01.10te Valid Until Questions? Call Tim Orrill at 766-983-.744-7. Cogt$ NAME OF FIRM QUOTING: STATE TAX EXEMPTION #60M21959-001 0 Mchmond 8anitary District BY: iwm AUTHORIZED BY SIGNATURE TITLE PHONE NUMBER e- City of'Richmbnd,'Richmond Sanitary District 2020 Contract Laboratory Request for Quote The Richmond Sanitary District, City of Richmond, Indiana, is requesting price quotations forth e analysis of wastewater samples and other polluted water samples; consisting of industrial/domestic wastewater, treatment plant wastewaters, river water and digester sludges. Bids will be awarded on the basis of QA/QC information (i.e. detection limits, etc) --and overall pricing. The chosen vendor will .be required to sign a City contract prior to conducting analytical work described in this request. The contract period will be one year, with a City (Richmond Sanitary District) bpfiion to renew the contract annually for two (2) additional one-year terms: The quotation must contain costs on an individual parameter basis and extended. cost for each of the four groups identified as WWTP; Industrial/ Domestic, River and Digester. Please 'use the attached Bid Price Schedule .(4 pages) to indicate per unit and extended. costs. Please note the tofaI number pf parameters and organic analysis identified in this quote request and attached Bid Price Schedule are estimates based_ on historical trends and anticipated future needs, and are not to be construed in any way as a guarantee of the volume of work to occur during the contrast period (s): The quotation must include EPA approved analytical method usePor each analysis, a copy of your bA/..QC standard operating procedures and a copy of your DMRQA proficiency study results for the last three years. All analytical work must produce the lowest possible detection Limits, or at least be equal to .the detection limits noted' in the tables below. The quoted costs must include all necessary sample bottles and weekly sample pick-up at our location at 2380 Liberty Avenue, Richmond, Indiana. The analytical results must be submitted to us by email or fax within 14 working days of receipt of the samples: The final report must be received as an original signed copy with the chain -of -custody report attached. This quote request and the attached -Bid Price Schedule'include the test parameters that are expected to -be present duringthe contract period. However, a.situ.4tion may arise where analysis of a test parameter not indicated.kn this request is desired. Please provide a complete schedule of charges for all work and services performed by yourfacility for items not identified in this quote request.. Please contact Tlm Orrill at (765) 98377447 or torrill dchmondindiana:gov if'you have any questions. Richmond Contract Lab QuoteRegawt, p.2 WASTEWATER LR—FATME NT PLANT 12 parameter detection limit.(mgll Aluminum- 0.020 Arsenic 0:0010 Mercury (245.1) 0.5.(ug/L) Cadmium '0.00001 Chromium 0.00001 Copper 0.00020 Lead 0.0005 Molybdenum 0.0005 Nickel 0.0003 Zinc 0.002 Selenium 0.001 ArArpony 0.0005 Beryllium 0.0006 Sliver 0.0002 Thallium 0.0001 Hardness (CaCO3) 10.0 TKN 0.100 Nitrate -Nitrite Nitrogen 0.100 .Nitrate-Nitrite Dissolved Solids 1.0 COD 10.0 "Oil and Grease 6.0 Amenable ON- <0.004 Muent[F'inal Effluent: 2 times / year (two locations-4 individual Samples -plus reanked OC samples i param e detection limit (nah) Mercury 11631 Rev )r) 0.05--0 parameter VOCs (Method 62-4) plus TICs* Acid Extractables/ Base -Neutral Compounds (Method 62b) plus TICs* Pesticide/PCBs (Method 608) plus TICW' detection limit (ua/l) lowest.achlevable-oust stipulate r ��-1ibrf 1� b -j/ Richmond Request for Qaote; p.3 parameter Arsenic Mercury (245.1) Cadmium Chromium Copper Lead Molybdenum Nickel Zinc Oil & Grease Total Cyanide Total Phenols Aluminum Selenium Silver Chloride Sulfate Fluoride detection limit fmaA 0.0010 0.5 (ug/L) 0:0001 0.0001 0.0020 0.0010 0.020 0.020 0.010 5:0 0.0050 0.0050 0..050 - 0.005 0.005 10.0 5.0. 