HomeMy WebLinkAboutItem 10d - Water Sample Testing Services
STAFF REPORT
PUBLIC WORKS SERVICES DEPARTMENT
DATE: April 21, 2026
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: John Corona, Utilities Manager
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH EUROFINS DRINKING
WATER AND WASTEWATER WEST, LLC FOR LABORATORY TESTING
SERVICES OF CITY WATER SAMPLES IN AN AMOUNT NOT TO EXCEED
$172,878.50
CEQA: Not a Project
Recommendation: Approve
SUMMARY
As an urban water supplier, the City of Arcadia is required by the State Water
Resources Control Board Division of Water Quality (“SWRCB”) to perform weekly,
monthly, and quarterly water quality testing. All water samples must be analyzed and
submitted to the SWRCB by a certified laboratory. The Public Works Services
Department (“PWSD”) recently solicited a Request for Proposals (“RFP”) for laboratory
testing services of City water samples.
Based on the evaluated proposals, it is recommended that the City Council approve,
authorize, and direct the City Manager to execute a Professional Services Agreement
with Eurofins Drinking Water and Wastewater West, LLC for laboratory testing
services of City water samples, in an amount not to exceed $172,878.50, with the
option of three one-year extensions. It is further recommended that the City Council
delegate the authority to approve future extensions under this agreement to the City
Manager, without having to return to the City Council for subsequent approval,
provided that any changes to the financial terms stay within standard inflationary
limits.
Professional Services Agreement for Water Sample Testing Services
April 21, 2026
Page 2 of 3
BACKGROUND
The PWSD operates the City’s water distribution system and provides water service
to more than 56,000 residents through approximately 15,000 connections. The State
of California Domestic Water Quality and Monitoring Regulations require that water
samples be collected and tested weekly, monthly, quarterly, and annually by a
SWRCB certified laboratory (Chapter 15, Title 22, California Code of Regulations).
Water quality testing includes bacteriological, volatile organic compounds, nitrate,
and Perfluorooctane Sulfonic Acid (“PFAS”) sampling.
The scope of services for laboratory testing of City water samples includes furnishing
all labor, services, equipment, supplies, and all other items and facilities necessary to
appropriately analyze water samples, as required by the SWRCB.
DISCUSSION
On March 2, 2026, a Notice Inviting Proposals was published in accordance with City
Council Resolution No. 7483, and RFP packages were provided to certified
laboratories that perform this work. Three proposals were received, and were
reviewed, evaluated, and ranked based on experience, certification with SWRCB,
quality of the proposal, and cost. The proposal rankings and associated costs are
listed below:
Firm Name Rank Score Cost Proposal
Eurofins Drinking Water and
Wastewater West, LLC 1 97% $172,878.50
BSK Associates 2 86% $218,355.00
Positive Lab Services 3 77% $422,296.00
After careful review and consideration, it was determined that Eurofins Drinking
Water and Wastewater West, LLC, is most qualified to provide laboratory testing
services for City water samples. Eurofins Drinking Water and Wastewater West, LLC
has been in the water quality testing industry for 58 years and provides similar
services for the City of San Diego, Los Angeles Department of Water and Power, and
Santa Clarita Valley Water Agency. Eurofins Drinking Water and Wastewater West,
LLC has also previously provided quality services to the City of Arcadia.
Professional Services Agreement for Water Sample Testing Services
April 21, 2026
Page 3 of 3
ENVIRONMENTAL ANALYSIS
The proposed action does not constitute a project under the California
Environmental Quality Act (“CEQA”), and it can be seen with certainty that it will have
no impact on the environment.
FISCAL IMPACT
Sufficient funds have been budgeted in the proposed Fiscal Year 2026-27 Water
Operation and Maintenance Budget for these services.
RECOMMENDATION
It is recommended that the City Council determine that this action does not
constitute a project under the California Environmental Quality Act (“CEQA”); and
approve, authorize, and direct the City Manager to execute a Professional Services
Agreement with Eurofins Drinking Water and Wastewater West, LLC for laboratory
testing services of City water samples, in an amount not to exceed $172,878.50, with
the option of three one-year extensions. It is further recommended that the City
Council delegate the authority to approve future extensions under this agreement to
the City Manager, without having to return to the City Council for subsequent
approval, provided that any changes to the financial terms stay within standard
inflationary limits.
Attachment: Proposed Professional Services Agreement
1
Updated Feb. 2020
CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT REGARDING
LABORATORY ANALYSES SERVICES FOR
CITY WATER SAMPLE TESTING
This Agreement is made and entered into as of _________________, 2026 by and
between the City of Arcadia, a municipal corporation organized and operating under the laws
of the State of California with its principal place of business at 240 West Huntington Drive,
Arcadia, California 91066 (“City”), and Eurofins Drinking Water and Wastewater West, LLC,
a California Corporation, with its principal place of business at 941 Corporate Center Drive,
Pomona, CA 91768 (hereinafter referred to as “Consultant”). City and Consultant are
sometimes individually referred to as “Party” and collectively as “Parties” in this Agreement.
