HomeMy WebLinkAbout03/15/2005, C5 - LABORATORY ANALYSIS SERVICES 2005-2006 council M° D�°3�s-oma
j Acjenda Repout Ilam N.W. ^�
CITY OF SAN LUIS OBISPO C'
FROM: John Moss,Utilities Director
Prepared By: Jim Autry, Water Reclamation Facility Supervisor
SUBJECT: LABORATORY ANALYSIS SERVICES 2005-2006
CAO RECOMMENDATION
1. Approve contract with Fruit Growers Laboratory, Inc. (FGL) in the amount of$72,674 for
Laboratory Analysis Services.
2. Reject two lowest bids as unable to meet contract specifications.
DISCUSSION
In November 2004, the CAO approved Invitation for Bids (IFB) #90504 for Water and Wastewater
Laboratory Analyses Services and authorized staff to advertise for bids. Bid proposals were
received and opened on January 6, 2005. The bid summary, including the lowest responsible bid, is
shown in Table 1 below. This contract was to begin February 1, 2005 and continue through January
31, 2007 with the option for a one year contract extension by mutual agreement.
The lowest two bids, American Scientific Labs, LLC and Del Mar Analytical, were not able to meet
the description of work as outlined in the bid specification and opted to withdraw their bids.
American Scientific could not meet the legally required sample tracking procedures, also known as
chain of custody, and Del Mar could not guarantee Quality Assurance and Quality Control
(QA/QC) for some of its analysis.
In two previous IFB processes for laboratory analysis services, (2001-2002 and 2003-2004),
contracts were awarded to the lowest responsible bid and in both instances the lowest bidding
laboratories were unable to fully meet the description of work as outlined in the bid specification.
In 2001-2002, the low bid was repeatedly unable to provide sufficient Quality Assurance and
Quality Control which violated the bid specification and ultimately lead to legally indefensible data
analyses. Additionally, analytical results were altered without re-analysis, once again providing the
City with legally indefensible data analyses. In 2003-2004, the low bid laboratory was unable to
fully comply with the packaging, shipping, and chain-of-custody reports as outlined in the
description of work in the bid specifications. Improper preservatives were used for some sample
containers, sample hold times were missed, and analytical reports were not consistent with chain-of-
custodies. All of these items were not consistent with the description of work as outlined in the bid
specifications and lead to legally indefensible data analyses. This resulted in significant staff time
documenting deficiencies, tracking analyses, terminating contracts and preparing award to next
lowest responsible bidder, in both cases FGL.
1
Laboratory Analysis Services 2005-2006 Page 2
The analyses received from contract laboratories becomes a record of WRF compliance with its
NPDES discharge permit, copies of which are filed monthly with the Environmental Protection
Agency, Regional Water Quality Control Board, and Department of Health Services. Receiving
analyses data from contract laboratories which has not been properly sampled, preserved, tracked,
and analyzed places the City in jeopardy of violating its discharge permit.
FGL has been the contract laboratory for water and wastewater analyses for the City since 1995.
They have been extremely reliable in providing the City with competent laboratory services..
Laboratories other than FGL have not shown the flexibility and professional quality necessary to
provide the service that the Water Reclamation Facility and Water Treatment Plant demand.
Staff is requesting that FGL be awarded the two year contract for 2005-2007 with the option for
two, two year extensions, by mutual agreement, with prices not to increase by more than the
percentage change in the US consumer price index (CPI). This would ensure the City exceptional
laboratory analysis services through the next two Financial Plans. Staff will evaluate the
performance of FGL prior to any contract extensions and will initiate an IFB process should FGL
not be in full compliance with the description of work as outlined in the bid specification.
Table I: 2005 Laboratory Analyses Services Bids
Laboratory Water Plant WRF Total
American Scientific Labs LLC $22,960 $38,610 $61,570
Del Mar Analytical $16,632 $49,736 $66,368
FGL Environmental 1 $19,622 1 $53,052 $729674
Creek Environmental Labs $17,306 $60,070 $77,376
CONCURRENCES
The City Attorney's Office concurs with this recommendation.
FISCAL IMPACT
There is adequate budget for laboratory services for the Water Reclamation Facility through the
end of the 2004-2005 fiscal year (see Table 2 below.). The Water Treatment Plant will need an
additional $3,500 in budget to fund laboratory services through June 30, 2005. This amount will
be transferred from water fund general carryover to the Water Treatment Plant lab services
account. The laboratory analysis services costs listed in Table 1 above will be utilized in the
development of the 2005-07 budget. The use of two, two year contract extensions and CPI price
adjustments will be used in future budget development.
��z
Laboratory Analysis Services 2005-2006 J Page 3
Table 2: Water and Wastewater Lab Analysis Budget
FACILITY Available funding Additional Budget to
January 1 to June 30, fund Activity to Total
2005 6/30/05
Water Treatment Plant 2,500 3,500 6,000
Water Reclamation Facility 14,000 0 14,000
TOTAL $16,500 $3,500 1 $20,000
ALTERNATIVES
Council could decide to continue with our current two year lFB cycle for laboratory analysis
services. Staff'does not recommend this alternative as past attempts and this current attempt at
competitive bidding, has not yielded another contractor capable of meeting the City's requirements.
Attachments
1. Contract
4 s' -3
Attachment 1
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on February 15,
2005 by and between the CITY OF SAN LUIS OBISPO,a municipal corporation,hereinafter referred to is
City,and Fruit Growers Laboratories Inc.(FGL),hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, in November 2004, City invited bids for Laboratory Analyses Services per
Specification No.90504.
WHEREAS, pursuant to said invitation, Contractor submitted a proposal that was accepted by
City for said Laboratory Analyses Services.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants
hereinafter contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and
entered, as first written above; until January 31, 2007. At that tune the City may option to extend this
contract for two years (February 1, 2007 thm January 31;2009) with pricing by mutual agreement not to
increase by more than the percentage change in the US consumer price index. •City also options to an
additional two year contract beginning February 1,2009.
2. INCORPORATION BY REFERENCE. City Specification No. 90504 and
Contractor's proposal dated January 6,2005 are hereby incorporated in and made a part of this Agreement.
3. CITY'S OBLIGATIONS. For providing Laboratory Analyses Services as specified in
this Agreement, City will pay and Contractor shall receive therefore compensation in a total sum not to
exceed$72,674.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to
provide Laboratory Analyses Services as outlined in Specification#90504.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the CAO of the City.
b: COMPLETE AGREEMENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete agreement between the parties
hereto. No oral agreement, understanding or representation not reduced to writing and specifically
incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or
representation be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail,
postage prepaid by registered or certified mail addressed as follows:
City Finance Department
City of San Luis Obispo
990 Palm Street
San Luis Obispo,CA 93401
Contractor Fruit Growers Laboratories Inc.
853 Corporation Street
Santa Paula,CA 93060
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant
that each individual executing this agreement on behalf of each party is a person duly authorized and
empowered to execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day
and year first above written.
ATTEST: CITY OF SAN LUIS OBISPO
By:
City Clerk Mayor
APPROVED AS TO FORM: CONTRACTOR
17 By:
City rney
�S�5