0.10 time /year (20 locations 20 individual samples Per- :Aualyi"cal Method), parameter VOCs-(Method 624) Acid Extractables/ Base -Neutral Compounds (Method 625) Pesticide/PCBs (Method 608) defection limit (,ign1 lowest achievable —must stipulate Richmond Request for Quote,'p.4 RIVER SAMPLES Arsenic (tot./diss.) 0.0100 Silver (tot;/diss.) 0.005 CBOD5 2.0 Cadmium (tot./dips.) 0.0100 COD 10.0 Chromium (tot./diss.) 0,020. Copper (tot.ldiss,) 0:0050 Total Hardness 10.0 Mercury (245.1)(tot.ldiss.) 0.5 (ug/L) Molybdenum (tot.ldiss_) 0.020 Ammonia=N 0.100 Nickel (tot:/diss;) 0.020 Nitrate -Nitrite 0.500 Oil &Grease 5.0 Lead (tot./diss;) 0.0.010 Selenium (tot:ldiss.) 0.005 Total Cyanide 0.0050 Total Kjeldah] Nitrogen 0.1100 Total Phosphorus as .P 0.0.10 Total Suspended Solids 1.00 Zinc (tot./diss.) 0.010 Iron (tot.ldiss.) 0.005 Tot. = total metals Diss, = dissolved metals DIGl1STER SAMPLES 6 times/ -year (5 locations approximately 102 total analysis) parameter Fecal Coliform Solids, Percent Total Arsenic Cadmium Copper Lead Mercury Molybdenum Nickel Selenium Zinc Polychlorinated biphenyls (PCBs) Volatile Acids Alkalinity (as CaCO3) Volatile Organics plus TICS* Base/Neutral/Acid Extractables plus TICs* Pesticides/Herbicides plus TICs* *T1Cs refer to "Tentatively Identified Compounds" NOTE: All results except volatile acids and_ alkalinity must be reported orf wet weight AND dry weight basis FNn ,,f//6,v o`f- / av5,&�/! O I� W I Eh t� �• E9• �9 4f} it} � 4i} fR 4f# t�} � Et} d3 �} 4f3• �3 � � �3 � � � c�3 � tf9• i C d N it NNNN d' d d d NN'NNNNNNNNeV d �i �t d d d tl ct �1 cf d NNN d d d NN d d 00 00 00 {� Id i { Irt+ W id I t9 E!} to i.% o% 4a #f} 46 Hi if} Ei} 4f1 440- 0- &9 1 U., i IC_ Ip-. N d o0000tn*--�00000.d oN000000 00,0000 In00000�90 (CE o o o-I;o,--+NooNN o oo9o.00000 t-r-1 rtoorio lc' .000,n.00H ,n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a i� t i n C9 %0 U 93 pf „� d. ? O N w m U v m Cod O Cd U a 0a-4 ai�H '�ENor) 4 7 t ;w O a 01 a c m C eN6000000000 '� .--1 '� '� 0.0 cn M C N 0 :V L Lul . } rz O, o,0000 o,o 000 00 • o oNO6.005NN 0 0 0 0.0 0 o Qo .p• v r-i r-i r-1 r-i is yy V + d 0 a�'i ,�� U U `� � .fl •mod bIL W.v3 UZN��P9wR�F�W i-• fix/ �%, -1414je 0 �o :U j-o i� ,C ' FF3 6F} EA Ef} EF} Ef3 E33 (i} if3 4f? <i} to �} 4f} Ff} {j} } f� 63 C vt � to 'n 'n ern �n yr wl o. N CD N 0 N :C1 ,i :O co 'CL �m two I = C Q' O o o b� 0 o i­ 0 o 0 In 0, o 0 0 0 0 0 0 �n 0 v� 0 p , + o. o' '� IEM 2 O ,--i 0 N 0 DC 'O O tV O .N 0 '-4 0 o 0 0 O O o in o 0 0 0 0 0 6 0 0 0 0 cv m Ol H t 00 E � F7 � '� U Cd '� •p 'O U b y ,. O. K1 v. U. ',� .N 01 UA P-tF- .UUU ZN HEc v� X1�,�� �t /4 /,8e 10 I() V M iii tu cli C-,4, cq CIA NN N C14 cl C', C14 clq cl C14 OF IO t6 i% t% w. ICf^o IOC C> C> In 0 0000000 o .4C CD W " 4 C4—= > C CDC-1 in C o C C N C. c c n CCCoCC00C O. o s=; r�= C=; Ca C) C) (w) C� CD C=� C) I:1. Or ca 'a M ca J-7 Co 43 14 Lu Cj w 'o o o :0 �Wcalolold 6 !2 0 0 () I-N �4 E-VerWkeqwirements: Definitions I—Ve—fiTY Program —A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. iO4-208),Division C., Title IVisA03-(a),a9amended, operated b theUnitedStafe5DOp,�iltmontofj4omelandSoc-uri�Lyo