Loading...
Agenda 06/10/2008 Item #16C 2 Agenda Item No. 16C2 June 10, 2008 Page 1 of 45 Executive Summarv Recommendation to award Bid No. 08-5044R to Professional Services Industries, Inc. (PSI), to sample, analyze and report data collected for the Golden Gate Groundwater Baseline Monitoring Project in the amount of $75,193.20. OBJECTIVE: To award Bid No. 08-5044R to Professional Services Industries, Inc. (PSI), to sample, analyze and report data collected for the Golden Gate Groundwater Baseline Monitoring Project in the amount of$75, 193.20. CONSIDERATION: The public purpose of the Golden Gate Groundwater Baseline Monitoring Project is to determine the area's ground water quality. Collection of this data would be compared with the January 2005 Groundwater Baseline Monitoring report. This bid includes: sampling, analysis and the report of the groundwater data located in the northern Golden Gate Estates area east of 951, south of Immokalee Road, north of Interstate 1-75 (Alligator Alley) and west of Desoto Boulevard. The population in the northern Golden Gate area is expected to continue to grow and most of the residences have privately owned septic tank systems and rely on potable water wells as their primary drinking water source. A formal competitive bid was advertised on March 21, 2008, under Bid No. 08-5044R. There were 187 notices sent; of which 87 packages were downloaded and 8 bids received. Three bids met the bid requirements; however, PSI total bid cost was the most cost effective. FISCAL IMPACT: Funds are available in the Water Pollution Control Fund (114). LEGAL CONSIDERATIONS: The County Attorney's Office has reviewed this item for legal sufficiency and there are no outstanding legal considerations. -SRT. GROWTH MANAGEMENT IMPACT: This project is compliant with the County's Growth Management Plan and will significantly contribute to the implementation of the many goals of the Conservation and Coastal Management Element of the Growth Management Plan. RECOMMENDATION: That the Board of Commissioners: . Award the bid of $75, 193.20 for Bid No. 08-5044R, received from PSI, PREPARED BY: Mary Valcante, Operations Supervisor, Pollution Control & Prevention Department Page I of2 Agenda Item No. 16C2 June 10, 2008 Page 2 of 45 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16C2 Meeting Date: Recommendation to award Bid No. 08-5044R to Professional Services Industries, Inc. (PSI), to sample. analyze and report data collected for the Golden Gate Groundwater Baseline Monitoring Project in the amount of $75,193,20 6/10/2008 9:00:00 AM Prepared By Mary Valcante Operations Supervisor Date Public Utilities Pollution Control & Prevention 5/21/20082:16:56 PM Approved By Jack P. Curran Purchasing Agent Date Administrative Services Purchasing 5/22/2008 11 :46 AM Approved By Scott R. Teach Assistant County Attorney Date County Attorney County Attorney Office 5/22/200612:01 PM Approved By Mike Hauer Acquisition Manager Date Administrative Services Purchasing 5/22/2008 12:01 PM Approved By Steve Carnell Purchasing/General Svcs Director Date Administrative Services Purchasing 5/23/2008 11 :49 AM Approved By Ray Smith Director Date Public Utilities Pollution Control & Prevention 5/23/200811 :54 AM Approved By Thomas Wides Operations Director Date Public Utilities Public Utilities Operations 5/23/20081 :10 PM Approved By James W. Delany Public Utilities Administrator Date Public Utilities Public Utilities Administration 5/23/2008 1 :39 PM Approved By OMB Coordinator OMS Coordinator Date County Manager's Office Office of Management & Budget 5/30/20088:56 AM Approved By file://C:\AgendaTest\Export\1 09-June%20 10,%202008\ 16.%20CONSENT%20AGENDA \16... 6/4/2008 Page 2 of2 Agenda Item No. 16C2 June 10. 2008 Page 3 of 45 Randy Greenwald Management/Budget Analyst Date County Manager's Office Office of Management & Budget 6/2/20064:30 PM Approved By James V, Mudd County Manager Date Board of County Commissioners County Manager's Office 6/3/200812:37 PM file://C:\AgendaTest\Export\1 09-June%201 0,%202008\ 16.%20CONSENT%20AGENDA \ 16... 6/4/2008 NCOLD no"" '...-:::0....... NO ."" 00 Z~" "OJ c:,.....ro (j)SCl... == ..., (1l 'tJ C " Ol <t ". ~~l ~r~ -~ ~ ~ "5CliiJ z ~ ~ " g~ " c . . 1= ~ E w 0 6'i ! 0 ~z g... - c 'i.!! ~~ ~~ , c - 0 ~z o ~ 'E E ~.!l! .g~~ ~.~ ~ , . c ..0 t z o . o o o , . 1 . . ; . , o . . o , ~ o " ~ i " . ~ ~ ~8 o. .. . . Ii ~ g~g8.gga; '~:8(8~~88~ I IX ...:...: ~i sf ",' cD III ..................... . :ii!: n ~~ 1LI"88gg88g -<lIlocio"';oo"': <ll "'''',...CO....'''... . <'>"''''.............. J: ~~::i-.~....- ..................... . o . o S '" . o : i 8gggg~~ ~ 8l~.~.~~~_~_ f- .... OJ ""Xl ~ 0 '" :z: N N ~ '" III ...... ............ ~ o .~ :;; .- gggggg'" ~ g~~~~~~ Q Nt..:":"':",..-.,; l1. ......~~...;;:.... ;; ll.gg~5l8~:;: ~~~~~~... ,.;,..: ';!i"'oi~- ..."'............... "'<Xl eo ~~~ a:~_ ~~ ... ~:g !!l H" ~~ ~ "00 . . ] . . u _ N '" """..... ti ~m~11~ : ........................0. s S..Q s.s li :! ~~]'@]]~ UOUUUU EEEEEE :>",,",," '" "'~'; (/) '" (/) ~ ~ ~ ~ 5 S -'-'-'...L..J-' " :; . ~ ~. . . ~ ~ " . ~g "8 .. , :. ~8 ~8 o. " ~. o . o ~ gggg8 2gg:;;[i:i .... ;,!-:.N o o . 88888 g~~~~ o o o . ::l;g~~~ ",...oi";N ...."''''0<0 ",o_~ ...:"j 8 o . ",0"'00 000.,."'... ;!~~t:;g "'_1'-_ ............... o o 8 8g8g8 ..,oi....,:,..: '" ~ ~:?:. co o o . . gggg8 cioooo "'~';::~:: o o o o . gg8g8 :g~g~~ ",,,,,,,- ":N ............... o o ~ ..~2!8g8 .!:g~g~:g E N "'~ ~.........,.... _00000 ..o....o"'~ ';";";"'0"; ~ on N ~ ~"':;! ~......:.. .!!ig~~gg ;~~~~~ .l " l1"'''''''''''' , o ! , ~ ~ ~ ~ , ~ , o , " . i " ~~ , I ., < ~ , o " , . :! ~ ~ t;; ~ ~ : i 8 ID "]i" - Q "'" ~~ ~ i1i 10 ~ ~ <r ~ ~!1 *i ~ ~ ~ ~~:ii :;! .. 0 <t~ o ,"f.:~ .!--g ~~~ >~~ go ..; ;;;>m "'~ 8. ci... .~ "'~ .. o. ::lS ~~ ~ ~ ~g N. -"t .. 00 00 1Il.:::: . .0 o. ~ :;l .~ -t 00 00 2l:!l .~ 00 88 .. N' . . . :;:~ 52 O. ~~ g:: ~. i . . , o o u , . , , o o u , . , ;; o u , . , t;;~~~88g8gg8888gg~g~8ggg~ 8gg~~~~~':;!':;!~':;!~':;!':;!':;!~~~':;!~':;!~~ " . ~..... .,............,..................,........... 8::5;~~~~~~~;~~~~~~~~~~: ~M~~______M___ ------~ . ~.... ............................................. t;;gg~~~~~8gg~gg~~ggggggg~ 8~~~"''''''''''''''''':;!'''''''''~~~~~~'''''''''~ , - . ~............................................... t;;ggggggggggggggggggggggQ OuiuiG~~~~~~ui~_____N_____~ ~NN"___~__N__~~__N_____~ Z ~.... ........................................... t;;~~g&&&&g&gg&~ggg~gg~g~o o~~ ~aaaaaN_aa_~_a__m~~ui UNN N_ ------ - , N . ~............................................. ~ " I- ] " '" ffi E E :: E: .. 2 ~ I-,g.e ".'-' E E ~.:> ,,'" _ '" ",2 .E g- ~~~i!i,~~~~~~li!~~~~l ~'"~_~~~"i~..~~zzz~ ~6 ~~~] "'oo~ ~€ ;ij 1-0 :; . u , o o u , . , , o o u , . , " o o u , . , ,0 00 00 u' , . '. '. ON o. u. , . ,. t;;S O. u , . '. '0 00 0, uo , . ,. ,0 00 0<< UN , . ,. o , . I .i , " " " . w 0 , . ~~ ~ ~ 1l.:S i5 ~ . -. NCOL{) ()O.". <DO~ ~NO 00'1.".") Z~Q) .-rug' a3SCL =: ...., C1l '0 c: Q) Q) <{ ,. il ]~ J'; o. o. ~ ~ " 1 > . . ~ . . , , e o gggg8~~~88g8g~g8ggg8 gggggggggggggggggggg ~~~W~~~~~MMMMMMMMMMM o . . ~ o " ~ ~ " . . ~~~NNO~NNONNNN~O~~.O NNN~~~N~~~~~~~~~NNN~ ~~~~~_~rn~_QQ~a~_~w~_ ~~~.v~~.......~.~~~. MMWMWMWMMMMMMMWWMMWW g~ggggg~~g8~8gg8g888 ~~~~~~~~~~W~~Q~W~WQW ggggS8888888888gg8g8 00000000000000000000 Ww~wwQw~Q~wwwQwQwQww 88888888888888888888 ~~~~~~~~~~~~~~~~~~~~ ""0:> '0 "'.:.., ~~ ~ ii,] .. :;: :g ~ uO-o .. . 2,,", "00 ^ _ en ,... 6 .. '9"i","'", (I)'" ....~".,. ~ '5 ~~*~~ ~~~~~~~ ~ ~~~~ ~ ........~~-N~ ~;~~_"'~~~9_~ : ~~:~~qo~,...8:o~~-~j~~~~, ~~~..~_E-o-cc..g~8~.. _u~ ]~~e]:~1~~~~~- -~j~s~3 ~]ee~~~~~~!~~~i~~~~E~i D~o~~~..~~ie-~..ogueu~o =~~tifi..~_c~~~ti Ja5~-..~~ ~~Q6~mB~~~ti~O"'ti~~~Ec ~ :3~~~ 3~6W~~~ ~ ~~>X ~ ~ 1\ > - e . o o e . o e . o o e . o e . o o o z o . . ~ ~88~~88~g~8g8gggggggg8gg~~8~~~g~~ 2;~~!