Loading...
Agenda 09/25/2018 Item #16A1609/25/2018 EXECUTIVE SUMMARY Recommendation to award RFP 18-7375 “Laboratory Services” to TestAmerica Laboratories, Inc. and Pace Analytical Services, LLC. OBJECTIVE: To obtain analytical laboratory services. CONSIDERATIONS: Collier County provides laboratory testing services for drinking water, wastewater, groundwater and surface water. The resulting data is utilized in various programs for regulatory compliance, ambient water quality monitoring, capital project planning, and for health safety and welfare purposes. Collier County relies on a contractual laboratory in the event of an in house laboratory equipment failure, natural disaster, due to the cost effectiveness of certain parameters, or the need for data from an alternative sampling media such as soil or sediment. On May 25, 2018, the Procurement Services Division released notices for RFP 18-7375 Laboratory Services to 6818 vendors, vendors downloaded fifty-five (55) packages and staff received four (4) proposals. After review by staff, all proposals were deemed responsive and responsible. A Selection Committee met on August 9, 2018, and recommends awarding the RFP to TestAmerica Laboratories, Inc. as the primary and Pace Analytical as the secondary. Company Name City County State Rank Responsive/Responsible TestAmerica Laboratories, Inc Tampa Hillsborough FL 1 Y/Y Pace Analytical Ormond Beach Volusia FL 2 Y/Y Advanced Environmental Laboratories Fort Myers Lee FL 3 Y/Y Florida-Spectrum Environmental Services Ft. Lauderdale Broward FL 4 Y/Y FISCAL IMPACT: Annual expenditures for FY2019, FY2020 and FY2021 is estimated at $180,000 per year, and may vary depending on the number of tests required. Funding is available in the Water - Sewer Operating Fund (408) and in the Pollution Control Fund (114). GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Request for Proposal (RFP) No. 18-7375, “Laboratory Services” to TestAmerica Laboratories, Inc. and Pace Analytical Services, LLC and to authorize the Chairman to sign the attached Agreements. Prepared by: Danette Kinaszczuk, Pollution Control Manager, Capital Project Planning, Impact Fees & Program Management. ATTACHMENT(S) 1. 18-7375 NORA (PDF) 16.A.16 Packet Pg. 947 09/25/2018 2. 18-7375 Solicitation (PDF) 3. 18-7375 TestAmerica_Contract_VendSign with Insurance (PDF) 4. 18-7375 PaceAnalytical_Contract_VendSign with Insurance (PDF) 16.A.16 Packet Pg. 948 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.16 Doc ID: 6667 Item Summary: Recommendation to award RFP 18-7375 “Laboratory Services” to TestAmerica Laboratories, Inc. and Pace Analytical Services, LLC.Labratory services Bid Meeting Date: 09/25/2018 Prepared by: Title: Accountant – Capital Project Planning, Impact Fees, and Program Management Name: Gail Hambright 09/11/2018 2:28 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 09/11/2018 2:28 PM Approved By: Review: Growth Management Department Judy Puig Level 1 Reviewer Completed 09/11/2018 2:39 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/11/2018 3:17 PM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 09/11/2018 3:39 PM Procurement Services Kristofer Lopez Additional Reviewer Completed 09/12/2018 4:06 PM Procurement Services Sandra Herrera Additional Reviewer Completed 09/12/2018 5:03 PM Procurement Services Swainson Hall Additional Reviewer Completed 09/13/2018 11:05 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/13/2018 5:35 PM Growth Management Department Gail Hambright Deputy Department Head Review Skipped 09/11/2018 2:27 PM Growth Management Department Jeanne Marcella Department Head Review Completed 09/17/2018 3:01 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/17/2018 3:18 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/17/2018 3:42 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/17/2018 4:47 PM County Attorney's Office Emily Pepin CAO Preview Completed 09/17/2018 5:05 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 09/18/2018 8:37 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/18/2018 10:11 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.A.16 Packet Pg. 949 16.A.16.a Packet Pg. 950 Attachment: 18-7375 NORA (6667 : Labratory services Bid) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR LABORATORY SERVICES SOLICITATION NO.: 18-7375 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.16.b Packet Pg. 951 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 18-7375 PROJECT TITLE: Laboratory Services LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Growth Management Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P roposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $125,000 annually; however this may not be indicative of future buying patterns. SCOPE OF WORK 1. Laboratories (Vendor) must maintain certification through the contract term by the Florida Department of Health (FDOH) Environmental Laboratory Certification Program and also maintain accreditation through the Nelac Institute (TNI). 2. Vendor must supply sample kits within 48 hours of request which contain properly pre-cleaned/pre-preserved/pre-labeled (or required preservatives in a separate container) sample containers (tightly sealed), coolers, electronic chain of custodies, shipping account info/packing lips or QC samples. 3. All Drinking Water analytical results must be on, or accompanied by, signed "Public Drinking Water Analysis Reporting Forms." All reporting forms shall be current FDEP approved forms. 4. All laboratory analytical reports must comply with 62-160, Florida Administrative Code (F.A.C.). 5. Wastewater samples should be analyzed using the approved methods listed in 40 CFR 136. Also, in accordance with Rule 62-4.246, F.A.C., the control authority must ensure approved analytical methods that are used achieve an appropriate method detection limit (MDL) and practical quantitation limit (PQL) for determining compliance with parameter lim its. Accordingly, industrial users and control authorities should refer to the table located at ftp://ftp.dep.state.fl.us/pub/labs/assessment/guidance/mdlpql.pdf to determine the correct analytical method, and appropriate MDL and PQL, for each pollutant. To ensure that the contracted laboratory can meet the necessary MDLs and PQLs, the control authority should consider requesting the documentation to support their claims for MDLs and PQLs. 6. All analytical methods must utilize appropriate method MDLs and PQLs for determining compliance with the parameter limits. Minimum value of MDLs) must meet appropriate criteria for application. 7. Samples shall not be diluted to produce a result that is below detection limit at an elevated level of detection. 8. Provide reports in any of the following formats: Automated Data Processing Tool (ADaPT), Watershed Information Network (WIN), Excel and pdf. Multiple formats may be required, depending on the project. a. ADaPT deliverables must include Electronic Data Deliverable (EDD), Error log, Lab Receipt Deliverable (LRD) and libraries. b. EDD must have no critical errors, if critical errors are present data provider must revise EDD. 16.A.16.b Packet Pg. 952 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) 9. All results reported to the individual Collier County section must include the program/project na me, the County's ID number, Station, Name of the Parameter, the EPA Storet #, Detection Limits, Preservative(s) used, the date collected/received, date analysis performed, and analyst name, and method used. 10. Results for samples that have multiple parameters shall be listed on one report sheet. Results for samples with a single parameter can be combined in table form. 11. The Vendor must notify the applicable Collier County section within 24 hours of receipt if analysis cannot be performed, (i.e., loss of certification, broken bottles, samples received beyond acceptable holding times, malfunctioning instrumentation/equipment, etc.). 12. A telephone number of the lab director or responsible person must be provided so that the County can make arrangements for special circumstances (i.e. after normal working hours, weekends, etc.). 13. The Vendor may subcontract a portion of the analysis to other facilities, (i.e. DNA). The other facilities are subject to the same requirements in this contract. The contracted lab must be responsible for the cost of all packing and shipping of samples and containers that will be sent to other laboratories for subsequent analysis. 14. The County shall not be charged a sample disposal fee. 15. The Vendor must notify the applicable Collier County sections within 24 hours of analysis if a result exceeds a drinking water Maximum Contaminant Level (MCL). 16. All drinking water samples shall be analyzed using only approved drinking water methods per 40 Code of Federal Regulations(C.F.R.) §§141.21, 141.23, 141.24, 141.25, 141.27, 141.74, 141.89, 141.131, 141.402, 141.704, 141.852, and 143.4 and Appendix A to 40 C.F.R. Part 141, Subpart C. 17. Invoicing for projects must clearly identify the applicable Collier County Section considering this contract will serve multiple sections. 18. Results sent to the appropriate Collier County Department must be signed by the QA/QC officer or his/her representative of the company verifying the authenticity of the analyses. 19. The Vendor must complete all Chain of Custody forms as appropriate and return the original completed forms to appropriate Collier County Department. 20. For all analyses, results should be reported within the linear range and below the highest calibration standard. 21. Data qualifiers shall follow 62 -160 F.A.C. 22. A FDOH analyte sheet for all certified parameters must accompany each proposal submitted. 23. Quarterly onsite meetings with the Vendor’s project manager shall be held at the County’s request, at no additional cost. 24. The Vendor shall provide training for County staff for the Vendor’s reporting system(s). 25. The Vendor shall provide courier service at no additional cost for short hold projects. 