y r ,successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the, work authorization status of newly hired. employees under the Immigration Reform and contiol, Act of 1986 (P.L. 99-603). No performance of services shall commence until the following has been' met: -1. The City is in receipt of any required certificates of insurance; In 2. The City is in receipt of any required affidavit signed by Contractor in `accordance with Indiana Code 22-54.7-11 (a) (2); and- 3. A purchase order has been issued by the Purchasing Department. unumnum A A X 0 AN nit fin N'NOM an AN AIN mum nMM"31MW21 an aim Now A ANN min MAMMA A a hil a lim-nnAfita non NEI A MR A NNW An an X COMPLIANCE WITH INDIANA E-VERIFY PROGRAM IRE QUMEMM NTS Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll -in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify piogiam. Contractor is not required.to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indian.a.E-Verify . ly program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its sigied Affidavit affirming that Contractor does not Imowingly employ an unauthorized alien in , accordance with IC 22-5-13 (a) (2). In the event Contractor violates IC 22-5-1.7'the Contractor shall be required to xemedy the violation no later than thirty,(3Q) days alter the City notifies the Contractor of the violation. Tf the Contractor fails to remedy the violation within the thirty (3 0) day period provided above, the City shall consider the Contractor to be -in breach of this Agreement and this Agreement will be terminated. Ifthe�City determines That terminating this Agreement would be detrimental to the public interest or public propetty, the City may allow this Agreement to remain in effect until the City procures anew contractor. If this.Agleement is terminated under this section, then pursuant to IC 2.2-5-1.' -13 (c) the, Contractor will remainliable, to the City for actual damages. W /f /,0 e1v odffinis =dqx%p-pcasMc9 of poijmythat 0 A. 1:13�4003: di*(jd�q�i�o � f �jtor does no, bWbgly 6mpIq an, %attholl-z9 spIf mo-loyod wdapsvt employ any employc6s, contmotor *01MOSAC OR Rho isaumited states ellizon or qgdffled alien. The Contractor has not-kpv&j#y -em ployrd ot coi&actcd vAth mlimaulharized alien paashall n6tretak an e m SO ly leans is an- mpdyce or dogjxaq vAth a: poison thd this Contaztox - b q ue 'A has. monea in and -Pxiflca -$e wo* eligibility Btatm ofell, ngwlyffiQd employees oMa cobivactor favagh 1h.o kdimaE- Vmi*-Pl!ogrm. The Contractor has x.eqi*ed Contraotaft subco-utmotpts to coltifY to 1a9 cmatractw that fho tjbcpnixactoi sloes i0t J niowingly-wnploy ox contractwithan immifhorized alien and that I.he swbuantraotor lihs enrolled and is paidcd ,patin ia the Tjia Conteadior Will maintain -Us em..tjftratlo-nfkouAoiTtthe duration offie-tolmof acoufractvftasa IhQ)ObYvCrjf7=dPrthe penally OfPr-fJmYfat f'e foregoing 'statement ls ftne. Dated this clay of- W.Wed Wde�:x 1 t z7, z X. es IV ti MSTRTYGTXONS TOMDERS RqU31MRICATION, TMELANOB, AM MOTECTION OF MUS AND PROURTY. A -I MRMWICATION City of PwPnfl.ifid its officorp an MW 01011-018k% da=ao, loss ok bxbp)mo jajttr bMbjotobodfly. jiqmyp cam j si disease or goods, is oausudiftVAO; sfitcontrqdor, & anyone xq aacdyQtawd Z 1.2 In any and 911 Walms againat fka City or any Offis Offivefs, OA' enip Oyaus by any employed of 0(yRftaotol!) at%y ob boAfraotbr, nayoAg directly or Ind.krotly coNoYed by AIW of thOm DI'VAYMIO for *Aos6 Rots• id Aa�deofhi�pwagrap'h o t10 ion of, *0 m6uuOf Ina ...mges, ov. &Y t,flofS or' M&yE�Cl b BnOrIt RON -bend otherC 3�2. VORIMUS COWENaAu6NJNSMZMrJ)R 2.1. For Ou4traol,9 JavolWag POITOrmfluce of'Wo*Fm*Attu Aw pro-VISIons of DiqlaI14 Code XG 22- 3244 (a) bidders arq'ruqubatb fumftha. cexMcafq.frf*xtho siiowirigiliatsitohbid - 1 QsAgleomenfj such :insurance. Fig -will gofeat W fkb.