~~~~~~~~~~~!~~!!!!~!~~=!!!~~ i ..:., ~MMMMMMMMMMMM~MMM~MMMM~~~MWMMMWM" ~ 5 ~g~~~gg8~g88~ggg~~g~~~g~~gg~~~~ 2~~~~~~g~~~~~~g~~~g~~~a~~g~~~~~ ~~~~ ~~~ --~ --- - ~ ~~~ ~ . ~M~WM~~~~~~~*WMMWMMMMWWWWM~W~~~ . o ~ o ~ . S ~g~~g8ggg~ggg~gggg8g888gg8~~g8g 2~~~~R~~m~~g~~~~m~@mmm~~~~~~~~~ e . ~~W~~~~W~MMMWWMWMW~M~~~~M~~~~MM . ~ . . ~ ~ 88888888888888ggggg8ggggS88gg o aa~~~c~~~~v~oo~~~~~~~~~~~~~~~ ~~~~~~~~~~~~vm==~v~~~~~m~~~~~m~ ~~W~WMM~~~~~~MMM~MWMWWWWWWwww~w N ~ . i . . ~ ~gg88~~~gg~~ggg8g8~ggg8gg~8ggg8 8;~~!~~~!~~~~~~~!~~!!~~!!g~~!!! e . ~WW~WMMWWWMWWM~W~~~~MM~MMWW~WWW . ~ . . "i' ...."" ;; ;i;'"-;;;; '" ";" <0 ",~3 ~ ~~~~~~o@~tr- D:: ,;,,,,$~o....;!ct>co.!"':i3:;; W.5::e ~N~:&",<;'1i.!!lO i5 t;ja;t:io>;~-~::.',-~cog'j.;, :10 ~~~e"'2!",_ -li.: D::OO ~~ "'<\I _ '" ~8~e:~~"'~~.;~'" _g ...-"" 16':'~.e:;;o .!]60 .,:,_ ~:<<J:~U ~i:{i ::;- '" ~ N ~ ",- Q 0 ~ 6 . . 51 "" _ 0;,;: &l ~ 80r ~;!t ~~~ ~ '" : - '" <XI ~ <C.. "":!l ~ ";" 11 "'.;, . ~",!*~~j:~~~B",~1~~ ~@~~co~~~r-N~e"~8u~ ~~:]~~"'~]!~~m::~~ ~E~j Za~fi"'e~]~~.~ ]~~-~~g]~ ~~I~~go o_~{i{i~~<\IE~~~~~ E :gl.' ~~~ ::!~:ii ti ...- ! ~ J: ~; 00. &" i: "I . NCO"" ..<.)0"" 0...... :'oJ 0 -<0 -,0 Z~ ~ E~rc " ,,0.. "" -, ro "i2 Q; 0> <( ,. . "i i~ . , ,~ 0, ';iIl . ~ " . o o o , . o 1 . . . ~ , o . , o . " ~ " il ~ . " . "'<<> '0 ~~~ n:..,~ ~~ : p hO it"", e1<1O "00 , . o u , . , , . o u , . , . o u , . , :;;88gggg$gggggg~ O""""''''''''''ill''''''"",O"",,,g ~__~~___ __N...."'~ . ~........................................ ""000""00000"''''00''- "'....................................'" 0000"'00000"''''0_''' 0............--............ C , . . ::I.......................................... :;;gg~ggg88gggggf!l o .,)!., '" ",," '" .,,,.., ... u . , . :l......................................... :i)gggggggggggggg 8--- "'~...",;1 , . . :::>.......................................... :;;i$ggggggg8~5i8g 0"'...."',..;"'0>"'....'" "'.-Non ~ ........ ~ . ::I...................................... " w , ~ ~ " .. . , , g ~ : :B ~'2 <: ~ t; ~ "..Q <; ~ .0:';;; ~o~~~~'5,!jB6~,_~ uU"- ~ <IJ B~ J!~-g o 0 , ~ - I i . ;;g 'E ~ , . ~ E .. .e 0 , 0 . , 0 " ~ 0 u . . ~ 0 . ~ E u , , . ~ . ~ ~ < ~ 0 ~ ~ , " N"'"" 00"" COO- ~NO o of'- z-m OJ E~ro Q) "CL == --, ro '0 C Q) OJ <{ " . ~~j ~! ~ ~ ~ ~ :i~iii t " " ] > . o ~ . , ! , g i3 ~ o . ~ e " i ~ _02"" '0 ~i;[g ~"";>!> ~~ " ::; ~ ~ ""0 .f% * "00 NCOU') .L) 0 " O~ "0 'CO ,0 :z:~Q) cmi? a;SCL == -, ro 'D C <D (J) <{ ". e:] 1:' i-O: Jl51~ ~~~ i:o~ f . . o o o , . o ~ . . I . , " . . " i ~ ~ ~ ~ " . , .~ ~ "'.em f~~ ~~ ;' :::i::g'!l noo ~~ ~ .00 NO::>U') 00"" ",0_ ~N 0 cioO'J z~(J) Ol E~m (J) ,,11. == -, '" '0 C (J) Ol <( '" . ~~i .' > ~l~ ~ ~ ~ 00'- z ." . , . , i > . o , ~ , i ~ , o . " o i ~ ~ ~ i ~ < E9 "-" " 0 ~~~ &ll '::', ::;; ~ ~ 0.0 ~., III 12'i01;; .00 Agenda Item No. 16C2 June 10. 2008 Page 10 of 45 ~ COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT 3301 EAST TAMIAMI TRAIL ADMINISTRATIVE SERVICES DIVISION PURCHASING BUILDING NAPLES. FLORIDA 34112 (239) 252-6098 FAX (239) 252-6596 www.collierqov.netlpurchasinq DATE: March 21, 2008 TO: Prospective Bidders FROM: John P. Curran Purchasing Agent RE: BID #08-5044R - "Golden Gate Groundwater Baseline Monitoring" The Board of County Commissioners, Public Utilities Division, desires to receive bids for the above-referenced services. Please refer to the Public Notice contained in the enclosed bid package for the time and date of the Opening of this Bid. If you have any immediate questions regarding the specifications or intended work, you may contact John Curran, Purchasing Department via Q&A on E-procurement site under current bid. www.collierqov.netlbid We look forward to your participation in this bid process. cc: Ray Smith, Pollution Control and Prevention NOTE: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid pages and any other required documentation. Bid No 08-5044R "GG Groundwater Baseline Monitoring" Page 2 Agenda Item No. 16C2 June 10. 2008 Page 11 of 4 5 NON-BiDDER'S RESPONSE BID #08-5044R For purposes of maintaining an accurate bidder's list and facilitating your firm's response to our invitation for bid, we are interested in ascertaining reasons for prospective bidder's failure to respond to invitations for bids. If your firm is not responding to this bid, please indicate the reason(s) by checking an appropriate item (s) listed below and return this form to the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, Purchasing Building, Naples, FL 34112. Please indicate "NO BI D" on the outside of the envelope or fax to (239) 252-6596. We are not responding to this invitation for bid for the following reason(s): D Items or materials requested not manufactured by us or not available to our company; D Our items or materials do not meet specifications; D Circle one - Specifications were: Not clearly understood, Not applicable, Too vague, Too rigid, Quantities too small, or D Incorrect address used. Please correct: Other reason(s): Name of Firm: Mailing Address: City, State, ZIP: Phone ( ) FAX ( ) By: Signature of Representative Bid No 08-5044R "GG Groundwater Baseline Monitoring" Page 3 Agenda Item No. 16C2 June 10. 2008 Page 12 of 45 PUBLIC NOTICE Sealed bids for.:'Furnish Two Fine Screen Systems at South County Water Reclamation Facility" will be received at the Collier County Purchasing Director's Office, 3301 East Tamiami Trail, Purchasing Building, Naples, FL 34112, until 2:30 p.m., Collier County Time on April 18, 2008. BID #08-5044R "Golden Gate Groundwater Baseline Monitoring" If you have any immediate questions regarding the specifications or intended work, you may contact John Curran, Purchasing Department via Q&A on E-procurement site under current bid. www.collieroov.nellbid All bids shall be made upon the Official Bid Form attached to the specifications, which may be seen on the Collier County Purchasing Department E-Procurement website: www.collieroov . nellbid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ STEVE CARNELL Steve Carnell, C.P.M Purchasing/General Services Director Publicly posted on the Collier County Purchasing Department website: www.collieroov.netlpurchasino and in the lobby of the Purchasing Building on March 21st, 2008. . Bid No 08-5044R "GG Groundwater Baseline Monitoring" Page 4 Agenda Item No. 16C2 June 10, 2008 Page 13 of 45 GENERAL BIDDING REQUIREMENTS 1. All bids must be made on the bid form furnished by the County. No bid will be considered unless the bid form is properly siqned. 2. Vendors must provide unit Drices any time unit prices are requested in the units requested. These unit prices must be proper and balanced so as to allow fair adjustments in quantities as required by the County. All prices will remain firm for a period of ninety (90) days from date of bid opening. 3. Any transportation and/or any other charges incurred In delivering the product as specified must be included in the bid price. FOB destination shall appiy unless exception is made in the specifications. 4. Any discounts or terms must be shown on the bid form. Such discounts. if any. will be considered and computed in the tabulation of the bids. In no instance should terms for less than 15 days payment be offered. 5. Bidders taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTiONS TO SPECIFICATIONS". Failure to indicate any exceptions shall be Interpreted as the bidders intent to fully comply with the specifications as written. 6. The County reserves the right to formally amend and/or clarify the Requirements of the bid specifications where It deems necessary. Any such addendum/clarification shall be In writing and shall be distributed to all parties who received the original bid specifications and are eligible for consideration Drior to the deadline for submission of bids. 7. The County reserves the right to reject any and all bids, to waive defects In the form of bid, also to select the bid that best meets the requirements of the County. 