26. The Vendor shall provide right of entry, inspection, and audit of the Vendor’s laboratory and Collier County samples during normal business hours. The list of parameters stated on the following pages is for proposers’ informational purposes only and no guarantee is given or implied that this is an exact schedule of required services during the contract period. It should be understood by proposers that they do not have to be certified for every parameter or matrix list ed below to submit a proposal. Ability to analyze all parameters can be achieved by subcontract if the resulting data fall within the above requirements. TABLE 1 All 15 metals and 47 volatile organic compounds listed in 40 CFR, Part 258, Appendix I. (Table 2) All 213 metals, volatile organics, toxins, etc. listed in 40 CFR, Part 258, Appendix II. (Table 3) 1,1,1-Trichloroethane 1,1,2-Trichloroethane 1,1-Dichloroethane 1,1-Dichloroethene 1,2,4-Trichlorobenzene 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane 1,2-Dichlorobenzene 1,2-Dichloroethane 1,2-Dichloroethane-d4 1,2-Dichloropropane 16.A.16.b Packet Pg. 953 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) 1,3-Dimethyl-2-nitrobenzene 1,4-Dichlorobenzene 2,3,7,8-TCDD 2,4,5-TP (Silvex) 2,4,8-Trichlorophenol 2-Chlorophenol 4,4'-DDD 4,4'-DDE 4,4'-DDT 4-Bromofluorobenzene A-BHC A-CHLORDANE ALACHLOR ALDICARB Aldrin Alkalinity Aluminum Ammonia Nitrogen as N Anthracene Antimony Arsenic Asbestos as per FAC 62-550 ASPON ATRAZINE AZINPHOS ETHYL AZINPHOS METHYL Bacteriological quality of lab pure water Barium B-BHC Benzene Benzo(a)pyrene Bicarbonate Biochemical Oxygen Demand (5 day) bis(2-Ethylhexyl)adipate bis(2-Ethylhexyl)phthalate BOLSTAR Bromodichloromethane Bromoform Butylbenzylphthalate Cadmium Calcium Carbaryl Carbofuran Carbon Tetrachloride Carbonate 16.A.16.b Packet Pg. 954 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) CARBOPHENOTHION Chemical Oxygen Demand Chlordane CHLORFENVINPHOS Chloride Chlorobenzene Chloroethane Chloroform Chlorophyll a CHLORPYRIFOS Chromium cis-1,2-Dichloroethene Color Copper Copper as per FAC 62-550,551 COUMAPHOS CROTOXYPHOS Cryptosporidium Cyanide Dalapon D-BHC DEMETON-O DEMETON-S DIAZINON Dibromochloromethane Dibromofluoromethane Dicamba DICHLOFENTHION DICHLORVOS DICROTOPHOS Dieldrin Diethylphthalate DIMETHOATE Dimethylphthalate Dinoseb DIOXATHION Dioxin Screen Diquat Dissolved Oxygen DISULFOTON DNA Species identification ENDOSULFAN I ENDOSULFAN II ENDOSULFAN SULFATE Endothall 16.A.16.b Packet Pg. 955 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) Endrin ENDRIN ALDEHYDE ENDRIN KETONE EPA Priority Pollutant Metals EPA Priority Pollutant S (EPA 625/608) EPA Priority Pollutant VOCs (EPA 624) EPN ETHION Ethylbenzene Ethylene Dibromide FAMPHUR Fecal Coliform MF Fecal Streptococcus FENITROTHION FENSULFOTHION FENTHION Fluoride Fluoride as per FAC 62-550 Foaming Agent FONOPHOS G-BHC G-CHLORDANE Giardia Glyphosate Grease and Oil Gross Alpha Excl./Radon & Uranium Unregulated Contaminant Monitoring Rule I(Table 4) Unregulated Contaminant Monitoring Rule II(Table 4) Unregulated Contaminant Monitoring Rule III(Table 4) Unregulated Contaminant Monitoring Rule IV (Table 4) Hardness Heavy Metals (Cd, Cr, Pb, Cu, Ni, Zn) lab pure water HEPTACHLOR HEPTACHLOR EPOXIDE Herbicides Ignitabiliy – TCLP Solid Matrix Inorganics as per FAC 62-550 Iron Lead Lead as per FAC 62-550,551 LEPTOPHOS Lindane Magnesium MALATHION Manganese 16.A.16.b Packet Pg. 956 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) Mercury MERPHOS Methiocarb Methomyl Methoxychlor METHYL CHLORPYRIFOS METHYL PARATHION Methylene Chloride MEVINPHOS Molybdenum MONOCROTOPHOS NALED Naphthalene Nickel Nitrate & Nitrite as per FAC 62-550 Nitrate + Nitrite Nitrate Nit. N03 as N Nitrite Nit. N02 as N Ortho Phosphorus (0-P04 as P) Oxamyl Oxyfluorfen PARATHION Parathion ethyl Parathion methyl PCB-1016 PCB-1221 PCB-1232 PCB-1242 PCB-1248 PCB-1254 PCB-1260 p-Dichlorobenzene PFAS Compounds Pentachlorophenol Perylene-d12 Pesticides & PCB’s as per FAC 62-550 pH Phaeophytin Phenanthrene Phenol PHORATE PHOSMET PHOSPHAMIDON Picloram Potassium 16.A.16.b Packet Pg. 957 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) Propoxur Radionuclides (gross alpha) as per FAC 62-550 Radium 226 & 228 as per FAC 62,550 Radium-226 Reactivity Corrosivity RONNEL Secondary Contaminants as per FAC 62-550 Selenium Silicate as Si Silver SIMAZINE Sodium Soluble Orthophosphate Specific Conductance STIROFOS Styrene Sucralose Sulfate Sulfide SULFOTEPP TERBUFOS Tetrachloroethane Tetrachloroethene TETRAETHYL PYROPHOSPHATE Thallium THIONAZIN Tin TOKUTHION Toluene Toluene-d8 Total Coliform MF Total Dis. Solids Total Kjeldahl Nitrogen Total Nitrogen Total Organic Carbon Total Phenolics Total Phosphorus Total Solids Total Sus. Solids Total Trihalomethanes Toxaphene trans-1,2-Dichloroethene Trichloroethylene Trichloroethene TRICHLOROFON 16.A.16.b Packet Pg. 958 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) TRICHLORONATE Trihalomethane’s as per FAC 62-550 Trihalomethanes Trihalomethanes- Total Triphenyl phosphate Turbidity Vanadium Vinyl Chloride Volatile Organic Compounds as per FAC 62-550 Volatile Solids Xylenes- Total Zinc Parameters listed in FAC 62-780 Tables B-F Table 2 Inorganic Constituents (1) Antimony (2) Arsenic (3) Barium (4) Beryllium (5) Cadmium (6) Chromium (7) Cobalt (8) Copper (9) Lead (10) Nickel (11) Selenium (12) Silver (13) Thallium (14) Vanadium (15) Zinc Organic Constituents (16) Acetone (17) Acrylonitrile (18) Benzene (19) Bromochloromethane (20) Bromodichloromethane (21) Bromoform; Tribromomethane (22) Carbon disulfide (23) Carbon tetrachloride (24) Chlorobenzene (25) Chloroethane; Ethyl chloride (26) Chloroform; Trichloromethane (27) Dibromochloromethane; Chlorodibromomethane (28) 1,2-Dibromo-3-chloropropane; DBCP (29) 1,2-Dibromoethane; Ethylene dibromide; EDB (30) o-Dichlorobenzene; 1,2-Dichlorobenzene (31) p-Dichlorobenzene; 1,4-Dichlorobenzene (32) trans-1, 4-Dichloro-2-butene (33) 1,1-Dichlorethane; Ethylidene chloride (34) 1,2-Dichlorethane; Ethylene dichloride (35) 1,1-Dichloroethylene; 1,1-Dichloroethene; Vinylidene chloride (36) cis-1,2-Dichloroethylene; cis-1,2-Dichloroethene (37) trans-1, 2-Dichloroethylene; trans-1,2-Dichloroethene 16.A.16.b Packet Pg. 959 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) (38) 1,2-Dichloropropane; Propylene dichloride (39) cis-1,3-Dichloropropene (40) trans-1,3-Dichloropropene (41) Ethylbenzene (42) 2-Hexanone; Methyl butyl ketone (43) Methyl bromide; Bromomethane (44) Methyl chloride; Chloromethane (45) Methylene bromide; Dibromomethane (46) Methylene chloride; Dichloromethane (47) Methyl ethyl ketone; MEK; 2-Butanone (48) Methyl iodide; Idomethane (49) 4-Methyl-2-pentanone; Methyl isobutyl ketone (50) Styrene (51) 1,1,1,2-Tetrachloroethane (52) 1,1,2,2-Tetrachloroethane (53) Tetrachloroethylene; Tetrachloroethene; Perchloroethylene (54) Toluene (55) 1,1,1-Trichloroethane; Methylchloroform (56) 1,1,2-Trichloroethane (57) Trichloroethylene; Trichloroethene (58) Trichlorofluoromethane; CFC-11 (59) 1,2,3-Trichloropropane (60) Vinyl acetate (61) Vinyl chloride (62) Xylenes Table 3 Common name Chemical abstracts service index name Acenaphthene Acenaphthylene, 1,2-dihydro- Acenaphthylene Acenaphthylene Acetone 2-Propanone Acetonitrile; Methyl cyanide Acetonitrile Acetophenone Ethanone, 1-phenyl- 2-Acetylaminofluorene; 2-AAF Acetamide, N-9H-fluoren-2-yl- Acrolein 2-Propenal Acrylonitrile 2-Propenenitrile Aldrin 1,4:5,8-Dimethanonaphthalene, 1,2,3,4,10,10-hexachloro-1,4,4a,5,8,8a- hexahydro-(1,4,4a,5,8,8a)- Allyl chloride 1-Propene, 3-chloro- 4-Aminobiphenyl [1,1′-Biphenyl]-4-amine Anthracene Anthracene Antimony Antimony Arsenic Arsenic Barium Barium Benzene Benzene Benzo[a]anthracene; Benzanthracene Benz[a]anthracene Benzo[b]fluoranthene Benz[e]acephenanthrylene Benzo[k]fluoranthene Benzo[k]fluoranthene Benzo[ghi]perylene Benzo[ghi]perylene Benzo[a]pyrene Benzo[a]pyrene 16.A.16.b Packet Pg. 960 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) Benzyl alcohol Benzenemethanol Beryllium Beryllium alpha-BHC Cyclohexane, 1,2,3,4,5,6-hexachloro-,(1α,2α,3β,4α,5β,6β)- beta-BHC Cyclohexane, 1,2,3,4,5,6-hexachloro-,(1α,2β,3α,4β,5α,6β)- delta-BHC Cyclohexane, 1,2,3,4,5,6-hexachloro-,(1α,2α,3α,4β,5α,6β)- gamma-BHC; Lindane Cyclohexane, 1,2,3,4,5,6- hexachloro-,(1α,2α, 3β, 4α,5α,6β)- Bis(2-chloroethoxy)methane Ethane, 1,1′-[methylenebis (oxy)]bis [2-chloro- Bis(2-chloroethyl)ether; Dichloroethyl ether Ethane, 1,1′-oxybis[2-chloro- Bis(2-chloro-1-methylethyl) ether; 2,2′- Dichlorodiisopropyl ether; DCIP, See footnote 4 Propane, 2,2′-oxybis[1-chloro- Bis(2-ethylhexyl) phthalate 1,2-Benzenedicarboxylic acid, bis(2-ethylhexyl)ester Bromochloromethane; Chlorobromethane Methane, bromochloro- Bromodichloromethane; Dibromochloromethane Methane, bromodichloro- Bromoform; Tribromomethane Methane, tribromo- 4-Bromophenyl phenyl ether Benzene, 1-bromo-4-phenoxy- Butyl benzyl phthalate; Benzyl butyl phthalate 1,2-Benzenedicarboxylic acid, butyl phenylmethyl ester Cadmium Cadmium Carbon disulfide Carbon disulfide Carbon tetrachloride Methane, tetrachloro- Chlordane 4,7-Methano-1H-indene, 1,2,4,5,6,7,8,8-octachloro-2,3,3a,4,7,7a- hexahydro- p-Chloroaniline Benzenamine, 4-chloro- Chlorobenzene Benzene, chloro- Chlorobenzilate Benzeneacetic acid, 4-chloro- -(4-chlorophenyl)- -hydroxy-, ethyl ester. p-Chloro-m-cresol; 4-Chloro-3-methylphenol Phenol, 4-chloro-3-methyl- Chloroethane; Ethyl chloride Ethane, chloro- Chloroform; Trichloromethane Methane, trichloro- 2-Chloronaphthalene Naphthalene, 2-chloro- 2-Chlorophenol Phenol, 2-chloro- 4-Chlorophenyl phenyl ether Benzene, 1-chloro-4-phenoxy- Chloroprene 1,3-Butadiene, 2-chloro- Chromium Chromium Chrysene Chrysene Cobalt Cobalt Copper Copper m-Cresol; 3-Methylphenol Phenol, 3-methyl- o-Cresol; 2-Methylphenol Phenol, 2-methyl- p-Cresol; 4-Methylphenol Phenol, 4-methyl- Cyanide Cyanide 2,4-D; 2,4-Dichlorophenoxyacetic acid Acetic acid, (2,4-dichlorophenoxy)- 4,4′-DDD Benzene 1,1′-(2,2-dichloroethylidene) bis[4-chloro- 4,4′-DDE Benzene, 1,1′-(dichloroethenylidene) bis[4-chloro- 4,4′-DDT Benzene, 1,1′-(2,2,2-trichloroethylidene) bis[4-chloro- Diallate Carbamothioic acid, bis(1-methylethyl)-, S- (2,3-dichloro-2-propenyl) ester. 