�Wio claims setfw&bblow 46hm'ay QV,jso out of Orrosvit from the Contiactor's bperaawo mder f his Agmenimt, vhcther Such operations by the Contractor 0 . r I by any Sub-CoMr4ofors or -by PY00 wh-Q. A, )redly or indirectly employed by any Of diem, or by.-allyolAo fbvwhoso acts any Of fummaybe.,94,610. . FIB-1 Covers olhm-hp .A, & 9rdplolPe9 Mability cordprohowlya eeneigLit'ibUy $1,000.000 oftallabr-liarnoo scotl=2., ftbperty I)amage mam9ty • $1,000,000 A60,0 00 46mwence, 8podoxt2- Pxop orty D PrA age ComprolMtlyo UjAbrplla Ll Allity $1,0 00,00-0 agolloarpuTence 4,000,004 PINUP IIOT ri4n. IRAN INV.ESTMENTACTIVITIES' Putsuaut to Indiana Code ffC) 5 22 16;5 Contractor ceitifies that' Contractor is not engaged in investment activities in Iran.. 1n the event .City deter nines during the Bourse of this Agreement that this certification is no longer valid, City shall_notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written. notice. In the event Contractor' fails -to demonstrate to the City that. the Contractorhas ceased rivestineut .activities in Iran within ninety '(90) days after the written notice is given to the Contractor; the City may proceed with any remedies it may have..pursuant to IC 5`-22-� 16.5. In the event the City :determines duzzng the course of this Agreement that this certification is no longer valid and said deteiiiunat on is not refuted by Contractor in.4he manner set £oith'in IC 5-22-16.5, the City reserves the right: to consider the Contractor to be in breach of this Agreement and terminate 'the.. agreement upon the expiration of the ninety (90) day period set forth above. oM PRICE REQUEST ii „ V 7 MI rh A CITY OF RICE MMOND DFPARTIVIENT OF SANITATION 2380LIBERTYAVENUE.RICFIMOND,DMIANA47374 [THIS IS NOT A.�T O§RDER PHONE (765) 983-7450*FAX (765) 962 2669 VENDOR Pace Analytical- Services 25 Holiday Drive Englewood, OH 45322 c/o Kevin Custer INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at .the address above by the DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: October 23, 2019 10.00 A.M. on November 12, 2019 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for 2020 Contract Lab Duties, Please see attached specifications and bid sheets. Please include a Certification of Insurance (including Workman's Compensation) and warranty information with quote. E-Verify requirements will apply to this quote, information enclosed. Return this sheet and the proposal sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: 2020 Laboratory Quote Valid Until 5031' I)eC- 00U), i,0114 2yIIZQ(L FJ izeuoq L o= f " ate+ S C%+4415 Cos+ Questions? Call Tim Orrili at 76"83-7447 Cost $_9 b 13g I STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District NAME OF FIRM scru i BY: AUTHORIZED BY��1SIGNATURE pia w. TI 8 11,11,47 1131. 83)-- StY DATE PHONE NUMBER LW 14 "3 1f N M D3 .� sn ess T �r .rsImitalfa 61s w vW. w sus try M vs :�'�_ ? �t��r�rd-�t��r�•�t�r�ra�r�t�r�r�r�r�r�r�r N CA N .... V oo N (N N N N N N� 0 cc Ica 16 Jot* s�M W to im s r°. J .a`zV O N OOCOO in f00000000 0 0 0 0. 0 'cF- N O O 00 q 0 > - V 0 0 0 0 O O O O o O O O O O OC; 5 5 ^ v;..--i RJR O C� ,..n V V CO 0 0 0 0 0 0 0 0 0 0 0 0 0 O O to C t�v ul '.