RECITALS
A.City is a public agency of the State of California and is in need of professional
services for the following project: Laboratory Analyses Services for City Water Sample
Testing (hereinafter referred to as “the Project”).
B.Consultant is duly licensed and has the necessary qualifications to provide
such services.
C.The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
AGREEMENT
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
1. Services.
Consultant shall provide the City with the services described in the Scope of Services
attached hereto as Exhibit “A.”
2.Compensation.
a.Subject to paragraph 2(b) below, the City shall pay for such services in
accordance with the Schedule of Charges set forth in Exhibit “B.”
b.In no event shall the total amount paid for services rendered by
Consultant under this Agreement exceed the sum of One Hundred Seventy-Two
Thousand, Eight Hundred Seventy-Eight Dollars, and Fifty Cents ($172,878.50). This
amount is to cover all printing and related costs, and the City will not pay any additional fees
for printing expenses. Periodic payments shall be made within 30 days of receipt of an
2
Updated Feb. 2020
invoice which includes a detailed description of the work performed. Payments to
Consultant for work performed will be made on a monthly billing basis.
3.Additional Work.
If changes in the work seem merited by Consultant or the City, and informal
consultations with the other party indicate that a change is warranted, it shall be processed
in the following manner: a letter outlining the changes shall be forwarded to the City by
Consultant with a statement of estimated changes in fee or time schedule. An amendment
to this Agreement shall be prepared by the City and executed by both Parties before
performance of such services, or the City will not be required to pay for the changes in the
scope of work. Such amendment shall not render ineffective or invalidate unaffected
portions of this Agreement.
4.Maintenance of Records.
Books, documents, papers, accounting records, and other evidence pertaining to
costs incurred shall be maintained by Consultant and made available at all reasonable times
during the contract period and for four (4) years from the date of final payment under the
contract for inspection by City.
5. Term.
The term of this Agreement shall be for one year from the date of execution, unless
earlier terminated as provided herein. The Parties may, by mutual, written consent, extend
the term of this Agreement if necessary to complete the Project. Consultant shall perform
its services in a prompt and timely manner within the term of this Agreement and shall
commence performance upon receipt of written notice from the City to proceed (“Notice to
Proceed”). The Notice to Proceed shall set forth the date of commencement of work.
6.Delays in Performance.
a.Neither City nor Consultant shall be considered in default of this Agreement
for delays in performance caused by circumstances beyond the reasonable control of the
non-performing party. For purposes of this Agreement, such circumstances include but are
not limited to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war; riots
and other civil disturbances; strikes, lockouts, work slowdowns, and other labor
disturbances; sabotage or judicial restraint.
b.Should such circumstances occur, the non-performing party shall, within a
reasonable time of being prevented from performing, give written notice to the other party
describing the circumstances preventing continued performance and the efforts being made
to resume performance of this Agreement.
7.Compliance with Law.
3
Updated Feb. 2020
a.Consultant shall comply with all applicable laws, ordinances, codes and
regulations of the federal, state and local government, including Cal/OSHA requirements.
b.If required, Consultant shall assist the City, as requested, in obtaining and
maintaining all permits required of Consultant by federal, state and local regulatory
agencies.
c.If applicable, Consultant is responsible for all costs of clean up and/ or removal
of hazardous and toxic substances spilled as a result of his or her services or operations
performed under this Agreement.
8.Standard of Care
Consultant’s services will be performed in accordance with generally accepted
professional practices and principles and in a manner consistent with the level of care and
skill ordinarily exercised by members of the profession currently practicing under similar
conditions.
9.Assignment and Subconsultant
Consultant shall not assign, sublet, or transfer this Agreement or any rights under or
interest in this Agreement without the written consent of the City, which may be withheld for
any reason. Any attempt to so assign or so transfer without such consent shall be void and
without legal effect and shall constitute grounds for termination. Subcontracts, if any, shall
contain a provision making them subject to all provisions stipulated in this Agreement.
Nothing contained herein shall prevent Consultant from employing independent associates,
and subconsultants as Consultant may deem appropriate to assist in the performance of
services hereunder.
10.Independent Contractor
Consultant is retained as an independent contractor and is not an employee of City.
No employee or agent of Consultant shall become an employee of City. The work to be
performed shall be in accordance with the work described in this Agreement, subject to such
directions and amendments from City as herein provided.
11.Insurance. Consultant shall not commence work for the City until it has
provided evidence satisfactory to the City it has secured all insurance required under this
section. In addition, Consultant shall not allow any subcontractor to commence work on any
subcontract until it has secured all insurance required under this section.
a.Commercial General Liability
4
Updated Feb. 2020
(i) The Consultant shall take out and maintain, during the
performance of all work under this Agreement, in amounts not less than specified herein,
Commercial General Liability Insurance, in a form and with insurance companies acceptable
to the City.