8. All bids shall be in the hands of the County Purchasing Director, Collier County Government Complex. Purchasing Building, Naples, FL 34112. by the date and time as stated in the Legal Notice. No late bids can or will be accepted. 9. All bids must be placed in a sealed enveloDe, and plainly marked as folloWS:- (1) The date and time of receipt of the bids by the County Purchasing Director. (2) The number of the bid and the bid title for which the bidder submitting the bid. However, under no circumstances shall any part of, or pertaining directly to the bldder's offer, be exposed on the outside of the bid offer. SDecial Note: All bids sent by courier service must have the bid number and title on the outside of the courier packet. 10. Collier County. Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes. All successful bidders will be provided a copy of Coliler County's Certificate of Exemption (#85- 8012621830C) upon contract award. Corporations. individuals and other entities are impacted by Chapter 212, Florida Statutes according to the type of service. sale of commodity or other contractual agreement to be made with Collier County. By submittal of a properly executed response to a bid from Collier County, Florida. the bidder Is acknowledging that he is aware of his statutory responsibilities for sales tax under Chapter 212. Florida Statutes. Collier County Is also exempt from most Federal excise taxes. By submittal of a properly executed response to a bid from Collier County. Florida. the bidder Is acknowledging that he Is aware of his responsibilities for Federal excise taxes. 11. Tangible personal property purchased by Contractors in the performance of realty construction for the County is taxable. though the County is exempt on Its own purchases. 12. In case of identical bids tying as low bid. the County shall ask vendors to submit certification that they have a drug-free Bid No 08-5044R "GG Groundwater Baseline Monitoring" workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 13. Permits. Licenses. Taxes: In compliance with Section 218.80. F.S.. all permits necessary for the prosecution of the Work shall be obtained by the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida. or the U.S. Government now in force or hereafter adopted. 14. The County reserves the right to accept Item or group of items of this bid, unless the bidder qualified his bid by specific limitations. 15. The County reserves the right to award any item or groups of items to more than one vendor on any bid unless otherwise noted in the bid specifications. 16. Alternate bids will not be considered unless authorized by the Invitation for Bids. 17. Bidders on any construction project must be qualified and directly responsible for 30% or more of the Bid amount for said work. 18. Payment will be made by the County within thirty (30) days from receipt and acceptance by the County of delivery of the bid Items or receipt of invoice for same, whichever is received later. 19. Any Contractor who is a recipient of County funds, or who proposes to perform an work or furnish any goods under this bid shall not discriminate against any worker, employee or applicant or any member of the public because of age race, color, sex, religion. national origin, disability or marital status nor otherwise commit an unfair employment practice. 20. For bidders who wish to receive copies of bids after the bid opening, the County reserves the right to recover all costs associated with the printing and distribution of such copies. 21. Any actual or prospective respondent to an Invitation to Bid or Request for Proposal who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the opening of the Bid or the Agenda Item No. 16C2 June 10, 2008 Page 14 of 45 due date for acceptance of Proposals. All such protests must be filed with the Purchasing Director no later than 11 :00 a.m. Collier County time on the advertised date for the opening of the Bid or the acceptance date for the Request for Proposals. Page 5 22. Bid award selection criteria is as follows: a. All questions on the bid Page shall be answered as to price(s), time requirements. prompt payment terms [discounts]. required document submissions and system documentation of addenda download. b. Award shall be based upon the responses to all questions on the Bid Page. c. Further consideration will include but not be limited to references, completeness of bid response and past performances on other County bids/projects. d. Prices will be read in public exactly as written on the Bid Page at the time of the bid opening; however. should an error in calculations occur whenever unit pricing and price extensions are requested. the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper answer. 23. Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of Intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Polley" is available at the office of the Purchasing Director. Bid No 08-5044R "GG Groundwater Baseline Monitoring" 24. All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied...either individually or collectively...about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction. luncheons. dinners. etc. During the bidding process. from bid opening to final Board approval. no firm or their agent shall contact any other employee of Collier County with the exception of the Purchasing Director. 25. The Contractor shall employ people to work at County facilities who are neat, clean. well- groomed and courteous. 26. If the bidder should be of the opinion that the meaning of any part of the Bidding Document is doubtful. obscure or contains errors or omissions he should report such opinion to the Purchasing Director before the bid opening date. 27. The County assumes no responsibility for bids received after the due date and time. or at any office or location other than that specified herein, whether due to mail delays. courier mistakes, mishandling, Inclement weather or any other reason. Late bids shall be returned unopened. and shall not be considered for award. 28. Bidder acknowledges. and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as iocated at 8 U.S.C. 1324, et seo. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Page 6 Agenda Item No. 16C2 June 10, 2008 Page 15 of 45 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Ilem No. 16C2 June 10. 2008 Page 'Page 16 of 45 Bid #08-5044R "Golden Gate Groundwater Baseline Monitoring" SPECIFICA nONS Overview These specifications are intended to provide the information by which prospective bidders may understand the requirements of Collier County relative to providing field-testing, monitoring services, laboratory services, and water quality assessment/reporting. In November 2003, Collier County contracted a groundwater monitoring study within the Northern Golden Gate Estates area. The intent of this study was to determine the area's baseline ground water quality so future ground water quality studies could determine potential degradation of groundwater quality, potentially caused by human activity such as septic tank usage, agriculture, landscaping and mechanical work. As a result a "Golden Gate Ground Water Baseline Monitoring Report" was completed January 31, 2005. The objective of this study is to determine if there is any degradation of ground water quality when compared with the January 2005 report and/or identify any exceedance of the State's Drinking Water (Chapter 62-550, Florida Administrative Code) or any Ground Water Cleanup Target Level (Chapter 62-777, Florida Administrative Code) Standards. Northern Golden Gate Estates is located east of County Road 951, south of Immokalee