Loading...
HomeMy WebLinkAboutPW13-086 - Original - Weck Labratories, Inc. - Unregulated Contaminant Monitoring Rule - 01/31/2013 Records Manlf' emento KENT Document W ASNINOTON j CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Weck Laboratories, Inc Vendor Number: 533685 ID Edwards Number Contract Number:_ a� uu / 3 - 09(4P This is assigned by City Clerks Office Project Name: Unregulated contaminant Monitoring Rule 3 sampling. Description: ❑ Interloca► Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 1/31/2013 Termination Date: 12/31/2013 Contract Renewal Notice (Days): N/A Number of days required notice for termination or renewal or amendment Contract Manager: Sean Bauer Department: PWO-Water Treatment Detail: (i.e. address, location, parcel number, tax id, etc.): Goods & Services S Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT WASHINGTON GOODS & SERVICES AGREEMENT between the City of Kent and Weck Laboratories, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Weck Laboratories, Inc. organized under the laws of the State of California, located and doing business at 14859 East Clark Ave, City of Industry, CA 91745, Marilyn Romero (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: The vendor will supply the City with all necessary sample containers, shipping containers, shipping return postage, and all necessary paperwork to perform list 1 sampling under the unregulated contaminant monitoring rule 3 (UCMR3). Vendor will upload all data to the safe drinking water accession and review system (SDWARS) website, and will provide the City with a hard copy of all analysis results. For a detailed list of the tests to be performed, see Exhibit A which is attached and incorporated by this reference. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by 12/31/2013. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $8,184.00, including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall payRthe Vendor the following amounts according to the following schedule: GOODS & SERVICES AGREEMENT - 1 Under$10,000.00 IncludIn WSST The contractor shall be paid within 30 days of receiving an invoice after each of the two sampling events. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required GOODS &SERVICES AGREEMENT - 2 (Under$10,000.00, including WSST) i by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. GOODS & SERVICES AGREEMENT - 3 (Under$10,000.00, Including WSST) A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. GOODS & SERVICES AGREEMENT - 4 (Under$10,000.00, including WSST) X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was ; made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. GOODS & SERVICES AGREEMENT - 5 (Under$10,000.00, including WSST) B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. GOODS & SERVICES AGREEMENT - 6 (Under$10,000.00, including WSST) I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITY OF KENT: By: By: Z�� ign�yture (signat Print Name: X r'GIO ln' �Yi Print Name: Bradley Lake Its: P Its: Operations Manager (title) DATE: 1/17/13 DATE: 1`3t� 2ot3 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Marilyn Romero Sean Bauer Weck Laboratories, Inc. City of Kent 14859 East Clark Avenue 220 Fourth Avenue South City of Industry, CA 91745 Kent, WA 98032 626-336-2139 (telephone) (253) 856-5610 (telephone) 626-336-2634 (facsimile) (253) 856-6600 (facsimile) GOODS & SERVICES AGREEMENT - 7 (Under$10,000.00, Including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 11 da10 LWW6Wu , 20 13. r By: For: C. O✓a4yi/irs, Int- Title: Vft-51at'Vl� Date: 1/11J 13 EEO COMPLIANCE DOCUMENTS - 1 of 3 t CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 20 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 cxk 16-1 + Weck Laboratories, Inc Analytical Laboratory Service-Since ?964 Analytical Service Quotation Contact: Sean M Bauer Printed: 12/19/2012 Client Name: Kent Water Department Effective: 01/01/13 Address: 220 Fourth Avenue Expires: 12/31/13 