16.A.16.b Packet Pg. 961 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) Dibenz[a,h]anthracene Dibenz[a,h]anthracene Dibenzofuran Dibenzofuran Dibromochloromethane; Chlorodibromomethane Methane, dibromochloro- 1,2-Dibromo-3-chloropropane; DBCP Propane, 1,2-dibromo-3-chloro- 1,2-Dibromoethane; Ethylene dibromide; EDB Ethane, 1,2-dibromo- Di-n-butyl phthalate 1,2-Benzenedicarboxylic acid, dibutyl ester o-Dichlorobenzene; 1,2-Dichlorobenzene Benzene, 1,2-dichloro- m-Dichlorobenzene; 1,3-Dichlorobenzene Benzene, 1,3-dichloro- p-Dichlorobenzene; 1,4-Dichlorobenzene Benzene, 1,4-dichloro- 3,3′-Dichlorobenzidine [1,1′-Biphenyl]-4,4′-diamine, 3,3′-dichloro- trans-1,4-Dichloro-2-butene 2-Butene, 1,4-dichloro-, (E)- Dichlorodifluoromethane; CFC 12 Methane, dichlorodifluoro- 1,1-Dichloroethane; Ethyldidene chloride Ethane, 1,1-dichloro- 1,2-Dichloroethane; Ethylene dichloride Ethane, 1,2-dichloro- 1,1-Dichloroethylene; 1,1-Dichloroethene; Ethene, 1,1-dichloro- Vinylidene chloride cis-1,2-Dichloroethylene; cis- 1,2-Dichloroethene Ethene, 1,2-dichloro-(Z)- trans-1,2-Dichloroethylene; trans-1,2- Dichloroethene Ethene, 1,2-dichloro-, (E)- 2,4-Dichlorophenol Phenol, 2,4-dichloro- 2,6-Dichlorophenol Phenol, 2,6-dichloro- 1,2-Dichloropropane Propane, 1,2-dichloro- 1,3-Dichloropropane; Trimethylene dichloride Propane, 1,3-dichloro- 2,2-Dichloropropane; Isopropylidene chloride Propane, 2,2-dichloro- 1,1-Dichloropropene 1-Propene, 1,1-dichloro- cis-1,3-Dichloropropene 1-Propene, 1,3-dichloro-, (Z)- trans-1,3-Dichloropropene 1-Propene, 1,3-dichloro-, (E)- Dieldrin 2,7:3,6-Dimethanonaphth [2,3-b]oxirene, 3,4,5,6,9,9-hexachloro- 1a,2,2a,3,6,6a,7,7a-octahydro-, (1aα,2β,2aα,3β,6β,6aα,7β,7aα)- Diethyl phthalate 1,2-Benzenedicarboxylic acid, diethyl ester O,O-Diethyl O-2-pyrazinyl phosphorothioate; Thionazin Phosphorothioic acid, O,O-diethyl O-pyrazinyl ester. Dimethoate Phosphorodithioic acid, O,O-dimethyl S-[2-(methylamino)-2-oxoethyl] ester p-(Dimethylamino)azobenzene Benzenamine, N,N-dimethyl-4-(phenylazo)- 7,12-Dimethylbenz[a]anthracene Benz[a]anthracene, 7,12-dimethyl- 3,3′-Dimethylbenzidine [1,1′-Biphenyl]-4,4′-diamine, 3,3′-dimethyl- alpha, alpha-Dimethylphenethylamine Benzeneethanamine, α,α-dimethyl- 2,4-Dimethylphenol; m-Xylenol Phenol, 2,4-dimethyl- Dimethyl phthalate 1,2-Benzenedicarboxylic acid, dimethyl ester m-Dinitrobenzene Benzene, 1,3-dinitro- 4,6-Dinitro-o-cresol; 4,6-Dinitro-2-methylphenol Phenol, 2-methyl-4,6-dinitro- 2,4-Dinitrophenol Phenol, 2,4-dinitro- 2,4-Dinitrotoluene Benzene, 1-methyl-2,4-dinitro- 2,6-Dinitrotoluene Benzene, 2-methyl-1,3-dinitro- Dinoseb; DNBP; 2-sec-Butyl-4,6-dinitrophenol Phenol, 2-(1-methylpropyl)-4,6-dinitro- Di-n-octyl phthalate 1,2-Benzenedicarboxylic acid, dioctyl ester Diphenylamine Benzenamine, N-phenyl- 16.A.16.b Packet Pg. 962 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) Disulfoton Phosphorodithioic acid, O,O-diethyl S-[2- (ethylthio)ethyl] ester Endosulfan I 6,9-Methano-2,4,3-benzodiox-athiepin, 6,7,8,9,10,10-hexachloro- 1,5,5a,6,9,9a-hexahydro-, 3-oxide, Endosulfan II 6,9-Methano-2,4,3-benzodioxathiepin, 6,7,8,9,10,10-hexachloro- 1,5,5a,6,9,9a-hexahydro-, 3-oxide, (3α,5aα,6β,9β, 9aα)- Endosulfan sulfate 6,9-Methano-2,4,3-benzodioxathiepin, 6,7,8,9,10,10-hexachloro- 1,5,5a,6,9,9a-hexahydro-, 3,3-dioxide Endrin 2,7:3,6-Dimethanonaphth[2,3-b]oxirene, 3,4,5,6,9,9-hexachloro- 1a,2,2a,3,6,6a,7,7a-octahydro-, (1aα, 2β,2aβ, 3α,6α,6aβ,7β,7aα)- Endrin aldehyde 1,2,4-Methenocyclo-penta[cd]pentalene-5-carboxaldehyde,2,2a,3,3,4,7- hexachlorodecahydro- (1α,2β,2aβ,4β,4aβ,5β,6aβ,6bβ,7R*)- Ethylbenzene Benzene, ethyl- Ethyl methacrylate 2-Propenoic acid, 2-methyl-, ethyl ester Ethyl methanesulfonate Methanesulfonic acid, ethyl ester Famphur Phosphorothioic acid, O-[4-[(dimethylamino)sulfonyl]phenyl]-O,O- dimethyl ester Fluoranthene Fluoranthene Fluorene 9H-Fluorene Heptachlor 4,7-Methano-1H-indene,1,4,5,6,7,8,8-heptachloro-3a,4,7,7a-tetrahydro- Heptachlor epoxide 2,5-Methano-2H-indeno[1,2-b]oxirene, 2,3,4,5,6,7,7-heptachloro-1a,1b,5,5a,6,6a,-hexahydro- ,(1aα,1bβ,2α,5α,5aβ,6β,6aα) Hexachlorobenzene Benzene, hexachloro- Hexachlorobutadiene 1,3-Butadiene, 1,1,2,3,4,4-hexachloro- Hexachlorocyclopentadiene 1,3-Cyclopentadiene, 1,2,3,4,5,5-hexachloro- Hexachloroethane Ethane, hexachloro- Hexachloropropene 1-Propene, 1,1,2,3,3,3-hexachloro- 2-Hexanone; Methyl butyl ketone 2-Hexanone Indeno(1,2,3-cd)pyrene Indeno[1,2,3-cd]pyrene Isobutyl alcohol 1-Propanol, 2-methyl- Isodrin 1,4,5,8-Dimethanonaphthalene,1,2,3,4,1 0,10-hexachloro-1,4,4a,5,8,8a hexahydro-(1α, 4α, 4aβ,5β,8β,8aβ)- Isophorone 2-Cyclohexen-1-one, 3,5,5-trimethyl- Isosafrole 1,3-Benzodioxole, 5-(1-propenyl)- Kepone 1,3,4-Metheno-2H-cyclobuta-[cd]pentalen-2-one, 1,1a,3,3a,4,5,5,5a,5b,6- decachlorooctahydro- Lead Lead Mercury Mercury Methacrylonitrile 2-Propenenitrile, 2-methyl- Methapyrilene 1,2,Ethanediamine, N,N-dimethyl-N′-2-pyridinyl-N′-(2-thienylmethyl)- Methoxychlor Benzene, 1,1′-(2,2,2,trichloroethylidene)bis [4-methoxy- Methyl bromide; Bromomethane Methane, bromo- Methyl chloride; Chloromethane Methane, chloro- 3-Methylcholanthrene Benz[j]aceanthrylene, 1,2-dihydro-3-methyl- Methyl ethyl ketone; MEK; 2-Butanone 2-Butanone Methyl iodide; Iodomethane Methane, iodo- Methyl methacrylate 2-Propenoic acid, 2-methyl-, methyl ester Methyl methanesulfonate Methanesulfonic acid, methyl ester 16.A.16.b Packet Pg. 963 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) 2-Methylnaphthalene Naphthalene, 2-methyl- Methyl parathion; Parathion methyl Phosphorothioic acid, O,O-dimethyl 4-Methyl-2-pentanone; Methyl isobutyl ketone 2-Pentanone, 4-methyl- Methylene bromide; Dibromomethane Methane, dibromo- Methylene chloride; Dichloromethane Methane, dichloro- Naphthalene Naphthalene 1,4-Naphthoquinone 1,4-Naphthalenedione 1-Naphthylamine 1-Naphthalenamine 2-Naphthylamine 2-Naphthalenamine Nickel Nickel o-Nitroaniline; 2-Nitroaniline Benzenamine, 2-nitro- m-Nitroaniline; 3-Nitroaniline Benzenamine, 3-nitro- p-Nitroaniline; 4-Nitroaniline Benzenamine, 4-nitro- Nitrobenzene Benzene, nitro- o-Nitrophenol; 2-Nitrophenol Phenol, 2-nitro- p-Nitrophenol; 4-Nitrophenol Phenol, 4-nitro- N-Nitrosodi-n-butylamine 1-Butanamine, N-butyl-N-nitroso- N-Nitrosodiethylamine Ethanamine, N-ethyl-N-nitroso- N-Nitrosodimethylamine Methanamine, N-methyl-N-nitroso- N-Nitrosodiphenylamine Benzenamine, N-nitroso-N-phenyl- N-Nitrosodipropylamine; N-Nitroso-N- dipropylamine; Di-n-propylnitrosamine 1-Propanamine, N-nitroso-N-propyl- N-Nitrosomethylethalamine Ethanamine, N-methyl-N-nitroso- N-Nitrosopiperidine Piperidine, 1-nitroso- N-Nitrosopyrrolidine Pyrrolidine, 1-nitroso- 5-Nitro-o-toluidine Benzenamine, 2-methyl-5-nitro- Parathion Phosphorothioic acid, O,O-diethyl-O-(4-nitrophenyl) ester Pentachlorobenzene Benzene, pentachloro- Pentachloronitrobenzene Benzene, pentachloronitro- Pentachlorophenol Phenol, pentachloro- Phenacetin Acetamide, N-(4-ethoxyphenyl) Phenanthrene Phenanthrene Phenol Phenol p-Phenylenediamine 1,4-Benzenediamine Phorate Phosphorodithioic acid, O,O-diethyl S- [(ethylthio)methyl] ester Polychlorinated biphenyls; PCBs 1,1′-Biphenyl, chloro derivatives Pronamide Benzamide, 3,5-dichloro-N-(1,1-dimethyl-2-propynyl)- Propionitrile; Ethyl cyanide Propanenitrile Pyrene Pyrene Safrole 1,3-Benzodioxole, 5-(2- propenyl)- Selenium Selenium Silver Silver Silvex; 2,4,5-TP Propanoic acid, 2-(2,4,5- trichlorophenoxy)- Styrene Benzene, ethenyl- Sulfide Sulfide 2,4,5-T; 2,4,5-Trichlorophenoxyacetic acid Acetic acid, (2,4,5- trichlorophenoxy)- 2,3,7,8-TCDD; 2,3,7,8-Tetrachlorodibenzo- p- dioxin Dibenzo[b,e][1,4]dioxin, 2,3,7,8-tetrachloro- 16.A.16.b Packet Pg. 964 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) 1,2,4,5-Tetrachlorobenzene Benzene, 1,2,4,5-tetrachloro- 1,1,1,2-Tetrachloroethane Ethane, 1,1,1,2-tetrachloro- 1,1,2,2-Tetrachloroethane Ethane, 1,1,2,2-tetrachloro- Tetrachloroethylene; Tetrachloroethene; Perchloroethylene Ethene, tetrachloro- 2,3,4,6-Tetrachlorophenol Phenol, 2,3,4,6-tetrachloro- Thallium Thallium Tin Tin Toluene Benzene, methyl- o-Toluidine Benzenamine, 2-methyl- Toxaphene Toxaphene 1,2,4-Trichlorobenzene Benzene, 1,2,4-trichloro- 1,1,1-Trichloroethane; Methylchloroform Ethane, 1,1,1-trichloro- 1,1,2-Trichloroethane Ethane, 1,1,2-trichloro- Trichloroethylene; Trichloroethene Ethene, trichloro- Trichlorofluoromethane; CFC-11 Methane, trichlorofluoro- 2,4,5-Trichlorophenol Phenol, 2,4,5-trichloro- 2,4,6-Trichlorophenol Phenol, 2,4,6-trichloro- 1,2,3-Trichloropropane Propane, 1,2,3-trichloro- O,O,O-Triethyl phosphorothioate Phosphorothioic acid, O,O,O-triethyl ester sym-Trinitrobenzene Benzene, 1,3,5-trinitro- Vanadium Vanadium Vinyl acetate Acetic acid, ethenyl ester Vinyl chloride; Chloroethene Ethene, chloro- Xylene (total) Benzene, dimethyl- Zinc Zinc Table 4 UCMR 1 UCMR 2 UCMR 3 UCMR 4 2,4-dinitrotoluene Dimethoate 1,2,3-trichloropropane total microcystin 2,6-dinitrotoluene Terbufos sulfone 1,3-butadiene microcystin-LA Acetochlor 2,2',4,4'-tetrabromodiphenyl ether (BDE-47) chloromethane (methyl chloride) microcystin-LF DCPA mono-acid degradate 2,2',4,4',5-pentabromodiphenyl ether (BDE-99) 1,1-dichloroethane microcystin-LR DCPA di-acid degradate 2,2',4,4',5,5'-hexabromobiphenyl (HBB) bromomethane (methyl bromide) microcystin-LY 4,4'-DDE 2,2',4,4',5,5'-hexabromodiphenyl ether (BDE-153) chlorodifluoromethane (HCFC-22) microcystin-RR EPTC 2,2',4,4',6-pentabromodiphenyl ether (BDE-100) bromochloromethane (halon 1011) microcystin-YR Molinate 1,3-dinitrobenzene 1,4-dioxane nodularin MTBE 2,4,6-trinitrotoluene (TNT) vanadium anatoxin-a Nitrobenzene Hexahydro-1,3,5-trinitro-1,3,5- triazine molybdenum cylindrospermopsin Perchlorate Acetochlor cobalt germanium Terbacil Alachlor strontium manganese 1,2-diphenylhydrazine Metolachlor chromium3 alpha- hexachlorocyclohexane 2-methyl-phenol Acetochlor ethane sulfonic acid (ESA) chromium-6 chlorpyrifos 2,4-dichlorophenol Acetochlor oxanilic acid (OA) chlorate dimethipin 16.A.16.b Packet Pg. 965 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) 2,4-dinitrophenol Alachlor ethane sulfonic acid (ESA) perfluorooctanesulfonic acid (PFOS) ethoprop 2,4,6-trichlorophenol Alachlor oxanilic acid (OA) perfluorooctanoic acid (PFOA) oxyfluorfen Diazinon Metolachlor ethane sulfonic acid (ESA) perfluorononanoic acid (PFNA) profenofos Disulfoton Metolachlor oxanilic acid (OA) perfluorohexanesulfonic acid (PFHxS) tebuconazole Diuron N-nitroso-diethylamine (NDEA) perfluoroheptanoic acid (PFHpA) total permethrin (cis- & trans-) Fonofos N-nitroso-dimethylamine (NDMA) perfluorobutanesulfonic acid (PFBS) tribufos Linuron N-nitroso-di-n-butylamine (NDBA) HAA5 Nitrobenzene N-nitroso-di-n-propylamine (NDPA) HAA6Br Prometon N-nitroso-methylethylamine (NMEA) HAA9 Terbufos N-nitroso-pyrrolidine (NPYR) 1-butanol Aeromonas 2-methoxyethanol 2-propen-1-ol total organic carbon (TOC) bromide TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years, with two (2) one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Section 5.0 Grading Criteri a for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and sc ope of services submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 16.A.16.b Packet Pg. 966 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Business Plan 5 Points 3. Cost of Services to the County 25 Points 4. Experience and Capacity of the Firm, Including Sub-vendors by Relevant Parameters 30 Points 5. Specialized Expertise of Team Members 10 Points 6. Local Vendor Preference 10 Points 7. Ability to Process most Parameters in House 10 Points 8. Reporting Formats 5 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: BUSINESS PLAN (5 Total Points Available) In this tab, include at a minimum a detailed plan of approach. EVALUATION CRITERIA NO. 3: COST OF SERVICES TO THE COUNTY (25 Total Points Available) In this tab, include at a minimum a table with a price per parameter listed in Tables 1, 2, 3, and 4; a industry standard group price if applicable; and a total price. If there is a cost difference between environmental and drinking water costs, please specify each. Please provide the price table in Excel too. EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM INCLUDING SUB- VENDORS BY RELEVANT PARAMETER (30 Total Points Available) In this tab, include at a minimum: • Provide information that documents you and your sub-vendor’s qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Copy of NELAC certification. • MDLs for all parameters-this should be listed on cost table. • Methods for each parameter-this should be listed on cost table. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during which period of time, eg. 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B – Form 8. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. 16.A.16.b Packet Pg. 967 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (10 Total Points Available) In this tab, include at a minimum: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. • Submit name, contact information, and number of anticipated dedicated hours for the proposed project manager. EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector for at least one (1) year prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs busi ness in an area zoned for the conduct of such business. EVALUATION CRITERIA NO. 7: ABILITY TO PROCESS MOST PARAMTERS IN HOUSE (10 Total Points Available) Please provide list of parameters that would require a sub-vendor. These should be highlighted on the submitted cost table. EVALUATION CRITERIA NO. 8: REPORTING FORMATS (5 Total Points Available) Provide example reports in the following formats: Automated Data Processing Tool (ADaPT), Watershed Information Network (WIN), Excel and pdf. Multiple formats may be required, depending on the project. ADaPT deliverables must include Electronic Data Deliverable (EDD), Error log, Lab Receipt Deliverable (LRD) and libraries. 16.A.16.b Packet Pg. 968 Attachment: 18-7375 Solicitation (6667 : Labratory services Bid) FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 18-7375 Laboratory Services THIS AGREEMENT, made and entered into on this day of 20_, by and between TestAmerica Laboratories, Inc . , authorized to do business in the State of Florida, whose business address is 6712 Benjamin Road, Suite 100, Tampa, Florida 33634 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): W I T N E S S E T H: 1. AGREEMENT TERM. The Agreement shall be for a three (.1_) year period, commencing [j] upon the date of Board approval D on and terminating on three (]_) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (_2_) additional one (_1_) year(s) periods . The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2 . COMMENCEMENT OF SERVICES . The Contractor shall commence the work upon issuance of a Iii Purchase Order D Notioe to Prooeed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of [j] Request for Proposal (RFP) D Invitation to Bid (1TB) D GtReF ( ) # 18-7375 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. [j] The Contractor shall also provide services in accordance with Exhibit A -Scope of Services attached hereto . Page 1 of 17 Fixed Term Se rvice Multi-Contractor Agreement 2017 .008 (Ver. I) 16.A.16.c Packet Pg. 969 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 Ill The procedure for obtaining Work under this Agreement is outlined in Exhibit A - Scope of Services attached hereto. ~ D The procedure for obtaining VVork under this Agreement is outlined in D Gth-ef Exhibit/1\ttachment: ----------------- &.-4 D The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4 .1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B-Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): D Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risl<s are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. D Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontraotors to perform the work (number of hours times hourly rate), and for materials and equipment used in the projeot (oost of materials plus the oontraotor's markup). This methodology is generally used in projeots in which it is not possible to accurately estimate the size of the projeot, or when it is expeoted that the projeot requirements would most likely ohange. As a general business praotioe, these oontraots inolude baol< up dooumentation of easts; invoices would inolude number of hours 'iNOFl<ed and billing rate by position (and not oompany (or suboontractor) timel<eeping or payroll reoords), material or equipment invoices, and other reimbursable dooumentation for the project. Ii] Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008 (Ver.I) 16.A.16.c Packet Pg. 970 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 D (checl~ if applicable) Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall be at the follov,ing rates: Lunch Dinner Airfare Rental car Lodging Reimbursable items other than travel expenses shall be limited to the following: telephone long distance charges, fax charges, photocopying charges and postage. Reimbursable items i.vill be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and e)(penses associated v;ith activities and solicitations undertal~en pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 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, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of17 Fixed Term Service Multi-Contractor Agreement 2017.008 (Ver.I) 16.A.16.c Packet Pg. 971 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.c Packet Pg. 972 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 9. NO IMPROPER USE. The Contractor will not use , nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted . In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10 . TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice . The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination . The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11 . NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin . 12 . INSURANCE. The Contractor shall provide insurance as follows : A [iJ Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily ln]ury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability . B. [iJ Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability . This shall include : Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership . C. [iJ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage $1,000,000 must include Employers' Liability with a minimum limit of for each accident. Page 5 of 17 Fi xed Term Service Multi-Contractor Agreement 20 17 .008 (Ver. I) IQ\. \_"t?) 16.A.16.c Packet Pg. 973 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) &-:-D Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for olaims arising out of the performanoe of professional servioes under this Agreement. Contracto r •.vaives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ each claim and aggregate . e:-D C'(ber Liability: Coverage shall have minimum limits of$ ~ 0 __________ : Coverage shall have minimum limits of$ etaffil:- per claim. per Special Requirements : Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County , OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by , or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions . Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the polic ies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13 . INDEMNIFICATION. To the maximum extent perm itted by Florida law, the Contractor shall defend , indemnify and hold harmless Collier County, its officers and employees from any and all liabil ities , damages , losses and costs, includ ing, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations , or from personal injury, property damage, direct or consequential damages, or economic loss , to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor 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 . Page 6 of 17 Fixed Term Serv ice M ulti-Contractor Agreeme nt 20 17 .008 (Ver. I) 16.A.16.c Packet Pg. 974 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 13 .1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify , and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party . The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations . 14 . AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Growth Management Department-Pollution Control Section 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either di rect or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services . 16 . COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts , all of which are as fully a part of the Agreement as if herein set out verbatim : Contractor's Proposal, Insurance Certificate(s), D Exhibit A Scope of Services , Exhibit B Fee Schedule, Ii] RFP/ 0 t+B/0 GtRef ----=----- # 18-7375 , including Exh ibits, Attachments and Addenda/Addendum, D subsequent quotes , and D Other Exhibit/Attaohment: _______________ _ 17 . APPLICABILITY. Sections corresponding to any checked box ( • ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners . 19 . PROHIBITION OF GIFTS TO COUNTY EMPLOYEES . 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 Ill, Florida Statutes, Collier County Ethics Ordinance No . 2004-05, as amended, and County Administrative Procedure 5311 . Violation of this provis ion 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 . immed iate termination of any Agreement held by the individual and/or firm for cause . 20 . COMPLIANCE WITH LAWS. By executing and entering into this Agreement , the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes , statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreemen t 20 17 .008 (Ver. I ) 16.A.16.c Packet Pg. 975 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) located at 8 U.S.C. 1324, et seq . and regulations relating thereto, as either may be amended; taxation , workers' compensation , equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119 , including specifically those contractual requirements at F.S . § 119.0701(2)(a)-(b) as stated as follows : IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to : 1. Keep and maintain public records required by the public agency to perform the service . 2 . Upon request from the public agency 's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided i n this chapter or as otherwise provided by law. 3 . Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency . 4. Upon completion of the contract , transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service . If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records . All records stored electronically must be provided to the public agency, upon request from the public agency 's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith , it shall promptly notify the County in writing . Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Te rm Se rv ice Mu lt i-Co ntractor Agree me nt 20 17.008 (Ve r. I ) 16.A.16.c Packet Pg. 976 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 21 . OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22 . PAYMENTS WITHHELD . The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections . The Contractor may nullify the whole or any part of any approval for payment previously issued and the Contractor may withhold any payments otherwise due Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims ; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents . If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. D CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the 'Nork. At the completion of the 'Nork, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24 . STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. Ii] WARRANTY . Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2017 .008 (Ver. I) 16.A.16.c Packet Pg. 977 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. D TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. [j] PROTECTION OF WORK. A Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTAL$ AND SUBSTITUTIONS. Any substitution of products/materials form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except Page 10 of17 Fixed Term Service Multi-Contractor Agreement 2017 .008 (Ver.]) 16.A.16.c Packet Pg. 978 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. D KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project shall be kno 111ledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contraster shall assign as many people as necessary to oomplete the servioes on a timely basis, and eaoh person assigned shall be available for an amount of time adequate to meet the required service dates. The Contraster shall not ohange Key Personnel unless the folloi.ving sonditions are met (1) Proposed replaoements have substantially the same or better qualifioations and/or experiense. (2) that the County is notified in writing as far in advanse as possible. The Contraster shall make sommersially reasonable efforts to notify Collier County within seven (7) days of the ohange. The County retains final approval of proposed replasement personnel. Page 11 of17 Fixed Term Service Multi-Contractor Agreement 2017.008 (Ver. I) 16.A.16.c Packet Pg. 979 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) [j] AGREEMENT STAFFING. The Contractor 's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise . The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services . 35 . [j] ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary , the Contract Documents shall take precedence. D ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or a m ong the terms of any of the Contract Documents andlor the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Cont ract Docum e nts , except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the mo re str ict or costly obligation under the Contract Documents upon the Contractor at County's discretion . 36 . ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does , with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37 . SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended . Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs . If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under th is Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records , including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below . All technicians shall have on their shirts the name of the contractor 's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov .net) whenever an employee assigned to Collier Page 12 of 17 Fixed Te rm Servi ce Mu lti -Contractor Agreemen t 20 17 .008 (Ver. I ) 16.A.16.c Packet Pg. 980 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38 . Iii 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 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 . 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 Contractor's work operations . This provision is non- negotiable by any division/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 Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of17 Fixed Term Service Multi-Contracto r Agreement 2017 .008 (Ver. I) 16.A.16.c Packet Pg. 981 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.c Packet Pg. 982 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Exhibit A Scope of Services [j] following this page (pages _1_ through~) D this exhibit is not applicable Page 15 of17 Fixed Term Service Multi-Contractor Agreement 2017.008 (Ver. I) 16.A.16.c Packet Pg. 983 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 18-7375 LABORATORY SERVICES SCOPE OF SERVICES TestAmerica Laboratories, Inc. shall be the Primary Contractor for this award. If Primary Contractor cannot provide the requested services within the timeframe and requirements specified by the requesting Division/Depattment, then Pace Analytical Services, LLC the Secondary Contractor, will be contacted. 1. Laboratories (Vendor) must maintain certification through the contract term by the Florida Department of Health (FDOH) Environmental Laboratory Certification Program and also maintain accreditation through the Nelac Institute (TNI). 2. Vendor must supply sample kits within 48 hours ofrequest which contain properly pre-cleaned/pre-preserved/pre- labeled ( or required preservatives in a separate container) sample containers (tightly sealed), coolers, electronic chain of custodies, shipping account info/packing lips or QC samples. 3. All Drinking Water analytical results must be on, or accompanied by, signed "Public Drinking Water Analysis Repmting Forms." All reporting forms shall be current FDEP approved forms. 4. All laboratory analytical reports must comply with 62-160, Florida Administrative Code (F .A.C.). 5. Wastewater samples should be analyzed using the approved methods listed in 40 CFR 136. Also, in accordance with Rule 62-4.246, F.A.C., the control authority must ensure approved analytical methods that are used achieve an appropriate method detection limit (MDL) and practical quantitation limit (PQL) for determining compliance with parameter limits. Accordingly, industrial users and control authorities should refer to the table located at ftp://ftp.dep.state.fl.us/pub/labs/assessment/guidance/mdlpql.pdfto determine the correct analytical method, and appropriate MDL and PQL, for each pollutant. To ensure that the contracted laboratory can meet the necessary MDLs and PQLs, the control authority should consider requesting the documentation to suppott their claims for MDLs and PQLs. 6. All analytical methods must utilize appropriate method MDLs and PQLs for determining compliance with the parameter limits. Minimum value ofMDLs) must meet appropriate criteria for application. 7. Samples shall not be diluted to produce a result that is below detection limit at an elevated level of detection. 8. Provide reports in any of the following formats: Automated Data Processing Tool (ADaPT), Watershed Information Network (WIN), Excel and pdf. Multiple formats may be required, depending on the project. a. ADaPT deliverables must include Electronic Data Deliverable (EDD), Error log, Lab Receipt Deliverable (LRD) and libraries. b. EDD must have no critical errors, if critical errors are present data provider must revise EDD. 9. All results repotted to the individual Collier County section must include the program/project name, the County's ID number, Station, Name of the Parameter, the EPA Storet #, Detection Limits, Preservative(s) used, the date collected/received, date analysis performed, and analyst name, and method used. 10. Results for samples that have multiple parameters shall be listed on one report sheet. Results for samples with a single parameter can be combined in table form. 11. The Vendor must notify the applicable Collier County section within 24 hours ofreceipt if analysis cannot be performed, (i.e., loss of certification, broken bottles, samples received beyond acceptable holding times, malfunctioning instrumentation/equipment, etc.). 12. A telephone number of the lab director or responsible person must be provided so that the County can make arrangements for special circumstances (i.e. after normal working hours, weekends, etc.). 13. The Vendor may subcontract a portion of the analysis to other facilities, (i.e. DNA). The other facilities are subject to the same requirements in this contract. The contracted lab must be responsible for the cost of all packing and shipping of samples and containers that will be sent to other laboratories for subsequent analysis. 14. The County shall not be charged a sample disposal fee. Pagelof15 16.A.16.c Packet Pg. 984 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 15. The Vendor must notify the applicable Collier County sections within 24 hours of analysis if a result exceeds a drinking water Maximum Contaminant Level (MCL). 16. All drinking water samples shall be analyzed using only approved drinking water methods per 40 Code of Federal Regulations(C.F.R.) §§141.21, 141.23, 141.24, 141.25, 141.27, 141.74, 141.89, 141.131, 141.402, 141.704, 141.852, and 143.4 and Appendix A to 40 C.F.R. Part 141, Subpatt C. 17. Invoicing for projects must clearly identify the applicable Collier County Section considering this contract will serve multiple sections. 18. Results sent to the appropriate Collier County Depaitment must be signed by the QA/QC officer or his/her representative of the company verifying the authenticity of the analyses. 19. The Vendor must complete all Chain of Custody forms as appropriate and return the original completed forms to appropriate Collier County Depmtment. 20. For all analyses, results should be repmted within the linear range and below the highest calibration standard. 21. Data qualifiers shall follow 62-160 F.A.C. 22. A FDOH analyte sheet for all certified parameters must accompany each proposal submitted. 23. Quarterly onsite meetings with the Vendor's project manager shall be held at the County's request, at no additional cost. 24. The Vendor shall provide training for County staff for the Vendor's reporting system(s). 