Road and Oil Well Road, north of Interstate 1-75 (Alligator Alley) and west of Desoto Boulevard includes approximately 93 square miles with approximately nine thousand four hundred and sixty-four (9,464) dwellings with twenty nine thousand three hundred and fifty (29,350) residents (Certificate of Occupancy (CO) data on dwelling units and 2000 Census Data). The population in the Northern Golden Gate Estates area is expected to continue to grow through the foreseeable future. A search of the well permits completed in October, 2007, is summarized in Appendix A, shows the area has six thousand eight hundred and sixty-four (6,864) residential wells on record. If not all, most of the residences are serviced by privately owned septic tank systems and rely on potable water wells as their primary drinking water source. Scope of Work The Contractor will hire a National Environmental Laboratory Accreditation Conference (NELAC) certified laboratory (as a subcontractor) to perform the analytical work required. All samplers must be FDEP certified and the sampling agency must also have a Field Quality Manual per DEP-SOP-001/01 FA 1000. Field parameters measured for each well include pH, conductivity, oxygen, turbidity and temperature, and will also confirm stable conditions for collection of all groundwater samples. All of the samples will have a microbiological analysis (fecal coliform, total coliform) for the 08-5044R Golden Gate Groundwater Baseline Monitoriug Agenda Item No. 16C2 June 10, 2008 Page !Page 17 of 45 purpose of determining if there is a potential that pathogenic bacteria contamination exists within each residential well. Fifteen of the wells sampled previously in 2003 for pesticides, herbicides, volatile organic compounds, nutrients and metals will be sampled again for these same parameters in an attempt to establish trend data. Twenty-eight of the wells sampled previously sampled for nutrients will also be sampled again. If any of these wells are not available the Contractor will note this and recommend an alternative course of action to be approved by the County Project Manager. Ultimately the Contractor will follow the decision of the County Project Manager. The laboratory shall complete all work and submit a final lab report within 10 business days from the date the sample was received. In the event there is an exceedance of the State's Drinkino Water (Chapter 62-550. Florida Administrative Code) or Ground Water Cleanup Taroet Level (Chapter 62-777. Florida Administrative Code) the Contractor will collect a second sample to confirm the accuracy of the orioinal result. within 3 business days of the notification of the exceedance. Copies of all completed laboratory reports showing an exceedance shall be forwarded to the County's Project Manager within 24 hours of receipt from the laboratory via e-mail or FAX. Each laboratory report shall be specifically written for each home owner's well. This will allow the County's Project Manager to quickly notify each resident of the quality of the ground water received from their well. All the field parameters and analytical data will be documented in the final report and will include a written trend assessment of all the parameters collected and compared with the 2005 Golden Gate Groundwater Baseline Monitoring Report. The final report shall identify any exceedances in water quality standards and rernain consistent with the format written under Task 7. A complete hard copy and electronic copy of the final report, tables, photos, figures, completed Chain of Custody Forms and Laboratory Data Reports in an "ADaPT Format" will be part of the final report deliverable. The Contractor will also be responsible for the entry of all water quality data (Laboratory and field) into the STORET Database. This will ensure compliance with STORET Database entry requirements. The following presents details on each of the project tasks needed to successfully complete the program. Task 1 - Obtain Access for the Sampling A total of 84 residential potable wells within the subject area (Northern Golden Gate Estates) are required to be sampled. The first task is to identify those wells sampled during the 2005 Golden Gate Groundwater Baseline Monitoring Report and obtain written authorization from the property owners to sample these wells again. The County's Project Manager will prepare the initial letter (on County Letterhead) that the Contractor will mail to all residences requesting their permission to sample their well. The Contractor will provide a self-addressed stamped return envelope that the owners will use to send back their authorization to sample. The Contractor is required to submit two written attempts for authorization for each residence. The second written attempt (on County Letterhead) shall be sent two weeks after the original letter. 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Page 'Page 18 of 45 In the event any of the 84 residential potable wells can not be sampled, the Contractor will begin requesting written permission from a minimum of five home owners within a 1/8 square mile of the original well with a consistent well depth shallow wells (50 to 70 feet deep) or deeper wells (100 to 120 feet deep)). This will be accomplished by using a list of well permits located at the following Web site ''http://apps2.collierqov.netlwebapps/ visionlWellsBrowsel". The Contractor will then obtain accurate, up to date information on the name(s) of the owner(s) from the Collier County Property Appraisers Office to ensure the owner is contacted. In the event the Contractor cannot meet this minimum requirement, a written explanation shall be forwarded to the County's Project Manager for acceptance and approval. If the County's Project Manager does not accept and approve the request, the Contractor shall continue their efforts to meet this minimum requirement. The Contractor is required to document all residential call-backs (Name, Address, Telephone Number, Question and Answer) throughout the project. In the event the Contractor cannot address a program specific residential question, the Contractor shall request from the County the appropriate response and the Contractor will communicate it to the resident. The County reserves the right to respond directly to the resident if deemed appropriate by the County. Task 1 Deliverables: A report with a copy of all the letters sent to the eighty-four (84) residences and additional residents; a copy of the letters returned by those owners agreeing to grant access; and documentation of all calls received from residents. If necessary, documentation of all calls shall be updated and submitted to the County Project Manager if calls are received after this task is completed. The County Project Manager may hold up payment on other tasks if this requirement is not met. Task 1 Deliverable information shall also be included in the final report. Task 2 - Reconnaissance of the Residential Wells The Contractor shall inspect each of the residences to confirm that the sampling ports are available upstream of any treatment facilities. If any of the selected sites do not meet these criteria, the well cannot be sampled. Steps should then be followed as outlined in Task 1 to ensure a total of 84 wells are sampled. Task 2 Deliverables: The deliverable for this task will be a report listing all the residences with wells to be sampled with two (2) up to date digital photos: one (1) showing the location of the well and the dominant land use in the adjacent area, and one (1) showing the location of the sample port. In some instances one (1) photo may be able to show the adjacent area of the well and the sample port. This informalion shall also be included in the final report. Task 3 - Contracting with a Certified