(ii) Coverage for Commercial General Liability insurance shall be at
least as broad as the following:
(1) Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include coverage
for the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability Consultant
shall procure and submit evidence of insurance for at
least five (5) years from the time that all work under
this Agreement is completed.
(5) Aggregate Limits that Apply per Project
(6) Explosion, Collapse and Underground (UCX) exclusion
deleted
(7) Contractual Liability with respect to this Agreement
(8) Property Damage
(9) Independent Consultants Coverage
(iv) The policy shall contain no endorsements or provisions
limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by
one insured against another; (3) products/completed operations liability; or (4) contain any
other exclusion contrary to the Agreement.
(v) The policy shall give City, its officials, officers, employees,
agents and City designated volunteers additional insured status using ISO endorsement
forms CG 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage.
Consultant may provide blanket endorsements to meet the Additional Insured
requirement in this written contract. However, all subcontractors’ endorsements shall
specifically name the City, its elected officials, officers, employees, volunteers, boards,
agents, and representatives as additional insureds and blanket endorsements are not
acceptable.
(vi) The general liability program may utilize either deductibles or
provide coverage excess of a self-insured retention, subject to written approval by the City,
and provided that such deductibles shall not apply to the City as an additional insured.
5
Updated Feb. 2020
b.Automobile Liability
(i)At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury
and property damage including coverage for owned, non-owned and hired vehicles, in a
form and with insurance companies acceptable to the City.
(ii)Coverage for automobile liability insurance shall be at least as
broad as Insurance Services Office Form Number CA 00 01 covering automobile liability
(Coverage Symbol 1, any auto).
(iii)The policy shall give City, its officials, officers, employees, agents
and City designated volunteers additional insured status. Consultant may provide blanket
endorsements to meet the Additional Insured requirement in this written contract.
However, all subcontractors’ endorsements shall specifically name the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives as additional
insureds and blanket endorsements are not acceptable.
(iv)Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City
as an additional insured, but not a self-insured retention.
c.Workers’ Compensation/Employer’s Liability
(i)Consultant certifies that he/she is aware of the provisions of
Section 3700 of the California Labor Code which requires every employer to be insured
against liability for workers’ compensation or to undertake self-insurance in accordance with
the provisions of that code, and he/she will comply with such provisions before commencing
work under this Agreement.
(ii)To the extent Consultant has employees at any time during the
term of this Agreement, at all times during the performance of the work under this
Agreement, the Consultant shall maintain full compensation insurance for all persons
employed directly by him/her to carry out the work contemplated under this Agreement, all
in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the Labor
Code of the State of California and any acts amendatory thereof, and Employer’s Liability
Coverage in amounts indicated herein. Consultant shall require all subconsultants to obtain
and maintain, for the period required by this Agreement, workers’ compensation coverage
of the same type and limits as specified in this section.
d.Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the Consultant
shall maintain professional liability or Errors and Omissions insurance appropriate to its
6
Updated Feb. 2020
profession, in a form and with insurance companies acceptable to the City and in an amount
indicated herein. This insurance shall be endorsed to include contractual liability applicable
to this Agreement and shall be written on a policy form coverage specifically designed to
protect against acts, errors or omissions of the Consultant. “Covered Professional Services”
as designated in the policy must specifically include work performed under this Agreement.
The policy must “pay on behalf of” the insured and must include a provision establishing the
insurer's duty to defend.
e.Minimum Policy Limits Required
(i)The following insurance limits are required for the Agreement:
Combined Single Limit
Commercial General Liability $1,000,000 per occurrence/ $2,000,000 aggregate
for bodily injury, personal injury, and property
damage
Automobile Liability $1,000,000 per occurrence for bodily injury and
property damage
Employer’s Liability $1,000,000 per occurrence
Professional Liability $1,000,000 per claim and aggregate (errors and
omissions)
(ii)Defense costs shall be payable in addition to the limits.
(iii)Requirements of specific coverage or limits contained in this
section are not intended as a limitation on coverage, limits, or other requirement, or a waiver
of any coverage normally provided by any insurance. Any available coverage shall be
provided to the parties required to be named as Additional Insured pursuant to this
Agreement.
f.Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City
evidence of insurance from an insurer or insurers certifying to the coverage of all insurance
required herein. Such evidence shall include original copies of the ISO CG 00 01 (or insurer’s
equivalent) signed by the insurer’s representative and Certificate of Insurance (Acord Form
25-S or equivalent), together with required endorsements. All evidence of insurance shall
be signed by a properly authorized officer, agent, or qualified representative of the insurer
and shall certify the names of the insured, any additional insureds, where appropriate, the
type and amount of the insurance, the location and operations to which the insurance
applies, and the expiration date of such insurance.