25. The Vendor shall provide courier service at no additional cost for short hold projects. 26. The Vendor shall provide right of entry, inspection, and audit of the Vendor's laboratory and Collier County samples during normal business hours. The list of parameters stated on the following pages is for proposers' informational purposes only and no guarantee is given or implied that this is an exact schedule of required services during the contract period. It should be understood by proposers that they do not have to be certified for every parameter or matrix listed below to submit a proposal. Ability to analyze all parameters can be achieved by subcontract if the resulting data fall within the above requirements. TABLE I All 15 metals and 47 volatile organic compounds listed in 40 CFR, Part 258, Appendix I. (Table 2) All 213 metals, volatile organics, toxins, etc. listed in 40 CFR, Part 258, Appendix II. (Table 3) 1,1,1-Trichloroethane 1,1,2-Trichloroethane 1, 1-Dich loroeth an e 1,1-Dichloroethene 1,2,4-Trichlorobenzene 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane 1,2-Dichlorobenzene 1,2-Dichloroethane 1,2-Dich loroethane-d4 1,2-Dichloropropane 1,3-Dimethyl-2-nitrobenzene 1,4-Dichlorobenzene 2,3,7,8-TCDD 2,4,5-TP (Silvex) 2,4,8-Trichlorophenol 2-Chlorophenol 4,4'-DDD 4,4'-DDE Page2of15 16.A.16.c Packet Pg. 985 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 4,4'-DDT 4-Bromofluorobenzene A-BHC A-CHLORDANE ALACHLOR ALDICARB Aldrin Alkalinity Aluminum Ammonia Nitrogen as N Anthracene Antimony Arsenic Asbestos as per FAC 62-550 ASPON ATRAZINE AZINPHOS ETHYL AZINPHOS METHYL Bacteriological quality of lab pure water Barium B-BHC Benzene Benzo(a)pyrene Bicarbonate Biochemical Oxygen Demand (5 day) bis(2-Ethylhexyl)adipate bis(2-Ethylhexyl)phthalate BOLSTAR Bromodichloromethane Bromoform Butylbenzylphthalate Cadmium Calcium Carbary! Carbofuran Carbon Tetrachloride Carbonate CARBOPHENOTHION Chemical Oxygen Demand Chlordane CHLORFENVINPHOS Chloride Chlorobenzene Chloroethane Page 3 of 15 16.A.16.c Packet Pg. 986 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Chloroform Chlorophyll a CHLORPYRIFOS Chromium cis-1,2-Dich loroethen e Color Copper Copper as per FAC 62-550,551 COUMAPHOS CROTOXYPHOS Cryptosporidium Cyanide Dalapon D-BHC DEMETON -0 DEMETON-S DIAZINON Dibromochloromethane Dibromofluoromethane Dicamba DICHLOFENTHION DICHLORVOS DICROTOPHOS Dieldrin Diethylphthalate DIMETHOATE Dimethylphthalate Dinoseb DIOXATHION Dioxin Screen Diquat Dissolved Oxygen DISULFOTON DNA Species identification ENDOSULFAN I ENDOSULFAN II ENDOSULFAN SULFATE Endothall Endrin ENDRIN ALDEHYDE ENDRIN KETONE EPA Priority Pollutant Metals EPA Priority Pollutant S (EPA 625/608) EPA Priority Pollutant voes (EPA 624) Page 4 of 15 @ 16.A.16.c Packet Pg. 987 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) EPN ETHION Ethyl benzene Ethylene Dibromide FAMPHUR Fecal Coliform MF Fecal Streptococcus FENITROTHION FENSULFOTHION FENTHION Fluoride Fluoride as per FAC 62-550 Foaming Agent FONOPHOS G-BHC G-CHLORDANE Giardia Glyphosate Grease and Oil Gross Alpha Excl./Radon & Uranium Unregulated Contaminant Monitoring Rule l(Table 4) Unregulated Contaminant Monitoring Rule ll(Table 4) Unregulated Contaminant Monitori ng Rule lll(Table 4) Unregulated Contaminant Monitoring Rule IV (Table 4) Hardness Heavy Metals (Cd, Cr, Pb, Cu, Ni, Zn) lab pure water HEPTACHLOR HEPTACHLOR EPOXIDE Herbicides lgnitabiliy -TCLP Solid Matrix lnorganics as per FAC 62-550 Iron Lead Lead as per FAC 62-550,551 LEPTOPHOS Lindane Magnesium MALATHION Manganese Mercury MERPHOS Methiocarb Methomyl Methoxychlor METHYL CHLORPYRIFOS Page 5 of 15 @ 16.A.16.c Packet Pg. 988 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) METHYL PARATHION Methylene Chloride MEVINPHOS Molybdenum MONOCROTOPHOS NALED Naphthalene Nickel Nitrate & Nitrite as per FAC 62-550 Nitrate + Nitrite Nitrate Nit. N03 as N Nitrite Nit. N02 as N Ortho Phosphorus (O-P04 as P) Oxamyl Oxyfluorfen PARATHION Parathion ethyl Parathion methyl PCB-1016 PCB-1221 PCB-1232 PCB -1242 PCB-1248 PCB-1254 PCB-1260 p-Dichlorobenzene PFAS Compounds Penta ch lorophenol Perylene-d12 Pesticides & PCB 's as per FAC 62-550 pH Phaeophytin Phenanthrene Phenol PHORATE PHOSMET PHOSPHAMIDON Picloram Potassium Propoxur Radionuclides (gross alpha) as per FAC 62-550 Radium 226 & 228 as per FAC 62 ,550 Radium-226 Reactivity Corrosivity Page 6 of 15 ® 16.A.16.c Packet Pg. 989 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) RONNEL Secondary Contaminants as per FAC 62-550 Selenium Silicate as Si Silver SIMAZINE Sodium Soluble Orthophosphate Specific Conductance STIROFOS Styrene Sucralose Sulfate Sulfide SULFOTEPP TERBUFOS Tetrachloroethane Tetrachloroethene TETRAETHYLPYROPHOSPHATE Thallium THIONAZIN Tin TOKUTHION Toluene Toluene-dB Total Coliform MF Total Dis . Solids Total Kjeldahl Nitrogen Total Nitrogen Total Organic Carbon Total Phenolics Total Phosphorus Total Solids Total Sus. Solids Total Trihalomethanes Toxaphene trans-1, 2-Dich loroethene Trichloroethylene Trichloroethene TRICHLOROFON TRICHLORONATE Trihalomethane's as per FAC 62-550 Trihalomethanes Trihalomethanes-Total Page 7 of 15 ® 16.A.16.c Packet Pg. 990 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Triphenyl phosphate Turbidity Vanadium Vinyl Chloride Volatile Organic Compounds as per FAC 62-550 Volatile Solids Xylenes-Total Zinc Parameters listed in FAC 62-780 Tables B-F Table 2 Inonrnnic Constituents (I) Antimony (2) Arsenic (3) Barium (4) Beryllium (5) Cadmium (6) Chromium (7) Cobalt (8) Conner (9) Lead (10) Nickel (11) Selenium ( 12) Silver (13) Thallium (14) Vanadium (15) Zinc Or1rnnic Constituents ( 16) Acetone ( 17) Acrylonitrile ( 18) Benzene (19) Bromochloromethane (20) Bromodichloromethane (21) Bromoform; Tribromomethane (22) Carbon disulfide (23) Carbon tetrachloride (24) Chlorobenzene (25) Chloroethane; Ethyl chloride (26) Chloroform; Trichloromethane (27) Dibromochloromethane; Chlorodibromomethane (28) 1,2-D ibromo -3 -chloroorooane; DBCP (29) I 2-Dibromoethane; Ethylene dibromide; EDB (30) o-Dichlorobenzene; 1,2-Dichlorobenze ne (31) p-Dichlorobenzene · 1,4 -Dichlorobenzene (32) trans-I, 4-Dichloro-2-butene (33) I, 1-Dichloretha ne; Et hylid e ne chloride (34) 1,2-Dichlorethane; Ethylene dichloride (35) I, 1-Dichloroethylene; I, 1-Dichloroethene; Vinvlidene chloride (36) cis-1,2-Dichloroethvlene; cis-1,2-Dichloroethene (37) trans-I , 2-Dichloroethylene· trans-1 ,2 -Dichloroethene (38) 1,2 -Dichloropropane; Propylene dichloride (39) cis-1,3-Dichloroorooene ( 40) trans-1,3-Dichloroorooene ( 41) Ethylbenzene Page 8 of 15 ® 16.A.16.c Packet Pg. 991 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) ( 42) 2-Hexanone; Methyl butyl ketone (43) Methyl bromide; Bromomethane (44) Methyl chloride; Chloromethane (45) Methylene bromide; Dibromomethane (46) Methylene chloride· Dichloromethane (47) Methyl ethyl ketone; MEK; 2-Butanone (48) Methyl iodide; Idomethane (49) 4-Methyl-2-oentanone; Methyl isobutyl ketone (50) Styrene (51) I , I , 1,2 -Tetrachloroethane (52) I, 1,2 ,2-Tetrachloroethane (53) Tetrachloroethylene; Tetrachloroethene; Perchloroethylene (54) Toluene (55) I , I , I-Trichloroethane; Methylchloroform (56) I , 1,2 -Trichloroethane (57) Trichloroethylene; Trichloroethene (58) Trichlorofluoromethane; CFC-I I (59) 1,2,3-Trichloropropane (60) Vinyl acetate (61) Vinyl chloride (62) Xylenes Table 3 Common name Chemical abstracts service index name Acenaphthene Acenaphthylene, 1,2-dihydro- Acenaphthylene Acenaphthylene Acetone 2-Propanone Acetonitrile; Methyl cyanide Acetonitrile Acetophenone Ethanone, I-phenyl- 2-Acetylaminofluorene; 2-AAF Acetamide, N-9H-fluoren-2-yl- Acrolein 2-Propenal Acrylonitrile 2-Propenenitrile Aldrin 1,4:5 ,8-Dimethanonaphthalene, 1,2,3,4, I 0, I O-hexachloro-I ,4,4a,5,8,8a- he xa hydro-( J ,4,4a,5,8,8a)- Ally! chloride 1-Propene, 3-chloro- 4-Aminobiphenyl [l ,l '-Biphenyl]-4-amine Anthracene Anthracene Antimony Antimony Arsenic Arsenic Barium Barium Benzene Benzene Benzo[a]anthracene; Benzanthracene Benz[ a ]anthracene Benzo[b ]fluoranthene Benz[ e ]acephenanthrylene Benzo[k]fluoranthene Benzo[k ]fl uoranthene Benzo[ghi]perylene Ben zo [ghi]perylene Ben zo [a]pyrene Ben zo [a]pyrene Benzyl alcohol Benzenemethanol Beryllium Beryllium Page 9 of 15 @ 16.A.16.c Packet Pg. 992 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) alpha-BHC Cyclohexane, 1,2,3,4 ,5 ,6-hexachloro-,( I a,2a,3p,4a,5P,6P)- beta-BHC Cyclohexane, 1,2 ,3,4,5,6-hexachloro-,( I a,2P,3a,4p,5a,6p)- delta-BHC Cyclohexane, 1,2 ,3,4,5 ,6 -hexachloro-,(I a,2a,3a,4p,5a,6p)- gamma-BHC; Lindane Cyclohexane, 1,2 ,3,4,5,6-hexachloro-,( la,2a, 3P, 4a,5a,6P)- Bis(2-chloroethoxy)methane Ethane, l, l '-[methylenebis (oxy)]bis [2-chloro- Bis(2-chloroethyl)ether; Dichloroethyl ether Ethane, I , l '-oxybis[2-chloro- Bis(2-chloro-l-methylethyl) ether; 2 ,2'-Propane, 2,2'-oxybis[ 1-chloro- Dichlorodiisopropyl ether; DC IP , See footnote 4 Bis(2-ethylhexyl) phthalate 1,2 -Ben ze nedicarboxy lic acid , bis(2-ethylhexyl)ester Bromochloromethane; Chlorobromethane Methane, bromochloro- Bromodichlorometha ne; Dibromochloromethane Methane, bromodichloro- Bromoform; Tribromometha ne Methane, tribromo- 4-Bromophenyl ph e nyl ether Benzen e, 1-bromo-4-phenoxy - Butyl benzyl phthal ate ; Benzyl butyl phth a late 1,2-Benze nedicarboxylic acid, butyl phenylmethyl ester Cadmium Cadmium Carbon disulfide Carbon disulfide Carbon tetrachloride Meth a ne, tetrach loro- Chlordane 4 ,7-Methano-l H-indene, I ,2,4 ,5,6,7 ,8,8 -octachloro-2,3,3a,4 ,7 ,7a- hexahydro- p-Chloroa niline Benzenamine, 4-chloro- Chlorobenzene Benze ne, chloro- Chlorobenzilate Benzeneacetic acid , 4-chloro- -( 4-chlorophenyl)- -hydroxy-, ethyl ester. p-Chloro-m-creso l; 4-Chloro-3-methylphenol Phenol, 4 -chloro-3-methyl- Chloroethane; Ethyl chloride Ethane, chloro- Chloroform; Trichloromethane Methane, trichl oro- 2-Chloronaphthalene Naphthalene, 2-chloro- 2-Chlorophenol Phenol, 2-chloro- 4-Chlorophenyl phenyl ether Benzene, I -chloro-4-phenoxy- Chloroprene 1,3-Butadiene, 2-chloro- Chromium Chromium Chrysene Chrysene Cobalt Cobalt Copper Copper m-Cresol ; 3-Methylphenol Phenol , 3-methyl- o-Cresol; 2-Methylphenol Phenol , 2-methyl- p-Creso l; 4 -Methylphenol Phenol , 4-methyl- Cyanide Cyanide 2,4-D; 2,4-Dichlorophenoxyacetic acid Acetic ac id, (2,4-dichlorophenoxy)- 4,4'-DDD Benzene l , I '-(2,2-dichloroethylidene) bi s [4 -chloro- 4 ,4'-DDE Benzene, 1,1 '-(dichloroethenylidene) bis[ 4-chloro- 4,4'-DDT Benzene, l , l '-(2,2,2-trichloroethy lidene) bis[ 4-chloro- Diallate Carbamothioic acid, bis(l-m ethylethyl)-, S-(2,3-dichloro-2-propenyl) ester. Diben z [a ,h]anthrace ne Dibenz[ a,h ]anthracene Page IO of 15 ® 16.A.16.c Packet Pg. 993 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Dibenzofuran Dibenzofuran Dibromochloromethane; Chlorodibromomethane Methane, dibromochloro- 1,2-Dibromo-3-chloropropane; DBCP Propane, 1,2-dibromo-3-chloro- 1,2-Dibromoethane; Ethylene dibromide; EDB Ethane, 1,2-dibromo- Di-n-butyl phthalate 1,2-Benzenedicarboxylic acid, dibutyl ester o-Dichlorobenzene; 1,2-Dichlorobenzene Benzene, 1,2-dichloro- m-Dichlorobenzene; 1,3-Dichlorobenzene Benzene, 1,3-dichloro- p-Dichlo robenzene; 1,4-Dichlorobenzene Benzene, 1,4-dichloro- 3 ,3 '-Dichlorobenzidine [I, l '-Biphenyl]-4,4'-diamine, 3 ,3 '-dichloro- trans-1,4-Dichloro-2-butene 2-Butene, 1,4-dichloro-, (E)- Dichlorodifluoromethane; CFC 12 Methane, dichlorodifluoro- I, 1-Dichloroethane; Ethy ldidene chloride Ethane, I, 1-dichloro- 1,2-Dichloroethane; Ethy Jene dichloride Ethane, 1,2-dichloro- I, 1-Dichloroethylene; I, 1-Dichloroethene; Ethene, I, 1-dichloro- Vinylidene chloride cis-1,2-Dichloroethylene; cis-.Ethene, 1,2-dichloro-(Z)- 1,2-Dichloroethene trans-1,2-Dichloroethylene; trans-1,2-Ethene, 1,2-dichloro-, (E)- Dichloroethene 2,4-Dichlorophenol Phenol, 2,4-dichloro- 2,6-Dichlorophenol Phenol, 2,6-dichloro- 1,2-Dichloropropane Propane, 1,2-dichloro- 1,3-Dichloropropane; Trimethylene dichloride Propane, 1,3-dichloro- 2,2-Dichloropropane; Isopropylidene chloride Propane, 2,2-dichloro- I, 1-Dichloropropene 1-Propene, 1, 1-dichloro- cis-1,3-Dichloropropene 1-Propene, 1,3-dichloro-, (Z)- trans-1,3-Dichloropropene 1-Propene, 1,3-dichloro-, (E)- Dieldrin 2, 7:3,6-Dimethanonaphth [2,3-b ]oxirene, 3,4,5,6, 9,9-hexachloro- 1 a,2,2a,3,6,6a,7 ,7a-octahydro-, ( 1 aa,2P,2aa,3p,6p,6aa, 7P, 7aa)- Diethyl phthalate 1,2-Benzenedicarboxylic acid, diethy I ester 0,0-Diethyl 0-2-pyrazinyl phosphorothioate; Phosphorothioic acid, 0,0-diethyl 0-pyrazinyl ester. Thionazin Dimethoate Phosphorodithioic acid, 0 ,0-dimethyl S-(2-( methylamino )-2-oxoethyl] ester p-(Dimethylam ino )azobenzene Benzenamine, N,N-dimethyl-4-(phenylazo )- 7, 12-Dimethylbenz[a]anthracene Benz[ a ]anthracene, 7, 12-dimethy 1- 3,3 '-Dimethy lbenzidi ne (1, l '-Biphenyl]-4,4'-diamine, 3,3'-dimethyl- alpha, al pha-Dimethy lphenethylamine Benzeneethanamine, a,a-dimethyl- 2,4-Dimethylphenol; m-Xylenol Phenol, 2,4-dimethyl- Dimethyl phthalate 1,2-Benzenedicarboxylic acid, dimethyl ester m-Dinitrobenzene Benzene, 1,3-dinitro- 4,6-Dinitro-o-cresol; 4,6-Dinitro-2-methylphenol Phenol, 2-methyl-4,6-dinitro- 2,4-Dinitrophenol Phenol, 2,4-dinitro- 2,4-Dinitrotoluene Benzene, l -methyl-2,4-dinitro- 2,6-Dinitrotoluene Benzene, 2-methyl-1,3-dinitro- Dinoseb; DNBP; 2-sec-Butyl-4,6-dinitrophenol Phenol, 2-( 1-methy lpropyl)-4,6-dinitro- Di-n-octyl phthalate 1,2-Benzenedicarboxylic acid, dioctyl ester Diphenylamine Benzenamine, N-phenyl- Disulfoton Phosphorodithioic acid, 0,0-diethyl S-(2-(ethylthio)ethyl] ester Page 11 of 15 16.A.16.c Packet Pg. 994 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Endosulfan I 6,9-Methano-2,4,3-benzodiox-athiepin, 6,7 ,8,9,10, 10-hexachloro- l ,5,5a,6,9 ,9a-hexahydro-, 3-oxide, Endosulfan II 6,9-Methano-2,4,3-benzodioxathiepin, 6, 7,8,9, 10, 10-hexachloro- l ,5,5a,6,9,9a-hexahydro-, 3-oxide, (3a,5aa,6p,9p, 9aa)- Endosulfan sulfate 6,9-Methano-2,4,3-benzodioxathiepin, 6, 7,8,9, I 0, I 0-hexachloro- l ,5,5a,6,9,9a-hexahydro-, 3,3-dioxide Endrin 2, 7 :3 ,6-Dimethanonaphth[2,3-b ]oxirene, 3,4 ,5 ,6,9 ,9-hexachloro- I a,2,2a,3,6,6a, 7,7a-octahydro-, ( laa, 2p,2ap, 3a,6a,6ap,7p,7aa)- Endrin aldehyde 1,2,4-Methenocyclo-penta[ cd]pentalene-5-carboxaldehyde,2 ,2a,3 ,3,4, 7- hexachlorodecahydro-( 1 a,2p,2ap,4p,4ap,5p,6ap,6bp, 7R *)- Ethy !benzene Benzene, ethyl- Ethyl methacrylate 2-Propenoic acid, 2-methyl-, ethy I ester Ethyl methanesulfonate Methanesulfonic acid, ethyl ester Famphur Phosphorothioic acid, 0-[ 4-[( dimethy !amino )sulfony l]pheny l]-0,0- dimethyl ester Fluoranthene Fluoranthene Fluorene 9H-Fluorene Heptachlor 4, 7-Methano-l H-indene, 1,4,5,6, 7,8,8-heptachloro-3a,4,7 ,7a-tetrahydro- Heptachlor epoxide 2,5-Methano-2H-indeno[l ,2-b ]oxirene, 2,3,4,5,6,7,7-heptachloro-1 a, 1 b,5,5a,6,6a,-hexahydro- ,( 1 aa, 1 bp,2a,5a,5ap,6p,6aa) Hexachlorobenzene Benzene, hexachloro- Hexachlorobutadiene 1,3-Butadiene, 1, 1,2,3,4,4-hexachloro- Hexachlorocyclopentadiene 1,3-Cyclopentadiene, 1,2,3 ,4,5,5-hexachloro- Hexachloroethane Ethane, hexachloro- Hexachloropropene 1-Propene, 1, 1,2,3,3,3-hexachloro- 2-Hexanone; Methyl butyl ketone 2-Hexanone lndeno( 1,2,3-cd)pyrene lndeno[l ,2,3-cd]pyrene Isobutyl alcohol 1-Propanol, 2-methyl- Isodrin 1,4,5,8-Dimethanonaphthalene, 1,2,3,4, 1 0, 1 O-hexachloro-l ,4,4a,5,8,8a hexahydro-( 1 a, 4a, 4ap,5p,8p,8aP)- Isophorone 2-Cyclohexen-1-one, 3,5,5-trimethyl- Isosafrole 1,3-Benzodioxole, 5-( 1-propenyl)- Kepone l ,3,4-Metheno-2H-cyclobuta-[ cd]pentalen-2-one, 1, 1 a,3,3 a,4,5,5,5a,5b,6- decachlorooctahydro- Lead Lead Mercury Mercury Methacrylonitrile 2-Propenenitrile, 2-methyl- Methapyrilene 1,2,Ethanediamine, N ,N-dimethy l-N'-2-pyridinyl-N'-(2-thienylmethyl)- Methoxychlor Benzene, 1, l '-(2,2,2,trichloroethylidene)bis [4-methoxy- Methyl bromide; Bromomethane Methane, bromo- Methyl chloride; Chloromethane Methane, chloro- 3-Methylcholanthrene BenzU ]aceanthrylene, l ,2-dihydro-3-methyl- Methyl ethyl ketone; MEK; 2-Butanone 2-Butanone Methyl iodide; Iodomethane Methane, iodo- Methyl methacrylate 2-Propenoic acid, 2-methyl-, methyl ester Methyl methanesulfonate Methanesulfonic acid, methyl ester 2-Methylnaphthalene Naphthalene, 2-methyl- Page 12 of 15 16.A.16.c Packet Pg. 995 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Methyl parathion; Parathion methyl Phosphorothioic acid, 0,0-dimethyl 4-Methyl-2-pentanone; Methyl isobutyl ketone 2-Pentanone, 4-methy l- Methylene bromide; Dibromomethane Methane, dibromo- Methylene chloride; Dichloromethane Methane, dichloro- Naphthalene Naphthalene 1,4-Naphthoquinone 1,4-Naphthalenedione 1-Naphthylamine 1-Naphthalenamine 2-Naphthylamine 2-Naphthalenamine Nickel Nickel o-Nitroaniline; 2-Nitroaniline Benzenamine, 2-nitro- m-Nitroaniline; 3-Nitroaniline Benzenamine, 3-nitro- p-Nitroaniline; 4-Nitroaniline Benzenamine, 4-nitro- Nitro benzene Benzene, nitro- o-Nitrophenol; 2-Nitrophenol Phenol, 2-nitro- p-Nitrophenol; 4-Nitrophenol Phenol, 4-nitro- N-Nitrosodi-n-butylamine 1-Butanamine, N-butyl-N-nitroso- N-Nitrosodiethylamine Ethanamine, N-ethyl-N-nitroso- N-Nitrosodimethylamine Methanamine, N-methyl-N-nitroso- N-Nitrosodiphenylamine Benzenamine, N-nitroso-N-pheny l- N-Nitrosodipropylamine; N-Nitroso-N-1-Propanamine, N-nitroso-N-propyl- dipropylamine; Di-n-propylnitrosamine N-Nitrosomethylethalamine Ethanamine, N-methyl-N-nitroso- N-Nitrosopiperidine Piperidine, 1-nitroso- N-Nitrosopyrrolidine Pyrrolidine, 1-nitroso- 5-Nitro-o-toluidine Benzenamine, 2-methyl-5-nitro- Parathion Phosphorothioic acid, O,O-diethyl-0-( 4-nitrophenyl) ester Pentachlorobenzene Benzene, pentachloro- Pentachloronitrobenzene Benzene, pentachloronitro- Pentachlorophenol Phenol, pentachloro- Phenacetin Acetamide, N-( 4-ethoxyphenyl) Phenanthrene Phenanthrene Phenol Phenol p-Pheny lenediamine 1,4-Benzenediamine Phorate Phosphorodithioic acid, 0,0-diethyl S-[(ethylthio)methyl] ester Polychlorinated biphenyls; PCBs 1,1 '-Biphenyl, chloro derivatives Pronamide Benzamide, 3,5-dichloro-N-( I, l-dimethyl-2-propynyl)- Propionitrile; Ethyl cyanide Propanenitrile Pyrene Pyrene Safrole 1,3-Benzodioxole, 5-(2-propenyl)- Selenium Selenium Silver Silver Silvex; 2,4,5-TP Propanoic acid, 2-(2,4,5-trichlorophenoxy)- Styrene Benzene, ethenyl- Sulfide Sulfide 2,4,5-T; 2,4,5-Trichlorophenoxyacetic acid Acetic acid, (2,4,5-trichlorophenoxy)- 2,3,7,8-TCDD; 2,3,7,8-Tetrachlorodibenzo-p-Dibenzo[b,e] [l ,4]dioxin, 2,3 ,7,8-tetrachloro- dioxin Page13of15 16.A.16.c Packet Pg. 996 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 1,2,4,5-Tetrachlorobenzene Benzene, 1,2 ,4,5-tetrachloro- I, I, 1,2-Tetrachloroethane Ethane, I ,I, 1,2-tetrachloro- I, 1,2,2-Tetrachloroethane Ethane, I, 1,2,2-tetrachloro- Tetrachloroethylene; Tetrachloroethene; Ethene, tetrachloro- Perchloroethylene 2,3 ,4,6-Tetrachlorophenol Phenol, 2,3 ,4,6-tetrachloro- Thallium Thallium Tin Tin Toluene Benzene, methyl- o-Toluidine Benzenamine, 2-methyl- Toxaphene Toxaphene 1,2,4-Trichlorobenzene Benzene, 1,2,4-trichloro- I, I, I-Trichloroethane; Methylchloroform Ethane, I, I , 1-trichloro- I, 1,2-Trichloroethane Ethane, I, 1,2-trichloro- Trichloroethylene; Trichloroethene Ethene, trichloro- Trichlorofluoromethane; CFC-I I Methane, trichlorofluoro- 2,4,5-Trichlorophenol Phenol, 2,4,5-trichloro- 2,4,6-Trichlorophenol Phenol, 2,4,6-trichloro- 1,2,3-Trichloropropane Propane, 1,2,3-trichloro- 0,0,0-Triethyl phosphorothioate Phosphorothioic acid, 0,0 ,0-triethyl ester sym-Trinitrobenzene Benzene, 1,3 ,5-trinitro- Vanadium Vanadium Vinyl acetate Acetic acid, ethenyl ester Vinyl chloride; Chloroethene Ethene, chloro- Xylene (total) Benzene, dimethyl- Zinc Zinc Table 4 UCMR I UCMR2 UCMR3 UCMR4 2,4-dinitrotoluene Dimethoate 1,2,3-trichloropropane total microcystin 2,6-dinitrotoluene Terbufos sulfone 1,3-butadiene microcystin-LA 2,2' ,4,4'-tetrabromodipheny I ether chloromethane (methyl microcystin-LF Acetochlor (BDE-47) chloride) 2,2' ,4,4' ,5-pentabromodipheny 1 I, 1-dichloroethane microcystin-LR DCPA mono-acid degradate ether (BDE-99) 2,2',4,4',5,5'-hexabromobiphenyl bromomethane (methyl microcystin-L Y DCPA di-acid degradate (HBB) bromide) 2,2' ,4,4' ,5,5'-hexabromodiphenyl chlorodifluoromethane microcystin-RR 4,4'-DDE ether (BDE-153) (HCFC-22) _ 2,2' ,4,4' ,6-pentabromodipheny 1 bromochloromethane (halon microcystin-YR EPTC ether (BDE-100) 1011) Molinate 1,3-dinitrobenzene 1,4-dioxane nodularin MTBE 2,4,6-trinitrotoluene (TNT) vanadium anatoxin-a Hexahydro-I ,3,5-trinitro-1,3,5-molybdenum cy Ii ndrosperm opsi n Nitro benzene triazine Perchlorate Acetochlor cobalt germanium Terbacil Alachlor strontium manganese Metolachlor chromium 3 alpha- 1,2-diphenvlhvdrazine hexachlorocvclohexane Acetochlor ethane sulfonic acid chromium-6 chlorpyrifos 2-methvl-ohenol CESA) Page 14 of 15 16.A.16.c Packet Pg. 997 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 2,4-dichlorophenol Acetochlor oxanilic acid (OA) chlorate dimethipin Alachlor ethane sulfonic acid perfluorooctanesulfonic acid ethoprop 2,4-dinitrophenol (ESA) (PFOS) Alachlor oxanilic acid (OA) perfluorooctanoic acid oxyfluorfen 2,4,6-trichlorophenol (PFOA) Metolachlor ethane sulfonic acid perfluorononanoic acid profenofos Diazinon (ESA) (PFNA) Metolachlor oxanilic acid (OA) perfluorohexanesulfonic acid tebuconazole Disulfoton (PFHxS) N-nitroso-diethylamine (NDEA) perfluoroheptanoic acid total permethrin (cis-& Diuron (PFHpA) trans-) N-nitroso-dimethylamine perfluorobutanesulfonic acid tribufos Fonofos (NOMA) (PFBS) N-nitroso-di-n-butylamine HAA5 Linuron (NDBA) N-nitroso-di-n-propylamine HAA6Br Nitro benzene (NDPA) N-nitroso-methy lethy lam ine HAA9 Prometon (NMEA) Terbufos N-nitroso-pyrrolidine (NPYR) 1-butanol Aeromonas 2-methoxvethanol 2-orooen-1-ol total organic carbon (TOC) bromide Page 15 of 15 16.A.16.c Packet Pg. 998 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Exhibit B Fee Schedule following this page (pages _1_ through!