Laboratory 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Page 1 <Page 19 of 45 The Contractor is to enter into a contract with a laboratory (or laboratories) to provide the required water quality analyses listed in Appendix B. The laboratory must be certified by the National Environmental Laboratory Accreditation Conference (NELAC) for each of the analyses they will perform. The analytical methodologies used shall be below the minimum detection level of any applicable Federal/State water quality standard. Task 3 Deliverable: The deliverable for this activity is a copy of the signed contracts with each of the NELAC Certified laboratories, including their State Laboratory I.D. number, a list of analytical methodologies they are certified to perform, and corresponding minimum detection limits for those parameters they are analyzing. This information shall also be included in the final report. Task 4 - Collection and Transportation of Groundwater Samples The Contractor will collect all the groundwater samples (with the owner's approval) needed to provide the required analyses. All samplers must be FDEP certified and the sampling agency must also have a Field Quality Manual per DEP-SOP-001/01 FA 1000. The Contractor is responsible for obtaining all sample bottles, coolers, and supplies needed to collect the samples. The Contractor is responsible for notifying each of the owners when the samples will be collected and is also responsible for coordinating access to the sample locations if they are inside the residences or at locations that require the owner to be present. The Contractor must at all times remain courteous to the resident/propertv owner and shall operate in a professional manner. The sampling methods must follow the Florida Department of Environmental Protection (FDEP) Standard Operating Procedures (DEP-SOP-001/01 FS 2200 "Groundwater Sampling") in regards to sampling, field blanks, trip blanks, equipment blanks, field cleanup blanks, etc. The Contractor is to prepare all the required documentation (chain of custody and shipping labels) needed to collect and transport the samples to the laboratory or laboratories. The field sampling parameters to be measured include temperature, dissolved oxygen (mg/I), pH, specific conductivity (umhos/cm), and turbidity. Task 4 Deliverable: The deliverable will be a weekly report by the Contractor listing all the wells that have been sampled with a copy of the chain of custody forms for the samples. This information shall also be included within the final report in its entirety. Task 5 - Bacteriological/Chemical Analyses The analyses to be performed are listed below. The tables in Appendix B list the compounds/parameters for each group (i.e., volatile organics, pesticides, herbicides, etc.). Note the pesticides and herbicides are now called synthetic organics. The analyses to be performed are provided in Appendix B and include the following: 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Page 1 Page 20 of 45 1. Bacteriological: All eighty-four (84) wells will be sampled and analyzed for the bacteriological parameters provided in Appendix S, Table 1. 2. Chemical: Fifteen (15) wells previously sampled shall be re-sampled and analyzed for all of the Chapter 62-550, Florida Administrative Code (FAC.) Primary and Secondary Drinking Water Standards. This includes Nutrients as provided in Appendix S, (Table2); Primary Drinking Water Standards for Inorganic Contaminants (Table 3); Volatile Organic Contaminants (Table 4); Synthetic Organic Contaminants (Table 5); and Secondary Drinking Water Standards for Inorganic Contaminants (Table 6). 3. Twenty-eight (28) wells previously sampled for nutrients (only) shall be re-sampled and analyzed for nutrients (Table 2) again. 4. Detection limits should not be higher than any of the Maximum Contaminant Levels listed for each compound or as otherwise listed in the tables. If any results are found to exceed any of the Maximum Contaminant Limits provided in the tables in Appendix S, the Contractor will re-sample and re-analyze the well for the contaminant that is in exceedance. Re-sampling should occur within three (3) business days after receiving the initial laboratory results. As always any sampling of a well shall require the residents/owners authorization. Note: The cost for this service wili not be considered as a Task 5 cost, but wili be broken out as a unit cost based on labor and anaiytical needs. There is a section assigned to this in the bidding portion of this document. To help reduce the cost of re-sampling, the Contractor shali make every attempt to coordinate the re-sampling of as many welis as possible, while meeting contract requirements. In the event the Contractor has less than five welis to sample during a re-sampling event, the Contractor shali request pre-authorization from the County. In the event the Contractor is required to resample a well due to Contractor or laboratorv error or in the event the lab was unable to attain detection limits that are below the tarqet levels for the constituent. the Countv will not be billed for this additional work or analvsis. Task 5 Deliverable: The deliverable for this task includes weekly written reports with a summary of the analytical results received by the Contractor. If any parameters exceed any of the applicable Drinking Water Standards, the Contractor shall notify the County Project Manager within twenty-four (24) hours from the time the Contractor receives the data from the laboratory. The Contractor will re-sample and re-analyze the well for the contaminant and provide the County Project Manager the second set of results within twenty-four (24) hours from the time the Contractor receives the data from the laboratory. The County will then notify the property owner of the confirmed results. Task 6 Data Transfer All laboratory and field data shall be submitted to the County in a specific digital format on compact disc. Laboratories working under direct contract for the County shall be requested to implement Automatic Data Processing Tool (ADaPT). Laboratory Receipt Deliverable (LRD) and Result Electronic Data Deliverables (EDD) shall be required to be ADaPT submittals. ADaPT is: 08-S044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Page IPage 21 of 45 A Microsoft ACCESS based electronic data deliverable (EDD) review and validation tool program adopted by both FDEP and the South Florida Water Management District. This tool aids in processing analytical data, validating format and completeness, checking the data quality and compliance with the method and data quality objectives for all analytical data submitted to the County. The County requires laboratories to utilize the ADaPT software to perform its own automated data review soon after analysis is complete. The laboratory version reads the EDD, checks it against the EDD specifications and against an electronic Quality Assurance Project Plan library for errors. If any error is found it allows and facilitates its correction. After all errors are corrected, it allows for the EDD to be exported as a .!xt or .csv file to be delivered to the County QAlProject Manager. Laboratory Receipt Deliverable Upon receipt of samples at the laboratory, the Contractor shall generate a laboratory receipt deliverable (LRD) for submission to the County's QA unit. The LRD format will follow "Appendix B" of FDEP's ADaPT website at the following URL (ftp:l/ftp.dep.state.fl.us/pub/labs/assessmentladaptllabreceipt.pdf) and be verified through ADaPT. The Contractor shall forward the verified version of the receipt file generated by the ADaPT software to the County's Project Manager. Laboratory Results Deliverable The Contractor shall perform analysis and provide results in the format outlined