7
Updated Feb. 2020
g.Policy Provisions Required
(i)Consultant shall provide the City at least thirty (30) days prior
written notice of cancellation of any policy required by this Agreement, except that the
Consultant shall provide at least ten (10) days prior written notice of cancellation of any such
policy due to non-payment of premium. If any of the required coverage is cancelled or
expires during the term of this Agreement, the Consultant shall deliver renewal certificate(s)
including the General Liability Additional Insured Endorsement to the City at least ten (10)
days prior to the effective date of cancellation or expiration. Consultant may provide blanket
endorsements to meet the Additional Insured requirement in this written contract.
However, all subcontractors’ endorsements shall specifically name the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives as additional
insureds and blanket endorsements are not acceptable.
(ii)The Commercial General Liability Policy and Automobile Policy
shall each contain a provision stating that Consultant’s policy is primary insurance and that
any insurance, self-insurance or other coverage maintained by the City or any named
insureds shall not be called upon to contribute to any loss.
(iii)The retroactive date (if any) of each policy is to be no later than
the effective date of this Agreement. Consultant shall maintain such coverage continuously
for a period of at least three years after the completion of the work under this Agreement.
Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date
is advanced past the effective date of this Agreement; B) if the policy is cancelled or not
renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date
subsequent to the effective date of this Agreement.
(iv)All required insurance coverages, except for the professional
liability coverage, shall contain or be endorsed to waiver of subrogation in favor of the City,
its officials, officers, employees, agents, and volunteers or shall specifically allow Consultant
or others providing insurance evidence in compliance with these specifications to waive
their right of recovery prior to a loss. Consultant hereby waives its own right of recovery
against City, and shall require similar written express waivers and insurance clauses from
each of its subconsultants.
(v)The limits set forth herein shall apply separately to each insured
against whom claims are made or suits are brought, except with respect to the limits of
liability. Further the limits set forth herein shall not be construed to relieve the Consultant
from liability in excess of such coverage, nor shall it limit the Consultant’s indemnification
obligations to the City and shall not preclude the City from taking such other actions
available to the City under other provisions of the Agreement or law.
h.Qualifying Insurers
8
Updated Feb. 2020
(i)All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum requirements:
(1)Each such policy shall be from a company or companies
with a current A.M. Best's rating of no less than A:VII and admitted to transact in the
business of insurance in the State of California, or otherwise allowed to place
insurance through surplus line brokers under applicable provisions of the California
Insurance Code or any federal law.
i.Additional Insurance Provisions
(i)The foregoing requirements as to the types and limits of
insurance coverage to be maintained by Consultant, and any approval of said insurance by
the City, is not intended to and shall not in any manner limit or qualify the liabilities and
obligations otherwise assumed by the Consultant pursuant to this Agreement, including but
not limited to, the provisions concerning indemnification.
(ii)If at any time during the life of the Agreement, any policy of
insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, City has the right but not the duty to obtain the insurance it
deems necessary and any premium paid by City will be promptly reimbursed by Consultant
or City will withhold amounts sufficient to pay premium from Consultant payments. In the
alternative, City may cancel this Agreement.
(iii)The City may require the Consultant to provide complete copies
of all insurance policies in effect for the duration of the Project.
(iv)Neither the City nor any of its officials, officers, employees,
agents or volunteers shall be personally responsible for any liability arising under or by
virtue of this Agreement.
j.Subconsultant Insurance Requirements. Consultant shall not allow any
subcontractors or subconsultants to commence work on any subcontract until they have
provided evidence satisfactory to the City that they have secured all insurance required
under this section. Policies of commercial general liability insurance provided by such
subcontractors or subconsultants shall be endorsed to name the City as an additional
insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same
coverage. All subcontractors’ endorsements shall specifically name the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives as additional
insureds and blanket endorsements are not acceptable. If requested by Consultant, City
may approve different scopes or minimum limits of insurance for particular subcontractors
or subconsultants.
12.Indemnification.
9
Updated Feb. 2020
a. To the fullest extent permitted by law, Consultant shall defend (with
counsel of City’s choosing), indemnify and hold the City, its officials, officers, employees,
volunteers, and agents free and harmless from any and all claims, demands, causes of action,
costs, expenses, liability, loss, damage or injury of any kind, in law or equity, to property or
persons, including wrongful death, in any manner arising out of, pertaining to, or incident
to any acts, errors or omissions, or willful misconduct of Consultant, its officials, officers,
employees, subcontractors, consultants or agents in connection with the performance of the
Consultant’s services, the Project or this Agreement, including without limitation the
payment of all damages, expert witness fees and attorney’s fees and other related costs and
expenses. Consultant's obligation to indemnify shall not be restricted to insurance proceeds,
if any, received by Consultant, the City, its officials, officers, employees, agents, or volunteers.
b. To the extent required by Civil Code section 2782.8, which is fully
incorporated herein, Consultant’s obligations under the above indemnity shall be limited to
claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of the Consultant, but shall not otherwise be reduced. If Consultant’s obligations
to defend, indemnify, and/or hold harmless arise out of Consultant’s performance of “design
professional services” (as that term is defined under Civil Code section 2782.8), then upon
Consultant obtaining a final adjudication that liability under a claim is caused by the
comparative active negligence or willful misconduct of the City, Consultant’s obligations shall
be reduced in proportion to the established comparative liability of the City and shall not
exceed the Consultant’s proportionate percentage of fault.