-nitPa m r—V+ �•"' in N V «s m -o IL F! m . U Ft 00 c �r► o U zb m m m cn x y �o N U cis ch %D A �UUU.]zNvi¢fmArrlFEx- ITCO L^. G .=� :—+ gym.. C VI Z-+F'OU, 7 �� 1�— �� 6� q.tqtyv 10W 04 !lw'� Q CD CD C) C> CD CD C) CD LU 61). 69. 6% 61:� (0 6% 6% U) LU tm O Co C) C) C) C) C) CD C) CD C5 CD C:> -,e C� C) C� C, CD C:) 0 C� 0 (::� 0 6 eq c:- 1,4 25 CD c, C:) u cn E 0 + IL C14 ca ca 1 U3 � ! 0 9 cd o a) u Ul 0 o 0 m � I 1 0 u I I I I I m a) I 0 PLI 1pl 1�— f— N �ts o g 4 b g o A 0 q 0 � q 11 p 4 ° 4 4 g q q 'a d ono®,pO4 04 I� � 'O LU rp I � cc:� 6%��to61% to xn kn Ln kn to to to Wn in Wn to Ln o 0 0 N N O U cn LU 0 c^ O o o o D 0 o 0 n 0 .- 0 o 0 0 0 0 0 0 tn 0 �n o o o `n �""' lod > a?i Z o p r� o N 0 o 0 o 0 N 0 N 0 r-+ 0 0 o 0 o .--a o O -+ `n o ,-b i c o v? o 0 0 0 0 0 0 0 0 0 0 0 c�a CD 3 3 3 I� CY 0 0 0 N L m � E 0 ca W CD L iLCd 0 � 0 b 0 r. O U a U Lo r7i��y ,RL-Q}+' �, :b ram` W Z (.yam; U U U a Z N o H H¢ U W 1 > <� W w F- U o �-� � �- � A � 0 � � A A � � i1 0•� 9 q N � b b o � o b,o � •� .� opa0 A M "'I gyp 9wo v" l� N w Oo too do ado ( W ter ts� ter CO- « t� tsr V> t to 6% t,� % t� t� t t� « ts� t� tPs t� � C O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O CY O U to). 6% tA I; tf} tR tuo'. 4a to. to 6r, v+ to Ef3 tn} (a t!). 613 (A. tf} 69 Ef} to; W Q.' m d J O C O to O 0 0 0 0 0 0 in 0 vi 0 .-i 0 0 0 0 0 O tr) O N O p O N 0 0 0 0 •--� O O O �--4 o0o0C CV G O O N CC! -- o 1O o ,�O O += o 0 0 0 0 0 0 0 0 0 CC 0 0 0 0 C cd IO I C1 co ^ ^ un N r . ^ En U3 o v� o .+ zl ^ ui �d13r r. En V3 .. 4 o �� U3 a� Z v o PL Ct I v Lo o U 0 o `8 i C� o cyo mnUUUUU��IZN'0F'q&4 m 0' o o o 0 0 0 HH,>!E,z 0° `� I i m 0 1— Affidayff of Fmployxient MijbMty Yeacadw Aa wtcfa, ' ace S ac., alffiblif; lt'dal * Penwill* Con tractor does not ldiowfilty employ ivi ul-mAbbAzed alien. if Contrbotor is sir employed anA does not employ any employees; Coxftacbx veiffics ho .0; she xs a Unit6d, PfM6DP cifizen Gx The eontacitorhgt6tkftnvsdugt?.,tmployedo c4i7ti ciec vitli aui a fhoz ecl Wen: auhA Aot4�q* gg empbYea or.cont .ad. -with a poyson that the Cauftaeft subsequently learns is fin. :IiUffdIhG&cA alien. ,-Pnr-'mantt6-Thd*iia Code 22ZjAI-.7,,C6-hftacf6rhas enrolled M'.andvadflod- YOems of wwlyfftdtemployus of the contraaortbroughiliOI-adian%!V'- The.--.C-6n%aGfbr-:has xc#iredConfka6tor?s sdficonkactbwibscedir to.-tTag. . - I Sub.coub:w0for &es nod lit I -egPI -Pt Contact v.M an =auffio*ed.4eg aid tat e _g.,y shUdhtracto-k has etrolled aad 19 participating it. the &Vet .009L AO msintaffi-d* cottification tkoughout the duration of the tem off J,htzp'Ve-4 'q6uq I= -r:fhe thAt fhl� -;(bf09(kvg 'Atakhent is .7 Dated, $10;,L— !r A"t fK/I 20--q- ,.� ; t-q, Emily Best NotAfY PUMC, State Of Ohio MY 0 P.Je,20.2024 E-Verify Requirements: Definitions: E-VerifyProg am — A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208), Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99-603). rm No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a) (2); and 3. A purchase order has been issued by the Purchasing Department. ■■rrrrrrrr����rrrrrrr a rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr a rrrrrrr u■ COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. A, Gj "4- 16 /�g ;7q // ARTICLE F INSTRUCTIONS TO )BIDDERS INDE1bIt` MCATION, INSURANCE, AND PRO113CTION OF I.IVBS AND PROPERTY F.1 INDE1b WICATION The contractor shall indemnify and hold h ass the City of It bmond and its officers and employees from and against a1161aini; dam gas, Iosses, oxpenses, iadluding but not limited to attorney's fees, arising out of or rasiWd ft f m the perfonr ance of the contract, provided