in "Appendix B" of FDEP's ADaPT website at the following URL ftp://ftp.dep.state.fl.us/ pub/labs/assessmentladapt/labresult.pdf. The EDD file shall be verified by the Contractor for format and project requirements using ADaPT. The Contractor shall correct errors or inconsistencies found by ADaPT during data review prior to submission to the County. Any unresolved issues are documented through the ADaPT Errorlog tool. The EDD shall include data for samples submitted to the Contractor as well as laboratory quality control samples for method blanks, laboratory control samples, matrix spikes, matrix spike duplicates or duplicate samples. All deliverables shall be submitted to the County within 2 months of the last sample analysis completed. Task 7 - Project Report Preparation The Contractor is to prepare a project report that contains at a minimum: I. Introduction: describing the purpose and objectives of the study. II. Methodology: a. The method used to select the residences 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Page IPage 22 of 45 1. A large (0 size) drawing(s)/map(s) showing all the sample locations. The locations should be coded to indicate the groups of parameters analyzed and well depths (shallow/deep) at each location. 2. A table listing the owner's name, street address, Township, Range and Section, the depth of the wells, aquifer sampled, land use with 500 ft radius of the well; and latitude/longitude in decimal degrees. b. Field sampling methodology c. Problems encountered d. Quality control measures III. Results and Discussion a. Computations of the mean and variance for all the parameters measured and comparison of the individual data to the mean and variance. The data should be presented for the shallow and deep wells. b. Discussion of any conditions affecting analytical results, including the impact of any land use features surrounding the wells that may have affected the analytical results. c. Discussion on the assessment of degradation of ground water quality when compared with the January 2005 report including any exceedances of for Drinking Water (Chapter 62-550, Florida Administrative Code) and Ground Water Cleanup Target Level (Chapter 62-777, Florida Administrative Code) standards. Appendices shall include chain of custody forms and laboratory reports, copies of all approval for access by owners to collect samples at their residences, a copy of the field notes, field instrument calibration logs, resident communications and photographs of wells sampled. Task 6 Deliverable: The Contractor is to provide one (1) complete draft copy of the report to the PC PO Team for review along with an electronic version on a CD of the report within two (2) months after receipt of the last set of analytical results. Task 8: Project Completion: The Contractor will incorporate any comments on the report provided by the PCPD Team and provide four (4) copies of the final report within three (3) weeks after receipt of the comments. Each of these four (4) final reports should have one (1) CD containing an electronic copy of the final report, tables, figures and laboratory reports, etc.. The Contractor is to also submit a completed "ADaPT" report (in electronic format) with the final report. Entry of all water quality data into STORET within one (1) month of the final report submittal to complete Task 8. 08-S044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Page 14"age 23 of 45 APPENDIX A SURVEY OF RESIDENTIAL WELLS IN GOLDEN GATE ESTATES Agenda Item No. 16C2 June 10. 2008 08-5044R Golden Gate Groundwater Baseline Monitoring Page IPage 24 of 45 PERMITTED WELLS IN GOLDEN GATE ESTATES FOR TOWNSHIP 48 Section Total Number of Non Residential Incomplete Completed Residential Wells Residential Wells Range =26 Wells Wells 25 4 1 26 20 14 1 5 35 53 43 1 9 36 28 6 2 20 Total 42 Range = 27 23 237 43 34 160 24 17 3 3 11 25 93 1 13 79 26 104 1 14 89 27 93 12 7 74 28 98 3 5 90 29 33 3 5 25 30 37 4 3 30 31 11 8 0 3 32 27 8 1 18 33 94 3 12 79 34 113 3 13 97 35 73 2 3 68 36 80 0 11 69 Total 892 Range =28 19 88 1 8 79 20 102 2 13 87 21 33 1 7 25 28 27 3 6 18 29 130 1 11 118 30 91 0 13 78 31 91 1 9 81 32 82 1 14 67 33 39 1 8 30 Total 2451 Agenda Item No. 16C2 June 10, 2008 08-5044R Golden Gate Groundwater Baseline Monitoring Page 1ffiage 25 of 45 PERMITTED WELLS IN GOLDEN GATE ESTATES FOR TOWNSHIP 49 Section Total Number of Non-Residential-~ Incomplete Completed Residential Wells Wells Residential Wells Wells Range =26 1 129 10 25 94 2 119 6 13 100 11 113 13 12 88 12 124 6 14 104 13 101 6 24 71 14 146 4 20 122 23 111 9 10 92 24 50 10 11 29 25 19 7 2 10 26 133 11 22 100 35 49 45 1 3 36 18 14 2 2 Total 815 Range =27 1 103 5 17 81 2 151 3 21 127 3 120 2 17 101 4 106 4 15 87 5 90 1 8 81 6 127 2 17 108 7 134 2 26 106 8 142 7 17 118 9 131 7 16 108 10 123 12 18 93 11 169 2 20 147 12 177 1 22 154 13 24 2 1 21 14 20 8 3 9 15 22 10 2 10 16 29 27 0 2 17 173 5 23 145 18 176 3 24 149 19 137 5 17 115 20 20 8 0 12 21 14 3 1 10 22 7 7 23 14 3 2 9 24 8 1 1 6 25 25 3 1 21 26 22 4 1 17 27 32 0 3 29 28 22 0 1 21 29 32 9 3 20 30 55 25 4 26 31 22 6 2 14 32 2 2 33 1 1 34 3 3 35 1 1 36 7 6 1 Total 1962 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10. 2008 Page IPage 26 of 45 PERMITTED WELLS IN GOLDEN GATE ESTATES FOR TOWNSHIP 49 (Continued) Section Total Number of Non-Residential Incomplete Completed Residential Wells Wells Residential Wells Wells Range= 28 4 47 0 9 38 5 88 10 6 72 6 104 4 10 90 7 180 2 12 166 8 129 6 14 109 9 63 0 11 52 16 33 0 3 30 17 73 3 6 64 18 72 2 8 62 19 40 2 5 33 20 19 0 2 17 21 18 0 3 15 28 14 1 2 11 29 18 0 1 17 30 17 0 3 14 31 13 0 2 11 32 22 4 2 16 33 7 3 0 4 Total 4413 08-5044R Golden Gate Groundwater Baseline Monitoring APPENDIX B ANALYTICAL PARAMETERS Agenda Item No. 16C2 June 10, 2008 P:lmel~7 of 45 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10. 2008 1"cgJB11l8 of 45 TABLE 1 BACTERIOLOGICAL PARAMETERS PARAMETER DETECTION LIMIT Total Coliform 1 cfu/1 OOml Fecal Coliform 1 cfu/1 OOml TABLE 2. NUTRIENTS PARAMETERS FEDERAL CONTAMINANT 10 CONTAMINANT MCL (mg/L) NUMBER 1040 Nitrate 10(asN) 1041 Nitrite 1 (as N) Total Nitrate and Nitrite 10 (as N) Ammonia TKN Total Phosphorous Ortho-Phosphate 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Page l211ge 29 of 45 TABLE 3 PRIMARY DRINKING WATER STANDARDS FOR INORGANIC CONTAMINANTS FEDERAL CONTAMINANT 10 CONTAMINANT MCL (mg/L) NUMBER 1074 Antimony 0.006 1005 Arsenic 0.01 1010 Barium 2 1075 Beryllium 0.004 1015 Cadmium 0.005 1020 Chromium 0.1 1024 Cyanide (as free Cyanide) 0.2 1025 Fluoride 4.0 1030 Lead 0.015 1036 Nickel 0.1 1045 Selenium 0.05 1052 Sodium 160 1085 Thallium 0.002 Abbreviations Used: MCL = maximum contaminant level; MFL = million fibers per liter (longer than 10 micrometers); mg/L = milligrams per liter. 