13. California Labor Code Requirements.
a. Consultant is aware of the requirements of California Labor Code
Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates
and the performance of other requirements on certain “public works” and “maintenance”
projects (“Prevailing Wage Laws”). If the services are being performed as part of an applicable
“public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the
total compensation is $15,000 or more for maintenance or $25,000 or more for construction,
alteration, demolition, installation, or repair, Consultant agrees to fully comply with such
Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials,
officers, employees and agents free and harmless from any claims, liabilities, costs, penalties
or interest arising out of any failure or alleged failure to comply with the Prevailing Wage
Laws. It shall be mandatory upon the Consultant and all subconsultants to comply with all
California Labor Code provisions, which include but are not limited to prevailing wages
(Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section
1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor
(Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors
(Labor Code Section 1777.1).
10
Updated Feb. 2020
b. If the services are being performed as part of an applicable “public
works” or “maintenance” project and if the total compensation is $15,000 or more for
maintenance or $25,000 or more for construction, alteration, demolition, installation, or
repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all
subconsultants performing such services must be registered with the Department of
Industrial Relations. Consultant shall maintain registration for the duration of the Project
and require the same of any subconsultants, as applicable. This Project may also be subject
to compliance monitoring and enforcement by the Department of Industrial Relations. It
shall be Consultant’s sole responsibility to comply with all applicable registration and labor
compliance requirements.
c. This Agreement may also be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. It shall be Consultant’s sole
responsibility to comply with all applicable registration and labor compliance requirements.
Any stop orders issued by the Department of Industrial Relations against Consultant or any
subcontractor that affect Consultant’s performance of services, including any delay, shall be
Consultant’s sole responsibility. Any delay arising out of or resulting from such stop orders
shall be considered Consultant caused delay and shall not be compensable by the City.
Consultant shall defend, indemnify and hold the City, its officials, officers, employees and
agents free and harmless from any claim or liability arising out of stop orders issued by the
Department of Industrial Relations against Consultant or any subcontractor.
14. Verification of Employment Eligibility.
By executing this Agreement, Consultant verifies that it fully complies with all
requirements and restrictions of state and federal law respecting the employment of
undocumented aliens, including, but not limited to, the Immigration Reform and Control Act
of 1986, as may be amended from time to time, and shall require all subconsultants and sub-
subconsultants to comply with the same.
15. City Material Requirements.
Consultant is hereby made aware of the City’s requirements regarding materials, as
set forth in Request for Proposals, which are deemed to be a part of this Agreement.
16. Laws and Venue.
This Agreement shall be interpreted in accordance with the laws of the State of
California. If any action is brought to interpret or enforce any term of this Agreement, the
action shall be brought in a state or federal court situated in the County of Los Angeles, State
of California.
17 Termination or Abandonment
11
Updated Feb. 2020
a.City has the right to terminate or abandon any portion or all of the work
under this Agreement by giving ten (10) calendar days written notice to Consultant. In such
event, City shall be immediately given title and possession to all original field notes, drawings
and specifications, written reports and other documents produced or developed for that
portion of the work completed and/or being abandoned. City shall pay Consultant the
reasonable value of services rendered for any portion of the work completed prior to
termination. If said termination occurs prior to completion of any task for the Project for
which a payment request has not been received, the charge for services performed during
such task shall be the reasonable value of such services, based on an amount mutually
agreed to by City and Consultant of the portion of such task completed but not paid prior to
said termination. City shall not be liable for any costs other than the charges or portions
thereof which are specified herein. Consultant shall not be entitled to payment for
unperformed services, and shall not be entitled to damages or compensation for termination
of work.
b.Consultant may terminate its obligation to provide further services
under this Agreement upon thirty (30) calendar days’ written notice to City only in the event
of substantial failure by City to perform in accordance with the terms of this Agreement
through no fault of Consultant.
18 Documents. Except as otherwise provided in “Termination or Abandonment,”
above, all original field notes, written reports, Drawings and Specifications and other
documents, produced or developed for the Project shall, upon payment in full for the
services described in this Agreement, be furnished to and become the property of the City.
19.Organization
Consultant shall assign Katie Beall, as Project Manager. The Project Manager shall
not be removed from the Project or reassigned without the prior written consent of the City.
20.Limitation of Agreement.
This Agreement is limited to and includes only the work included in the Project
described above.