that any such claim, damage, loss or expense (a}'is attributable to bodily injury; slolmass, disease or death, or to injury to or destruction o£tangible property (other than goods, matex'iajs and equipn:idntfurnished under this contract) including the joss ofuse resulting tore and (b) is caused y anynegligent act or omission of the contractor, aril 0 IL �' 2 subcontractor, or anyone directly employed.by any.of them or anyone for w" sots any of tite liable, , 'IF.1.2 In any and all claims against the City or any of its officers or employees by any employee ofthe contraetoi; any aubcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts, any of themniay be liable, the indenUffEeation obligation under this paragraph G. l shall not be limited in any way by any limitation ofthe amountor-type oi'damages, compensation or benefits payable by or for the contractor or any sub -contractor under workoes or worl(men's compensation acts, disability benefit acts or other employee benefit acts. R2 WORKER'S COMPENSATION INSURANCE F, 2.1 • For contracts involving p eiformance ofworlc pursuant to the provisions of Indiana Code IO 22- 3 2-14 (a) bidders are requiredto furnish a certiff ato froia the.Indian'a Workdr's Board showing that siidh bidder has complied with IC 22 3=2-5, 22 3-5-1 and.IC 22-3-5 2. F.3 INSURANCE F: 3.1 The Contractor shall, as prerequisite to this Agreement, purchase and thereaitermaintain such insurance as will protect him from the claims set forth below which may arise out of or result from the Contractor's operations tinder this Agreement, whether such operations by the Contractor or by any Sub -contractors or -by anyone who directly or indirectly employed by any o£tham, or by auyono for -whose acts any of them maybe liable. �.3.1 (con'tj Coverage imifs A Worke's Compensatioa & statutory Disability ltequirenients B, Brnployerzs Liability $100,000 C. comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section2, property Damage $1,000,000each omurrence D, CompreAensiveAuto Liability Section I. HodilyTujuty $1,000,000 each person $10000,000 each Occurrence . Section 2. )?xoperty Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability 51,000,000 each occurrence $2,000,000 each aggregate Malpmatice/Br ors & Omissions $1,000,000 pox claim Insurance $2,000,000 eaoh aggregate Page 1 of 1 ACODRo' CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDDNYYY) 11/06/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy((es) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willie Toners Watson Midwest, Inc. c/o 26 Century Blvd P.O. Box 305191 CONTACT PHONE 1-877-945-7378 A/C No Ext • "JC No • 1-888-467-2378 E-MAIL ADDRESS: certificates@willis.com Nashville, TN 3T2305191 USA INSURERS AFFORDING COVERAGE NAIC## INSURERA: Phoenix Insurance Company 25623 INSURED Pace Analytical Services, LLC INSURERB; Travelers Property Casualty Company of Ame 25674 INSURERC: Travelers Indemnity Company of America �INSURERD: 25666 1800 Elm St. SE Minneapolis, MN 55414 Greenwich Insurance Company 22322 INSURER E : INSURERF: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE Ia- SUBR POLICY NUMBER PrXDD EFF MMII1DDY EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE a OCCUR PREMISES (Ea occurrence $ 500,000 MED EXP (Any one person) $ 10,000 A PERSONAL &ADV INJURY $ 1,000,000 H-660-3H339745-PHX-19 08/01/2019 08/01/2020 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ® ® LOC JECOT- PRODUCTS-COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS 810-2N839583-19-22-G 08/01/2019 08/01/2020 BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Peracciderrt $ $ B X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000r000 EXCESS LIAB CLAIMS -MADE CUP-5N703311-19-I2 08/01/2019 08/01/2020 DED I X I RETENTION $ 10, 000 $ WORKERS COMPENSATION X ER AND EMPLOYERS' LIABILITY YIN STATUTE E.L. EACH ACCIDENT $ 1,000,000 C ANYPROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED7 No NIA UB-8K063715-19-I2-E 08/01/2019 08/01/2020 EL DISEASE -EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, desaibe under E.L. DISEASE-POLICYLIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below I I D Professional Liability 08/01/2019 08/01/2020 Each Claim/Aggregate $2,000,000 Claims Made LPECO04838703 Self -Insured Ret $100,000 DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space is requ-Red) Division/Location: Corp 00 IUWtV%rGi.L.R I IVIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Richmond Department of Sanitation AUTHORIZED REPRESENTATIVE 2380 Liberty Avenue Richmond, IN 47374 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 26 (2016/03) The ACORD name and logo are registered marks of ACORD sx =n: 18786098 sA=R: 1444275 �xLi/h�� aceAnalytical second level QC review. Pace Project Managers would upload your permit limits, and any exceedances are automatically sent by email. Pace is also wonting towards hosting CEU training events at the Dayton Lab in 2020, and we are talking with a vendor. However, at this time, we do not have CEU training opportunities scheduled at this time. All of the analytical work meets the detection limits in the tables provided in this RFQ. However, there are some parameters (Waters: Aluminum, Total Cyanide, Fluoride, TKN, TSS, Sludge: Phosphorus, Potassium, Selenium, and Zinc) with low PQLs, and we can report these parameters to our MDLs when applicable (please see methods and RLs included on the CD). Pace Analytical does use e-Verify on all new hires at all of our locations, including our Pace -Dayton and Pace - Indianapolis Laboratory. The e-Verify connects to our stem andsends,i"o-e-Venty.wh 6. t we process an employee`s 19 form 1n ADP. Pace,¢Anaij j RWI does not hve any'Iran investment ctivrttles. Price Request Cover Sheet -completed and signed ® Four Bid Sheets, one for each unit -with Pace's unit costs and extended pricing Certificate of Insurance, including Workers Compensation o DMRQA Proficiency Results for last 3 years (CD included) List of Methods and Reporting Limits for the parameters listed in the Price Request (CD included) ® Copies of SOPs used for the parameters listed in the Price Request (CD included) Schedule of charges for work not identified on this RFQ (CD included) Affidavit of Employment Eligibility Verification -sign and notarized Pricing and turn -around -time: Pace Analytical prices for this quote are included with the bid. We will provide courier service for your wastewater samples (M-F), and we will work with you to learn your current sampling schedule. We will report at QC Level 11, and provide an electronic data deliverable (EDD) and pdf copy of all results. Pace will deliver the final report of your results with a copy of the signed chain -of -custody within 7 business days. Pace uses CFR 40 Part 136 approved methods for all sample analyses; however, if your permit requires a specific method, please let us know so we can confirm if method substitution is acceptable per your permit requirements. [01937,832.8242 [C] 937.209.8752 Kevin.custer@pacelabs.com 25 Holiday Dr., Englewood, OH 45322 PACELABUOM EXAI%, �- 4 m /l q/