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Hill!l!'Je130 of 45 TABLE 4 PRIMARY DRINKING WATER STANDARDS FOR VOLATILE ORGANIC CONTAMINANTS FEDERAL CONTAMINANT CONTAMINANT & (CAS NUMBER) MCL (mg/L) ID NUMBER 2977 1, 1-Dichloroethylene (75-35-4) 0.007 2981 1,1,1- Trichloroethane (71-55-6) 0.2 2985 1,1,2 Tricholoroethane (79-00-5) 0.005 2980 1 ,2-Dichloroethane (107-06-2) 0.003 2983 1 ,2-Dichloropropane (78-87-5) 0.005 2378 1,2,4- Tricholorobenzene (120-82-1) 0.07 2990 Benzene (71-43-2) 0.001 2982 Carbon tetrachloride (56-23-5) 0.003 2380 cis-1 ,2-Dichloroethylene (156-59-2) 0.07 2964 Dichloromethane (75-09-2) 0.005 2992 Ethylbenzene (100-41-4) 0.7 2989 Monochlorobenzene (108-90-7) 0.1 2968 o-Dichlorobenzene (95-50-1) 0.6 2969 para-Dichlorobenzene (106-46-7) 0.075 2996 Styrene (100-42-5) 0.1 2987 Tetrachloroethylene (127-18-4) 0.003 2991 Toluene (108-88-3) 1 2979 trans-1 ,2-Dichloroethylene (156-60-5) 0.1 2984 Trichloroethylene (79-01-6) 0.003 2978 Vinyl chloride (75-01-4) 0.001 2955 Xylenes (total) (1330-20-7) 10 Abbreviations Used: MCL = maximum contaminant level; MFL = million fibers per liter (longer than 10 micrometers); mg/L = milligrams per liter 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Item No. 16C2 June 10, 2008 Pa~ 31 of 45 TABLE 5 PRIMARY DRINKING WATER STANDARDS FOR SYNTHETIC ORGANIC CONTAMINANTS FEDERAL CONTAMINANT & (CAS NUMBER) MCL (mg/L) Regulatory CONTAMINANT Detection ID NUMBER Limit (mg/L) 2063 2,3.7,8-TCDD (Dioxin) (1746-01-6) 3 X 10.8 5 X 10-9 2105 2,4-D (94-75-7) 0.07 0.0001 2110 2,4,5-TP (Silvex) (93-72-1) 0.05 0.0002 2051 Alachlor (15972-60-8) 0.002 0.0002 2050 Atrazine (1912-24-9) 0.003 0.0001 2306 Benzo(a)pyrene (50-32-8) 0.0002 0.00002 2046 Carbofuran (1563-66-2) 0.04 0.0009 2959 Chlordane (57-74-9) 0.002 0.0002 2031 Dalapon (75-99-0) 0.2 0.001 2035 Di(2-ethylhexyl)adipate (103-23-1) 0.4 0.0006 2039 Di(2-ethylhexyl)phthalate (117-81-7) 0.006 0.0006 2931 Dibromochloropropane (DBCP) (96- 0.0002 0.00002 2041 Dinoseb (88-85-7) 0.007 0.0002 2032 Diquat (85-00-7) 0.02 0.0004 2033 Endothall (145-73-3) 0.1 0.009 2005 Endrin (72-20-8) 0.002 0.00001 2946 Ethylene dibromide (EDB) (106-93- 0.00002 0.00001 2034 Glyphosate (1071-83-6) 0.7 0.006 2065 Heptachlor (76-44-8) 0.0004 0.00004 2067 Heptachlor epoxlde (1024-57-3) 0.0002 0.00002 2274 Hexachlorobenzene (118-74-1) 0.001 0.0001 2042 Hexachlorocyclopentadiene (77-47- 0.05 0.0001 2010 Lindane (58-89-9) 0.0002 0.00002 2015 Methoxychlor (72-43-5) 0.04 0.0001 2036 Oxamyl (vydate) (23135-22-0) 0.2 0.002 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Ilem No. 16C2 June 10. 2008 Pageag>e 32 of 45 TABLE 5 (continued) PRIMARY DRINKING WATER STANDARDS FOR SYNTHETIC ORGANIC CONTAMINANTS FEDERAL CONTAMINANT & (CAS NUMBER) MCL (mg/L) Regulatory CONTAMINANT Detection ID NUMBER Limit (mg/L) 2326 Pentachlorophenol (87-86-5) 0.001 0.00004 2040 Picloram (1918-02-1) 0.5 0.0001 2383 Polychlorinated biphenyls (PCBs) 0.0005 0.0001 2037 Simazine (122-34-9) 0.004 0.00007 2020 Toxaphene (8001-35-2) 0.003 0.001 Abbreviations used: CAS Number = Chemical Abstract System Number; MCL = maximum containment level; mg/L = milligrams per liter. 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Ilftm 1\19. 16C2 Jd~g 4'b, 2008 Page 33 of 45 TABLE 6 SECONDARY DRINKING WATER STANDARDS FEDERAL CONTAMINANT CONTAMINANT MCL (mg/L)* ID NUMBER 1002 Aluminum 0.2 1017 Chloride 250 1022 Copper 1 1025 Fluoride 2.0 1028 Iron 0.3 1032 Manganese 0.05 1050 Sliver 0.1 1055 Sulfate 250 1095 Zinc 5 1905 Color 15 color units 500 (may be greater if no other maximum 1930 Total Dissolved Solids contaminant level is exceeded) 2905 Foaming agents 0.5 Abbreviations used: CAS Number = Chemical Abstract System Number; MCL = maximum containment level; mg/L = milligrams per liter. 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda i+l'lm 1>Ii? 16C2 Sm\lHo. 2008 Page 34 of 45 TERMS & CONDITIONS Award: The general criteria that will be used for the evaluation of this bid is set forth in the general bidding requirements along with the responses as stated on the bid response pages. Award of bid shall be made to the lowest, qualified and responsive bidder based on the total of the unit prices on the bid response page meeting specifications. It is the intent of the County to award to one vendor only. Terms of Contract: This contract will commence on the date of award by the Board of County Commissioners, and be in effect for one (1) year The award shall be in the form of a Standard Collier County 5 page contract. Contract Renewal: Collier County retains the right to renew this Contract, with the consent of the Vendor, under the same terms and conditions for one (1) additional year. PricinQ: Pricing shall be inclusive of all costs. Payment shall be full compensation for all services, labor, tools, equipment, travel and any other items required for project completion and/or completion of services. Offer Extended to Other Governmental Entities: Collier County encourages and agrees to the successful bidder extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful bidder. Vendor Performance Evaluation: Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. Termination: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non-performance. Inabilitv of Vendor to Provide Product: 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda I~m I:>lQ. 16C2 S&m 1'0, 2008 Page 35 of 45 Should circumstances arise in which the Contractor is unable to supply the requested parts or equipment within five (5) working days, the County may select an alternative supplier to provide the product until such time that the Contractor is able to again supply the parts and equipment. Prohibition of Gifts to County Emplovees: No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Conflict of Interest: Bidder shall provide a list of any businesses and/or organizations to whom the firm has any affiliation or obligations within the past five years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. Assianment, Sublease, Sale. etc.: Should the contractor sell or sublet this contract or any part thereof to any person or entity other than the awardee, the Board of County Commissioners shall be notified in writing immediately upon the transfer of ownership. The assignment of this contract or any part thereof, shall require that its assignee be bound to it and to assume toward the contractor, all of the obligations and responsibilities that contractor has assumed toward the County. In the County's best interest, and at its option, the service/commodity may be re-bid, delivering a sixty (60) day written notice to the new owner(s). Safety All contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda I~m N9. 16C2 5d~~"10, 2008 Page 36 of 45 and regulations. Also all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Important: all firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any contractors work operations. This provision is non- negotiable by any department and/or contractor. All applicable OSHA inspection criteria apply as well as all contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Department Safety Manager and/or Safety Engineer. Additionalltems/Services: Additional items and/or services may be added to this contract upon satisfactory negotiation of price by the Project Manager and Vendor. 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda IJijm ~Q. 16C2 5d~~1'O, 2008 Page 37 of 45 COLLIER COUNTY GOVERNMENT CONTRACT INSURANCE REQUIREMENTS TYPE LIMITS (Check) X Workers' Compensation Statutory Limits of Florida Statutes 440 and Federal Government Statutory Limits and Reaulrements X Employer's Llabilitv X $500,000 $1,000,000 X Commercial General X $500.000 per occurrence $1,000,000 per occurrence Liability (Occurrence Form) bodily injury and property bodily injury and property patterned after the current damage damage ISO form Aircraft Liability Insurance $500.000 per occurrence $1,000.000 per occurrence bodily injury and property bodily Injury and property damaoe damaae Business Automobile $500,000 per occurrence $1,000.000 per occurrence Insurance bodily injury and property bodily Injury and property damaae damaae Pollution Liability Insurance $500,000 per occurrence $1,000.000 per occurrence bodily injury and property bodily injury and property damaae damaae Builders Risk Insurance OWNER Will Purchase-Replacement Cost- All Risks of Loss I I INDEMNIFICATION: To the maximum extent permitted by Florida law. the Cantractor/Vendor/Consultant shall Indemnify and hold harmless Collier County, its officers and employees from any and all liabilities. damages. losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees. to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate. abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE--The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples. Florida No County Division, Department. or individual name should appear on the Certificate. No other format will be acceotable. Thirty (30) Days Cancellation Notice required on Agreements exceeding 6 months. The contract name and number shall be included on the certificate of insurance. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commerciai General Llabilitv and/or Airoort Llabllltv where reauired. BIDDER'S AND INSURANCE AGENT STATEMENT: We understand the insurance requirements contained in these specifications, and that the evidence of said insurance may be required within five (5) business days of the award of bid. Bidder Insurance Agency Signature of Bidder Signature of Bidder's Agent 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Imm !>JR. 16C2 J8I'g 11D, 2008 Page 38 of 45 SHEET MUST BE SIGNED BY VENDOR Board of County Commissioners Collier County, Florida Purchasing Department BIDDERS CHECK LIST IMP 0 R TAN T: Please read carefully, sign in the spaces indicated and return with your bid proposal. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If reauired, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Any addenda have been signed and included. 9. The mailing envelope has been addressed to: Purchasing Director Collier County Government Center Purchasing Building 3301 East Tamiami Trail Naples, Florida 34112 10. The mailing envelope must be sealed and marked with: . 08-5044R . "Golden Gate Groundwater Baseline Monitoring" . April 18th, 2008 11. The bid will be mailed or delivered in time to be received no later than the specified openina date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda lJ<1m I:jj:l. 16C2 Sa~g 1'0, 2008 Page 39 of 45 BID RESPONSE FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: BID No. 08-5044-- "Golden Gate Groundwater Baseline Monitoring" Dear Commissioners: The undersigned, as bidder, hereby declares that he/she has examined the specifications and informed himself/herself fully in regard to all conditions pertaining to the goods to be furnished to Collier County as per the attached specifications. The Bidder further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid, and it is in all respects fair and in good faith, without collusion or fraud. The Bidder declares and agrees, if this Bid is accepted, to contract with the County to furnish goods in complete accordance with the attached specifications, according to the following unit prices: On attached Bid Sheets Any discounts or terms must be shown on the Bid Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net ~ Days Addenda received (if applicable): #1 #2 #3 Bid Response continued on next page... Bid response continued 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Ili'lm N\>. 16C2 5&ili 1D, 2008 Page 40 of 45 SHIPPING CHARGES MUST BE INCLUDED IN All BID PRICES (FOB DESTINATION) Lump Sum Cost for Task 1 $ Lump Sum Cost for Task 2 $ Lump Sum Cost for Task 3 & 4 $ Lump Sum Cost for Task 5 $ Lump Sum Cost for Task 6 $ Lump Sum Cost for Task 7&8 $ Total Project Cost $ Nole: The Contractor shall provide the following proposed costs to resample up to fifteen (15) wells for one or more of the parameters being tested. The supplemental cost of analytical work for those residential wells being re-sampled would be paid at the unit prices provided in the bid submitted by the Contraclor. The analytical cost for each well re-sampled is expected 10 be no more than 4% of the total bid price for the well analytical costs. Unit Pricing for labor to resample a well Daily Mobilization/Demobilization/Labor Cost $ Unit resample Pricing for Analysis of Individual Parameters (Refer to attached Tables) Synthetic Organics Analyses Total $ $ $ $ $ $ $ Biological Analyses Total Metals Analyses Total Volatile Organics Analyses Total Secondary Analyses Total Total Cost for Analyses of Individual Parameters TOTAL BID COST 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda IJijm tjQ. 16C2 Ja~!i 1t, 2008 Page 41 of 45 PARAMETER Unit Cost Total Coliform Fecal Coliform Biological Analyses Total Antimony Arsenic Barium Beryllium Cadmium Chromium Cyanide (as free Cyanide) Fluoride Lead Nickel Nitrate Nitrite Total Nitrate and Nitrite Ammonia TKN Total Phosphorous Ortho-Phosphate Selenium Sodium Thallium Metals Analyses Total 08-5044R Golden Gate Groundwater Baseline Monitoring Parameter Unit Cost 1, 1-Dichloroethylene (75-35-4) 1,1,1- Trichloroethane (71-55-6) 1,1,2 Tricholoroethane (79-00-5) 1 ,2-Dichloroethane (107-06-2) 1 ,2-Dichloropropane (78-87-5) 1 ,2,4-Tricholorobenzene (120-82-1) Benzene (71-43-2) Carbon tetrachloride (56-23-5) cis-1 ,2-Dichloroethylene (156-59-2) Dichloromethane (75-09-2) Ethylbenzene (100-41-4) Monochlorobenzene (108-90-7) o-Dichlorobenzene (95-50-1) para-Dichlorobenzene (106-46-7) Styrene (100-42-5) Tetrachloroethylene (127-18-4) Toluene (108-88-3) trans-1 ,2-Dichloroethylene (156-60-5) Trichloroethylene (79-01-6) Vinyl chloride (75-01-4) Xylenes (total) (1330-20-7) TOTAL SCAN Volatile Organics Analyses Total Agenda IlIlm tlJO. 16C2 5dl\!l"tl.l,2008 Page 42 of 45 08-5044R Golden Gate Groundwater Baseline Monitoring Parameter Unit Cost 2,3,7,8-TCDD (Dioxin) (1746-01-6) 2.4-D (94-75-7) 2.4.5-TP (Silvex) (93-72-1) Alachlor (15972-60-8) Atrazine (1912-24-9) Benzo(a)pyrene (50-32-8) Carbofuran (1563-66-2) Chlordane (57-74-9) Dalapon (75-99-0) Di(2-ethylhexyl)adipate (103-23-1) Di(2-ethylhexyl)phthalate (117-81-7) Dibromochloropropane (DBCP) (96-12-8) Dinoseb (88-85-7) Diquat (85-00-7) Endothail (145-73-3) Endrin (72-20-8) Ethylene dibromide (EDB) (106-93-4) Glyphosate (1071-83-6) Heptachlor (76-44-8) Heptachlor epoxide (1024-57-3) Hexachlorobenzene (118-74-1) Hexachlorocyclopentadiene (77-47-4) Lindane (58-89-9) Methoxychlor (72-43-5) Oxamyl (vydate) (23135-22-0) Pentachlorophenol (87-86-5) Picloram (1918-02-1) Polychlorinated biphenyls (PCBs) Simazine (122-34-9) Toxaphene (8001-35-2) TOT AL SCAN Synthetic Organics Analyses Total Agenda Iu,m t:jQ. 16C2 S8/lHb. 2008 Page 43 of 45 08-5044R Golden Gate Groundwater Baseline Monitoring Parameter Unit Cost Aluminum Chloride Copper Fluoride Iron Manganese Sliver Sulfate Zinc Color Odor Total Dissolved Solids Foaming agents Secondary Analyses Total Agenda l1l'lm N9. 16C2 51l1m -1'tl, 2008 Page 44 of 45 08-5044R Golden Gate Groundwater Baseline Monitoring Agenda Imm ~Q. 16C2 5mili-rb.2008 Page 45 of 45 BID RESPONSE CONTINUED The service to be furnished by us is hereby declared and guaranteed to be in conformance with the specifications of the County. The undersigned do agree that should this Bid Response be accepted, to execute the form of contract and present the same to the County Purchasing Director for approval within fifteen (15) days after being notified of the awarding of the Contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _ day of . 2008 in the County of , in the State of Firm's Complete Legal Name (Add ress) (City. State, ZIP) Phone No. Fax No. Check one of the following: D Sole Proprietorship D Corporation or P.A. State of D Limited Partnership D General Partnership By: Typed and Written Signature Title .*_**x.**.***....******.._****_**.____**_*_.**_*_.*.****x*x**x_*__***_._.*.************_______*_*_**__ ADDITIONAL CONTACT INFORMATION Send Payments To: (REQUIRED ONLY if different from above) (Company Name used as Payee) (Address) Contact Name Title (City. State. ZIP) Phone No. FAX No. Email address: Office Servicing Collier County Account /Place Orders/Request Supplies (REQUIRED ONLY if different from above) (Address) (City. State. ZIP) Contact Name Title Phone No. FAX No. Emall Address: NOTE: If you choose to submit a manual Bid, please submit an ORIGINAL and ONE COPY of your Bid Pages and any other required documentation.