21.Notice
Any notice or instrument required to be given or delivered by this Agreement may be
given or delivered by depositing the same in any United States Post Office, certified mail,
return receipt requested, postage prepaid, addressed to:
12
Updated Feb. 2020
CITY:
City of Arcadia
240 West Huntington Drive
Arcadia, CA 91066
Attn: John Corona
Utilities Superintendent
CONSULTANT:
Eurofins Drinking Water & Wastewater West,
LLC
941 Corporate Center Drive
Pomona, CA 91768
Attn: Camila Gadotti
President
and shall be effective upon receipt thereof.
22. Third Party Rights
Nothing in this Agreement shall be construed to give any rights or benefits to anyone
other than the City and the Consultant.
23. Equal Opportunity Employment.
Consultant represents that it is an equal opportunity employer and that it shall not
discriminate against any employee or applicant for employment because of race, religion,
color, national origin, ancestry, sex, age or other interests protected by the State or Federal
Constitutions. Such non-discrimination shall include, but not be limited to, all activities
related to initial employment, upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination.
24. Entire Agreement
This Agreement, with its exhibits, represents the entire understanding of City and
Consultant as to those matters contained herein, and supersedes and cancels any prior or
contemporaneous oral or written understanding, promises or representations with respect
to those matters covered hereunder. Each party acknowledges that no representations,
inducements, promises or agreements have been made by any person which are not
incorporated herein, and that any other agreements shall be void. This Agreement may not
be modified or altered except in writing signed by both Parties hereto. This is an integrated
Agreement.
25. Severability
The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall
not render the provisions unenforceable, invalid or illegal.
26. Successors and Assigns
This Agreement shall be binding upon and shall inure to the benefit of the successors
in interest, executors, administrators and assigns of each party to this Agreement. However,
13
Updated Feb. 2020
Consultant shall not assign or transfer by operation of law or otherwise any or all of its rights,
burdens, duties or obligations without the prior written consent of City. Any attempted
assignment without such consent shall be invalid and void.
27.Non-Waiver
None of the provisions of this Agreement shall be considered waived by either party,
unless such waiver is specifically specified in writing.
28.Time of Essence
Time is of the essence for each and every provision of this Agreement.
29.City’s Right to Employ Other Consultants
City reserves its right to employ other consultants, including engineers, in connection
with this Project or other projects.
30.Prohibited Interests
Consultant maintains and warrants that it has not employed nor retained any
company or person, other than a bona fide employee working solely for Consultant, to solicit
or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed
to pay any company or person, other than a bona fide employee working solely for
Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or
violation of this warranty, City shall have the right to rescind this Agreement without liability.
For the term of this Agreement, no director, official, officer or employee of City, during the
term of his or her service with City, shall have any direct interest in this Agreement, or obtain
any present or anticipated material benefit arising therefrom.
[SIGNATURES ON FOLLOWING PAGE]
14
Updated Feb. 2020
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF ARCADIA
AND EUROFINS DRINKING WATER AND WASTEWATER WEST, LLC
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date first
written above.
CITY OF ARCADIA EUROFINS DRINKING WATER AND
WASTEWATER WEST, LLC
By: By:
Dominic Lazzaretto
City Manager Title:
Printed Name:
ATTEST: By:
Title:
By:
City Clerk Printed Name:
APPROVED AS TO FORM: CONCUR:
By: ___________________________________
Michael J. Maurer Paul Cranmer
City Attorney Public Works Services Director
15
Updated Feb. 2020
EXHIBIT “A”
Scope of Services
The Scope of Services for the Laboratory Analyses Services for City Water Sample Testing shall
include, but are not limited to the following:
•Furnish all labor, services, equipment, supplies and all other items and facilities necessary
to appropriately analyze ground water samples taken within the City of Arcadia’s domestic
water system for bacteriological, organics, inorganics, general physicals, general mineral,
TTHM, Lead & Copper, Langlier, hardness, radioactivity as required by the State of
California Domestic Water Quality and Monitoring regulations (Chapter 15, Title 22,
California Code of Regulations), special samples are required by National Pollutant
Discharge Elimination System (“NPDES”) regulations for discharge of water into the storm
drainage system and other samples as deemed necessary by the Public Works Services
Department.
•Testing and analyses of water samples for bacteria, contaminants or pollutants by a State
of California Department of Public Health and United States Environmental Protection
Agency certified Laboratory.
•Invoices must be itemized showing sample location(s), date, names of sample tests taken,
unit quantity, and subtotal costs.
•A written report, completed entirely by the laboratory, is to be furnished for each sample
indicating analyses conducted and the results of each analysis. Written reports shall
comply with CDPH and USEPA standard report formats and are to be transmitted
electronically to CDPH in Sacramento, California and USEPA, as required.
•The City must receive all reports a prior month by the fifth (5) day of the current month to
be included in the City’s monthly report to CDPH. An emailed report, followed by an
original report, is acceptable and is deemed to meet this requirement.