Kent,WA 98032 Phone: (253)856-5616 Fax- Project: UCMR3 Code Method Qty TAT Unit Price Extended Price Water EPA 200 8-UCMR3 Metals EPA 200 8 20 15 $50 00 $1,000 00 EPA 218 7-UCMR3 Hexavalent Chromium EPA 218 7 20 15 $50 00 $1,000 00 EPA 300 1 -UCMR3 Chlorate EPA 300 1 20 15 $35 00 $700 00 EPA 522-UCMR3 1,4-Dioxane EPA 522 12 15 $100 00 $1,200 00 EPA 524 3 UCMR3 Volatile Organics EPA 524 3 12 15 $80 00 $960 00 EPA 537-UCMR3 Perfluonnated Compounds EPA 537 12 15 $215 00 $2,580 00 Additional Items EDD-EPA CDXlSDWARS included in prices 1 $0 00 $0 00 Field Blanks,included in prices 1 $0 00 $0 00 Sampling Kits no charge-FedEx Ground outbound 1 $0 00 $0 00 Shipping charge-inbound 1 $0 00 $0 00 Bid Total: $7,440 00 Comments: Please note that prices quoted include proper sampling kits via FedEx Ground, inbound shipping via FedEx priority overnight, necessary travel blank analyses and uploading to the SDWARS If samples need to be re-analyzed due to a problem foreign to the laboratory such as matrix effects or sampling errors the cost of reanalysis',materials and shipping will be the responsibility of client Marilyn Romero Client Services Manager Payment terms are NET 30 days from invoice date New accounts require payment prior to the release of test results until a credit application has been approved Week Laboratories accepts credit card payments (VISA/Master Card,American Express) Credit application/credit card approval form and Week Laboratories'terms&conditions can be found at www wecklabs com under Resources _Bid Project Kent Water Department-UCMR3 Page 1 of 1 Week Laboratories, Inc 14859 East Clark Avenue,City of Industry,CA 91745 Phone (626)336-2139 Fax (626)336-2634 www wecklabs com t W iil L Weck Laboratories, Inc. Analytical Laboratory Service-Since 19b4 Analytical Method Information Surr DUP Matrix Spike Blank Spike Analyte MDL MRL Units %R RPD %R RPD %R RPD CASNumber EPA 200.8-UCMR3 Metals by EPA 200 8(Water) Chromium,Total 0 074 020 ugA - 80-120 30 80-120 30 7440-47-3 Cobalt,Total 00090 10 ug/I - 80-120 30 80-120 30 7440-48-4 Molybdenum,Total 0036 10 ug/I - 80-120 30 80-120 30 7439-98-7 Strontium,Total 0 025 030 ug/I 80-120 30 80-120 30 7440-24-6 Vanadium,Total 0 047 020 ug/I - 80-120 30 80-120 30 7440-62-2 EPA 218.7-UCMR3 Hexavalent Chromium by EPA 218.7(Water) Chromium 6+ 00048 0 020 ug/I - 15 85-115 15 85-115 15 18540-29-9 EPA 300.1 -UCMR3 Chlorate by EPA 300.1 (Water) Chlcrate 095 20 ug/I - 20 75-125 20 75-125 20 7775-09-9 Dichloroacetate - - Surrogate 90-115 - - 13425-60-4 EPA 522-UCMR3 1,4-Dioxane by EPA 522(Water) 1,4-Dioxane 0 010 0 070 ugA - 20 50-150 50 50-150 50 123-91-1 1,4-Dioxane-dB - - Surrogate 70-130 - - 17647-74-4 EPA 524 3 UCMR3 Volatile Organics by EPA 524.3(Water) 1,1-Dichloroethane 00030 0030 ug/I - 30 50.150 50 50-150 50 75-34-3 1,2,3-Trichloropropans 00080 0 030 ugil - 30 50-150 50 50-150 50 96-18-4 1,3-Butadiene 00040 010 ug/1 - 30 50-150 50 50-150 50 106-99-0 Bromochloromethane 00060 0060 ug/I - 30 50-150 50 50-150 So 74-97-5 Bromomethane 00080 020 ugll - 30 50-150 50 50-150 50 74-83-9 Chlorodlfluoromethane 00050 0 080 ug/I - 30 50-150 50 50-150 50 75-45-6 Chloromethane 0 010 020 ug/I - 30 50-150 50 50-150 so 74-87-3 n-Propylbenzene 00080 0 030 ug/I - 30 50-150 50 50-150 50 103-65-1 sec-Butylbenzene 00060 0040 ugll - 30 50-150 50 50-150 50 135-98-8 1,2-Dichlorobenzene-d4 - - Surrogate 70-130 - - 2199-69-1 4-Bromot7uorobenzene - - Surrogate 70-130 - - 460-00-4 MTBE-d3 - - Surrogate 70-130 - - 29366-08 EPA 537-UCMR3 Perfluorinated Compounds by EPA 537(Water) Perflucrobutanesulfonic acid(PFBS) 0 090 0 090 ug/I - 50-150 50 50-150 5o 375-73-5 Perflucroheptanoic acid(PFHpA) 0 010 0 010 ugA - 50-150 5o 50-150 50 375-85-9 Perfluorchexanesulfonic acid(PFHxS) 0 030 0 030 ug/I - 50-150 50 50-150 50 355-46-4 Perflucrononanoic acid(PFNA) 0020 0020 ug/I - 50-150 50 50-150 50 375-95-1 Perflucrooclane sulfonate(PFOS) 0 040 0 040 ugA - 50-150 50 50-150 50 1763-23-1 Perfluorooctanoic acid(PFCA) 0 020 0 020 ug/I - 50-150 50 50-150 50 335-67-1 13C2-PFDA - - Surrogate 70-130 - - 13C2-PFHxA - - Surrogate 70-130 - - Bid Project:Kent Water Department-UCMR3 Page 1 of 1 Weck Laboratories,Inc 14859 East Clark Avenue,City of Industry,CA 91745 Phone (626)336-2139 Fax (626)336-2634 www wecklabs corn a i I-W iil L Weck Laboratories, Inc. Analytical Laboratoiy Service-Since 1964 Sampling Guide Hold Amount Analysis SnecificMethod Container Preservation (days) Needed 1,4-Dioxane by SPEIGCMS SIM, EPA Method 522 in Water EPA 522-UCMR3 1,4-Dioxane EPA 522 125 mL Amber Glass-522 <6°C,Sod sulfite/ 28 2x125 ml UCMR3,sulfite/bisulfate Sod bisulfate Anions by IC, EPA Method 300.0/300.1/326 in Water EPA 300 1 -UCMR3 Chlorate EPA 3001 125 mL Poly(HDPE)- <60C,EDA 28 125 mL 300 1 UCMR3-EDA Hexavalent Chromium by IC, EPA Method 218.7 in Water EPA 218 7-UCMR3 Hexavalent EPA 218 7 125 mL Poly(HDPE)-218 7 UCMR3 <6°C, 14 125 mL Chromium -buffer (NH4)2SO41NH40H, pH>8 Metals by ICPMS,EPA Method 200.8 in Water EPA 200 8-UCMR3 Metals EPA 200 8 250 mL Poly(HDPE)-200 8 <6°C,HNO3 28 250 ml UCMR3 Perflourinated Compounds(PFCs)by SPEfLCMSMS,EPA Method 537 in Water EPA 537-UCMR3 Perfluormated EPA 537 250 mL Poly(PP)-537,Trizma <6°C,Tnzma(5 g/L) 14 2x250 ml- Compounds Volatile Organic Compounds by GCMS,EPA Method 524.3 In Water EPA 524 3 UCMR3 Volatile Organics EPA 524 3 40 mL VOA Amber <6°C,Ascorbic, Malelc 14 120 mL Vial-524 3-Ascorblc/Maleic acid acid Bid Project Kent Water Department-UCMR3 Page 1 of 1 Weck Laboratories,Inc 14859 East Clark Avenue,City of Industry,CA 91745 Phone (626)336-2139 Fax (626)336-2634 www.wecklabs com EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $1,000,006 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after A�O ® CERTIFICATE OF LIABILITY INSURANCE DATE,MMI°°VYYY) �RO 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(Ies) must 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 Spectrum Risk Management --CONTACT NAME Account Manager 74 Discovery PHONE IAfC No,Exq_$49-756-5730 FAX A/C Not 949-756-5740 Irvine, CA 92618 -- E Mail ADDRESS office&spectrurptiriak com INSURERS)AFFORDING COVERAGE NAIC p_ __ wM w spectrumnsk com OC77485 NSURE anyR fnAr � - _38318 INSURED -INSURER B Redwood Fire&Casualty Insurance Company _1.1.673 Weck Laboratories, Inc Weck Analytical Environmental Services NSURERC �publicln�emmCom�anyQfAmenca _ 17 14859 East Clark Avenue INSURERD_ City of Industry CA 91745 -INSURER E INSURER F COVERAGES CERTIFICATE NUMBER 15270749 REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR N'AY PERTAIN, THE INSURANCE AF FORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR iADDLISGBR POLICY FEE POLICY EXP LIMITS NS TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYV MMIDD'YYYY LTRGENERAL LIABILITY ,/ SISIEIL70046812 &22/2012 6/2212013 EACH nC']URRENCE __i$_ 1 000 000 GE TO COMMERCIAL GENERAL LIABILITY I PPEf,1ISFSFA M1TED 50,D00 DAM4,S_FS(Ea occurrences $ A CI AIMS-MADE [�/j OCCUR MOD EXP(Any one person) $ _ _ _ 5 000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ _ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS COMP/OP AGG $— _2,000,000 rr/ POLICY'_I PRO- -- LOC ----- $ AUTOMOBILE LIABILITY CAA100653 314/2012 3(4/2013 COMBINED SINGLE LIMIT COMB dent) _$ 1,000,000 II/ AN�AUTO BODILY INJURY(Per person) $ ALL OWNED �I SCHEDULED BODILY INJURY;Per accident) $ B _ AUTOS ' AUTOS OPERTY -�NON OWNED Per accien4 -- --- PR DAMAGE rPdt $ HIRED AUTOS � AUTOS -- ----- - UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB_ CLAIMS-MADE AGGREG4TE - _ $ DED [_J RETENTION$- $_ $ WORKERS COMPENSATION 177031-04 4(9/2012 4/9/2013 �Z] 'NCRVSTATU- OTi AND EMPI DYERS'LIABILITY TO ANY PR OPR I'TnP'Pn OTNER'EXECUTIVF YIN N _ E L EA[`H ACCIDENT $ __1 000i000 C OFFICERWEIJEER EKCLUDED2 J NIA -- - -- (Mandatory m NH) E L DISEASE-EA EMPLOYEE $ _ 1 000,000 If yes,desrnbe under DESCRIPTICN OF OPERATIONS below EL DISEASE-POLICY LIMIT$ 1,000,000 Professional Liability SISlEIL70046812 6/22/2012 6/22/2013 Aggregate $2,000,000 A Each Claim $1,000,00 Deductible $5.000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101 Addlbonal Remarks Schedule,if more space is required) Certificate holder is named as additional Insured per attached OG-023(06111)as required by written contract with the Named Insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Operations ACCORDANCE WITH THE POLICY PROVISIONS 220 4th Avenue South Kent WA 98032-5895 AUTHORIZED REPRESENTATIVE Victor Farfan ©1988-2010 ACORD CORPORATION All rights reserved ACORD 25(2010/05) The ACORD name and logo are registered marks Of ACORD CERT NO 15270749 CLIENT CODE 2117 Corinne Glade 1/1'r2C_3 2 18 51 PM Page . or 3 AGENCY CUSTOMER ID. 2117 LOC# 4coR0® ADDITIONAL REMARKS SCHEDULE Page _of AGENCY NAMEDINSURED Weck Laboratories, Inc Spectrum Risk Management Weck Analytical Environmental Services POLICY NUMBER 14859 East Clark Avenue City of Industry CA 91745 CARRIER NAIC CODE EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER 25 FORM TITLE Certificate of Lability(05/10) CERTIFICATE HOLDER- City of Kent Public Works Operations ADDRESS 220 4th Avenue South Kent WA 98032-5895 CANCELLATION CLAUSE - REVISED LANGUAGE AS REQUIRED BY LICENSING AND STATUTORY REGULATIONS, THE NEW EDTTION OF THE ACORD 25 CERTIFICATE OF LIABILITY INSURANCE (2010/05) IS BEING IMPLEMENTED THE CANCELLATION CLAUSE HAS BEEN MODIFIED AND CAN NO LONGER BE AMENDED ACORD 101 (2008101) ©2008 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD ATTACHMENT CERT NO 152'0"49 CLIENT CODE 2117 Corinne Glade 1/10/2D13 2 is 51 PM Page 2 of 3 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Primary and Non-contributory, Additional Insured and Waiver of Subrogation Policy Number:SISlEIL70046812 Effective Date: 6/22/2012 Named Insured: Weck Laboratories, Inc This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page Please read the endorsement and respective policy(les)carefully Commercial General Liability Coverage Form Owners and Contractors Protective Liability Coverage form Products/Completed Operations Liability Coverage Form Contractors Pollution Liability Coverage Form Professional Liability Coverage Form Site Pollution Liability Coverage Form SCHEDULE All as required by written, signed or executed contract A. SECTION II -WHO IS AN INSURED is amended to include as an insured the person or organization shown in the schedule of this endorsement, but only with respect to liability arising out of "your work" for that insured by or for you B. As respects additional insureds as defined above, this insurance also applies to "bodily injury" or "property damage" arising out of your negligence when the following written contract requirements are applicable- 1. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insured's shall apply as excess and not contribute as primary to the insurance afforded by this endorsement 2. We waive any right of recovery we may have against these additional insureds because of payments we make for injury or damage arising out of"your work"done under a written contract with the additional insured 3. The term insured is used separately and not collectively, but the inclusion of more than one insured shall not increase the limits or coverage provided by this insurance Insureds and Agents are advised that certificates of insurance should be used only to provide evidence of insurance in lieu of an actual copy of the applicable insurance policy Certificates should not be used to amend, expand or otherwise alter the terms of the actual policy ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED Signed for STARR INDEMNITY & LIABILITY COMPANY ?'-_ , r _Aj� Charles H Dangelo, President Honora M Keane, General Counsel OG -023 (06l11) Page 1 of 1 Copyright©C V Starr&Company and Starr Indemnity&Liability Company All rights reserved Includes copyrighted material of ISO Properties,Inc,used with its permission CERT NO 15210'49 C:,IENT CODE <'117 Ccrrnar -lade 1/17r[Or3 2 18 51 PM Page 3 or l