•A Utilities Section emergency contact list will be provided to the laboratory for immediate
notification of any positive bacteriological, volatile organic compounds (“VOC”), PFAS
Maximum Contaminant Level (MCL) exceedance, or nitrate samples that exceed the
(MCL).
•The laboratory must provide pick-up service for all routine samples according to the City’s
annual sampling schedule and must provide either weekend pick-up/testing service or
weekend drop-off/testing service within the specified distance.
o The pick-up point is the City’s Public Works Services Department located at 11800
Goldring Road, Arcadia, CA 91006.
16
Updated Feb. 2020
EXHIBIT “B”
Schedule of Charges/Payments
Consultant will invoice City on a monthly cycle. Consultant will include with each invoice a detailed
progress report that indicates the amount of budget spent on each task. Consultant will inform
City regarding any out-of-scope work being performed by Consultant. This is a time-and-materials
contract.
Compensation shall be based on time and materials spent in accordance with the tasks specified,
not to exceed the total compensation listed:
Professional Laboratory Analyses & Water Sample Testing Services -$172,878.50
Total Compensation: -$172,878.50
The total compensation shall not exceed the total listed without written authorization in
accordance with Section 2 (b) of the agreement period. (see attached Attachment “A”)
PROPOSAL PRICING FOR M
Company: Eurofins Drinking Water and Wastewater West, LLC
PROPOSAL PRICING FORM COMPLETION INSTRUCTIONS
ATTACHMENT A
RFP NO. PWS-03-2026
The proposal pricing forms are divided into three schedules that depict specific types of sampling
services.
The proposed pricing schedules list the items and estimated quantities necessary to complete the
work. Payment for each item will be based on the actual quantity for analyses performed. Quantities
shown are estimated based on the on-going Title 22 requirements. Variation of the actual analysis
quantity is expected. All tests shall be performed in accordance with CDPH and USEPA
requirements.
I.Routine Sampling
EST. UNIT TOTAL
DESCRIPTION QUANTITY PRICE PRICE
Bacteriological 2250 $7.50 $16,875
Speciation 10 $150 $1,500
General Physicals 280 $15 $4,200
TTHM 15 $52 $780
Lead & Copper 30 $21 $630
General Mineral 16 $80 $1,280
Langelier 16 incl w/ GenMin incl w/ GenMin
Hardness 16 incl w/ GenMin incl w/ GenMin
TCE 350 $42 $14,700
PCE 350 incl w/TCE incl w/TCE
1, 1 DCE 70 $42 $2,940
1,2 DCA 70 incl w/ 1,1-DCE incl w/ 1,1-DCE
City of Arcadia Public Works Services
Request for Proposals -Laboratory Analyses Services for Testing Water Samples ATTACHMENT A
PROPOSAL PRICING FORM
lnorganics:
Aluminum, Antimony, Arsenic,
Barium, Beryllium, Cadmium, Chromium
(total Cr), Fluoride, 20
Lead, Mercury, Nickel, Selenium, Silver,
Thallium, Cyanide, Nitrate (NO3), Nitrate
(expressed as Nitrogen), Perchlorate
Nitrate (NOa) 450
Radon 20
Radioactivity: Gross Alpha, Gross Beta,
Radium 226, Radium 228, Uranium 20
EST. DESCRIPTION QUANTITY
Chlordane
20
(EPA Method 507 or approved equal)
Diazinon, Bromocil Atrazine, Simazine (EPA 20 Method 507 or approved equal)
2, 4-D (EPA Method 515.1) 20
Carbaryl (EPA Method 531.1) 20
Glyphosate (EPA Method 547) 20
Diquat (EPA Method 549) 20
Diuron (EPA Method 632) 20
Complete voe (EPA Method 524.2) 30
Travel Bank
MTBE 20
Perchlorate 20
Trimethylbenzene (1, 2, 4) 40
Trimethylbenzene (1, 3, 5) 40
Fluoride 40
City of Arcadia Public Works Services
Request for Proposals -Laboratory Analyses Services for Testing Water Samples
UNIT
PRICE
ATTACHMENT A
RFP NO. PWS-03-2026
TOTAL PRICE
ATTACHMENT A
PROPOSAL PRICING FORM
Asbestos 20
Chromium 6 20
Chlorinated Pesticides (EPA Method 508) 10
DEHP, DEHA, PAH, Triazine
10
(EPA Method 525)
Endothall (EPA Method 548) 10
Dioxin (EPA Method 1613) 10
EDB/DBCP (EPA Method 504) 10
PFAS 225
HPC 225
Total Amount of Schedule I-Routine Sampling $ 168,482.50
$150
$25
$72
incl w/ 525
$75
$155
$42
$300
$8.50
ATTACHMENT A
RFP NO. PWS-03-2026
$3,000
$500
$720
incl w/ 525
$750
$1,550
$420
$67,500
$1,912.50
Total Amount of Schedule 1 -Written Form: One hundred sixty-eight thousand, four hundred eighty-two
dollars and fifty cents
City of Arcadia Public Works Services
Request for Proposals -Laboratory Analyses Services for Testing Water Samples ATTACHMENT A
PROPOSAL PRICING FORM
II.NPDES Sampling
ATTACHMENT A
RFP NO. PWS-03-2026
Special samples are for NPDES regulations covering gr oundwater discharges. These are not routine
and are on an as-needed basis.
EST. UNIT
DESCRIPT ION QUANTITY TOTAL PRICE
PRICE
Total Se ttleable Solids 4 $10.50 $42
Total Suspended Solids 4 $10.50 $42
Total Dissolved Solids 4 $10.50 $42
Turbidity 4 $5 $20
BODs20°C 4 $45 $180
Oil and Grease 4 $60 $240
Sulfate 4 $10.50 $42
Chloride 4 $10.50 $42
NO3 + NO2 as N 4 $10.50 $42
Acute Toxicity** 4 $490 $1,960
pH 4 $5 $20
Detergents as Methylene Blue Active 4 $30 $120 Substances (MBAS)
Sulfides 4 $15 $60
Total Amount of Schedule 11-NPDES Sampling $ 2,852
Total Amount of Schedule II -Written Format: Two thousand, eight hundred fifty-two dollars
** Results of toxicity tests shall be included in the first monitoring report following sampling. By the method
specified in "Methods for Measuring the Acute Toxicity of Effluents to Freshwater and Marine Organisms" -
September, 1991, (EPA/600/4-90/027). Submission of bioassay results should include the information noted
on pages 70-73 of the "methods". The Fathead Minnow (Pimehales promelas) shall be used as the test species.
If the results of the toxicity yield a survival of less than 90%, then the frequency of analysis shall be incr eased
to monthly until at least three (3) consecutive test results have been obtained and full compliance with Effluent
Limitations has been demonstrated.
City of Arcadia Public Works Services
Request for Proposals -Laboratory Analyses Services for Testing Water Samples ATTACHMENT A
PROPOSAL PRICING FORM
Ill. Special Sampling
DESCRIPTION EST.
QUANTITY
Phenols 4
Phenolic Compounds (Chlorinated) 4
Benzene 4
Toluene 4
Ethylbenzene 4
Xylene 4
Ethylene Dibromide 4
Carbon Tetrachloride 4
Tetrachloroethylene 4
1,4-dichlorobenzene 4
1, 1-duchloroethane 4
1,2-dichloroethane 4
1, 1-dichloroethylene 4
Vinyl Chloride 4
Cadmium 4
Chromium (Total & Hexavalent) 4
Copper 4
Lead 4
Mercury 4
Selenium 4
Silver 4
Total Petroleum Hydrocarbons 4
Methyl Tertiary Butyl Ether (MTBE) 4
UNIT
PRICE
incl w/ 625
$135
$78
incl w/ 624
incl w/624
incl w/624
incl w/ 624
incl w/624
incl w/624
incl w/ 624
incl w/624
incl w/ 624
incl w/ 624
incl w/624
$10.50
$50
$10.50
$10.50
$10.50
$10.50
$10.50
$60
incl w/ 624
ATTACHMENT A
RFP NO. PWS-03-2026
TOTAL PRICE
incl w/ 625
$540
$312
incl w/ 624
incl w/ 624
incl w/ 624
incl w/ 624
incl w/624
incl w/ 624
incl w/ 624
incl w/ 624
incl w/ 624
incl w/624
incl w/624
$42
$200
$42
$42
$42
$42
$42
$240
incl w/ 624
Total Amount of Schedule Ill -Special Sampling $._1_,_54_4 _______ _
Total Amount of Schedule II I -Written Format One thousand, five hundred forty-four dollars
City of Arcadia Public Works Services
Request for Proposals -Laboratory Analyses Services for Testing Water Samples ATTACHMENT A
PROPOSAL PRICING FORM ATTACHMENT A
RFP NO. PWS-03-2026
GR AND PROPOSED TOTAL (All Schedules)
TOTAL SCHEDULE AMOUNT
I.Routine Sampling $168,482.50
II.NPDES Sampling $2,852
111.Special Sampling $1,544
Grand Proposed Pricing Total $ _1_7_2,_87_8_.5_o ________ _
Grand Proposed Pricing Total in Written Format: One hundred se venty-two thousa nd, eight hundred
seventy-eight dollars and fifty cents
END OF SECTION
Camila tlotti, President
Eurofins Drinking Water and Wastewater West, LLC
City of Arcadia Public Works Services
Request for Proposals -Laboratory Analyses Services for Testing Water Samples ATTACHMENT A
17
Updated Feb. 2020
EXHIBIT “C”
Activity Schedule
All work shall be completed in accordance with the following schedule:
The Term of this Agreement shall be for one (1) year from the date of execution. All tasks under
Exhibit “A” shall be adhered to and executed accordingly.