_) Page 16 of17 Fixed Term Service Multi-Contractor Agreement 2017 .008 (Ver. I) 16.A.16.c Packet Pg. 999 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Matrix Water Water Matrix Water Water Water Water Water Water Water Water Water Water Matrix Water Water Water Water Water Water Water Water Water Water Water Matrix Water Water Water Water Water Water Water *Prices shall remain firm for the inital term of this Agreement Table 2 -Appendix I TAT: 10_Days (Business Days) 6020B 8260B Method Test Description Appendix I Metals Appendix I Volatiles Total Table 2 -Appendix I Analyte Table 3 -Appendix II TAT: 10_Days (Business Days) Method 8260B 8011 82700 82700 LL 8081 B/8082A 8151A 6020A 9012B 9034 1613B Test Description Appendix II Volatiles EDB & DBCP Appendix II Semivolatiles (without PAHs) LL PAHs Appendix II Pesticides & PCBs Appendix II Herbicides Appendix II Metals Total Cyanide Total Sulfide 2,3,7,8-TCDD Only Total Table 3 -Appendix II Analyte Quantity Quantity Unit Extended Price Price $ 50.00 $ 40.00 Unit Price $ 40.00 $ 30.00 $ 85.00 $ 60.00 $ 85.00 $ 65.00 $ 50.00 $ 16.00 $ 18.00 $ 195.00 $ 50.00 $ 40.00 $ 90.00 Extended Price $ 40.00 $ 30.00 $ 85.00 $ 60.00 $ 85.00 $ 65.00 $ 50.00 $ 16.00 $ 18.00 $ 195.00 $ 644.00 Table 4 -UCMR 4 TAT: 10_Days (Business Days) (to be analyzed by McCoy and McCoy Laboratories) Method Test Description Analyte Quantity Unit Extended Price Price Subcontract UCMR 4 Total Microcystin by 546 $ 160.00 $ 160.00 Subcontract UCMR4 Cyanotoxins (7 Compounds) by 544 $410.00 $ 410.00 Subcontract UCMR4 anatoxin-a & cylindrospennopsin by 545 $ 460.00 $ 460.00 Subcontract UCMR4 Germanium by 200.8 $ 55.00 $ 55.00 Subcontract UCMR4 Manganese by 200.8 REV 5.4 $ 55.00 $ 55.00 Subcontract UCMR4 Pesticides by 525.3 $ 385.00 $ 385.00 Subcontract UCMR4 HAA9 by 552.3 $ 270.00 $ 270.00 Subcontract UCMR4 Alcohols by 541 $ 350.00 $ 350.00 Subcontract UCMR4 TOC by 5310 C-2000 $ 65.00 $ 65.00 Subcontract UCMR4 Bromide by 300.1 $ 55.00 $ 55.00 Subcontract UCMR4 Sampling Kit $ 215.00 $ 215.00 Total Table 4 -UCMR 4 $2,480.00 FAC 62-550 Primary DW Standards TAT:10_Days (Business Days) (to be analyzed by Savannah) 335.4 200.8 Method SM 2130B 300.0 300.0 524.2 525.2 Test Description Total Cyanide Primary Drinking Water Metals Turbidity Nitrate as N, Nitrite as N Fluoride Regulated voes Semivolatiles Analyte Nitrate as N Nitrite as N Quantity Unit Extended Price Price $ 15.00 $ 15.00 $ 31.00 $ 31.00 $ 7.00 $ 7.00 $ 6.00 $ 6.00 $ 6.00 $ 6.00 $ 6.00 $ 6.00 $ 40.00 $ 40.00 $ 78.00 $ 78.00 Issued on: 6/27/2018 Page 1 of~ '1 16.A.16.c Packet Pg. 1000 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Water Water Water Water Water Water Water Water Water Water Water Water Water Matrix Water Water Water Water Matrix Water Matrix Water 504.1 EDB and DBCP $ 25 .00 $ 25 .00 508 FL DOH Regulated Pest & PCBs $ 45 .00 $ 45 .00 515 .1 Chlorinated Acids $ 45 .00 $ 45 .00 531 .1 Carbamate Pesticides $ 45 .00 $ 45 .00 547 Glyphosate $ 40 .00 $ 40 .00 548 .1 Endothall $ 40 .00 $ 40 .00 549 .2 Diquat $ 45 .00 $ 45.00 524.2 Trihalomethanes $ 35 .00 $ 35.00 552 .2 HMS Analytes $ 45 .00 $ 45 .00 552 .2 Total Haloacetic Acids (no charge for calculation) $ 0 .00 $ 0 .00 300 .18 Chlorite $ 6 .00 $ 6 .00 300 .18 Bromate $ 6 .00 $ 6.00 16138 2,3 ,7,8-TCDD in Drinking Water Only $ )95 .00 $ 195.00 FAC 62-550 Primary OW Standards TAT: 1 O_Days (Business Days) (to be analyzed by KNL Laboratory Services) Method Test Description Analyte Quantity Unit Extended Price Price 900 Gross Alpha & Gross Beta $ 50.00 $ 50.00 903.1 Radium 226 $ 80 .00 $ 80 .00 904 Radium 228 $ 105.00 $ 105 .00 Subcontract Uranium $ 70 .00 $ 70.00 FAC 62-550 Primary OW Standards TAT: 10_Days (Business Days) (to be analyzed by EMSL Analytical, Inc.) Method Test Description Analyte Quantity Unit Extended Price Price 100.2 Asbestos in Drinking Water $ 100 .00 $ 100 .00 FAC 62-550 Primary OW Standards TAT: 10_Days (Business Days) (to be analyzed by Lee Cty Env -Ft. Method Test Description 92238 Total Coliforms by Presence/Absence Total FAC 62-550 Primary DW Standards Myers, FL) Analyte Quantity Unit Extended Price Price $ 25 .00 $ 25 .00 $1,191.00 FAC 62•550 -Secondary OW Standards TAT: 1 O_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 200. 7 Rev 4 .4 Secondary DW Metals $ 20 .00 $ 20.00 Water SM 21208 Color $ 5.00 $ 5.00 Water SM 23308 Corrosivity, LSI Calculation $ 20 .00 $ 20.00 Water SM 23208 Alkalinity (required to calculate Corrosivity) $ 7 .00 $ 7.00 Water SM 5540C Methylene Blue Active Substances (MBAS) $ 15 .00 $ 15 .00 Water SM 21508 Odor $ 7 .00 $ 7.00 Water 150.1 pH Only $ 5 .00 $ 5.00 Water SM 2540C TDS $ 7 .00 $ 7.00 Water 300 .0 Chloride & Sulfate Sulfate $ 6 .00 $ 6 .00 Chloride $ 6 .00 $ 6 .00 Total FAC 62-550 -Secondary DW Standards $ 98 .00 Priority Pollutants TAT: 10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 624 Priority Pollutant voes $ 40 .00 $ 40 .00 Issued on : Page .l_of ~@ 1 ~ u 6/27/2018 16.A.16.c Packet Pg. 1001 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Water Matrix Water Water Water Matrix Water Water Water Water Water Water Water Water Matrix Water Matri x Water Water Water Matrix Water Water Water Water 625 Priority Pollutant SVOCs Priority Pollutants TAT: 10_Days (Business Days) Method Test Description Analyte 608 Priority Pollutant Pesticides 200 .8 Priority Pollutant Metals (less Hg) 245 .1 Mercury Total Priority Pollutants 62-780 Table B -Petroleum CoCs TAT: 10_Days (Business Days) Method Test Description Analyte 4500 Cl E-2011 Chloride, Total 4500 S2 F-2011 Sulfide, Total 8260B BTEX-MTBE 82700 PAHs 8011 EDB FL-PRO TRPH 60100 Arsenic , Cadmium , Chromium , Lead (4-Metals) Arsenic Cadmium Chromium Lead 2540C-2011 TDS Total 62-780 Table B • Petroleum CoCs 62-780 Table B -Chlorinated Solvents TAT: 10_Days (Business Days) Method Test Description Analyte 82606 Volatiles Total 62-780 Table B -Cholrinated Solvents 62-780 Table B -Petroleum Solvents TAT: 10_Days (Business Days) Method 8260B 82700 FL-PRO Test Description BTEX PAHs TRPH Total 62-780 Table B · Petroleum Solvents Analyte 62-780 Table C -Waters TAT: 10_Days (Business Days) Method 8260B 82700 FL-PRO 8011 Test Description Volatiles PAHs TRPH EDB Analyte Issued on : 6/27/2018 $ 78 .00 $ 78 .00 Quantity Unit Extended Price Price $ 45 .00 $ 45 .00 $ 48 .00 $ 48 .00 $ 10.00 $ 10.00 $ 221.00 Quantity Unit Extended Price Price $ 10.00 $ 10.00 $10.00 $ 10 .00 $ 35 .00 $ 35 .00 $ 55 .00 $ 55 .00 $ 30 .00 $ 30.00 $ 35.00 $ 35 .00 $ 5.00 $ 5 .00 $ 5 .00 $ 5.00 $ 5.00 $ 5.00 $ 5 .00 $ 5.00 $ 7 .00 $ 7 .00 $ 202.00 Quantity Unit Extended Price Price $ 40.00 $ 40 .00 $ 40 .00 Quantity Unit Extended Price Price $ 35 .00 $ 35.00 $ 55 .00 $ 55 .00 $ 35 .00 $ 35 .00 $ 125.00 Quantity Unit Extended Price Price $ 40 .00 $ 40 .00 $ 55 .00 $ 55 .00 $ 35.00 $ 35 .00 $ 30 .00 $ 30.00 16.A.16.c Packet Pg. 1002 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Water 60100 Lead $ 5.00 $ 5.00 Total 62-780 Table C -Waters $ 165.00 62-780 Table C -Soils TAT: 1 O_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Solid 8260B BTEX-MTBE (Price includes sampling kit) $ 40.00 $ 40.00 Solid 82700 PAHs $ 55.00 $ 55.00 Solid FL-PRO TRPH $ 35.00 $ 35.00 Solid Moisture Percent Moisture $ 3.00 $ 3.00 Total 62-780 Table C -Soils $ 133.00 62-780 Table D -Waters TAT: 10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 8260B Volatiles $ 40.00 $ 40.00 Water FL-PRO TRPH $ 35.00 $ 35.00 Water 82700 Semivolatiles w/o PAHs $ 78.00 $ 78.00 Water 82700 PAHs $ 55.00 $ 55.00 Water 60100 Arsenic, Cadmium, Chromium, Lead (4 Metals) Arsenic $ 5.00 $ 5.00 Cadmium $ 5.00 $ 5.00 Chromium $ 5.00 $ 5.00 Lead $ 5.00 $ 5.00 Water 80818 Pesticides $ 50.00 $ 50.00 Water 8082A PCBs $ 35.00 $ 35.00 Total 62-780 Table D -Waters $ 313.00 62-780 Table D -Soils TAT: 10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Solid 8260B Volatiles (Price includes sampling kit) $ 45.00 $ 45.00 Solid 82700 Semivolatiles w/ PAHs $ 78.00 $ 78.00 Solid FL-PRO TRPH $ 35.00 $ 35.00 Solid 60100 Arsenic, Cadmium, Chromium, Lead (4-Metals) Arsenic $ 5.00 $ 5.00 Cadmium $ 5.00 $ 5.00 Chromium $ 5.00 $ 5.00 Lead $ 5.00 $ 5.00 Solid 8081B Pesticides $ 50.00 $ 50.00 Solid 8082A PCBs $ 35.00 $ 35.00 Solid Moisture Percent Moisture $ 3.00 $ 3.00 Total 62-780 Table D -Soils $ 266.00 62-780 Table E -Waters TAT: 10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 4500 Cl E-2011 Chloride, Total $ 10.00 $ 10.00 Water 4500 S2 F-2011 Sulfide, Total $10.00 $ 10.00 Water 8260B Volatiles $ 35.00 $ 35.00 Water 82700 PAHs $ 55.00 $ 55.00 Water 8011 EDB $ 30.00 $ 30.00 Water FL-PRO TRPH $ 35.00 $ 35.00 Water 60100 Arsenic, Cadmium, Chromium, Lead (4-Metals) Arsenic $ 5.00 $ 5.00 Issued on: 6/27/2018 Page/ of J,3' ? '1 16.A.16.c Packet Pg. 1003 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Water Matrix Solid Solid Solid Solid Solid Matrix Water Water Water Water Water Water Water Water Matrix Solid Solid Solid Solid Solid Solid Solid Solid Solid Solid Solid Solid Solid Cadmium Chromium Lead 2540C-2011 TDS Total 62-780 Table E -Waters 62-780 Table E -Soils TAT: 10_Days (Business Days) Method 8260B 82700 60100 FL-PRO Moisture Test Desc ription Voaltiles (Price includes sampling kit) PAHs Arsenic, Cadmium , Chromium , Lead (4 -Metals) TRPH Percent Moisture Total 62-780 Table E -Soils Analyte 62-780 Table F -Groundwaters TAT: 1 O_Days (Business Days) Method 4500 Cl E-2011 8015C 9056A 8315A 8260B 82700 60100 2540C-2011 Test Description Chloride, Total Methyl Acetate Sulfate Formaldehyde Volatiles Semivolatiles Metals TDS Total 62-780 Table F -Groundwaters Analyte Fluoride Sulfate Aluminum Copper Iron Manganese Silver Zinc Waste Characterization TAT: 1 O_Days (Business Days) Method 8260B 1311 82700 1311 8081 B/8082A 8151A 6020A 7470A 1030 90450 9012B 9034 9095B Test Description TCLP Volatiles ZHE Extraction TCLP Semivolatiles TCLP Extraction TCLP Pesticides TCLP Herbicides TCLP Metals TCLP Mercury lgnitability pH Total Cyanide Total Sulfide Paint Filter Total Waste Characterization Analyte Issued on : 6/27/2018 $ 5 .00 $ 5.00 $ 5 .00 $ 5 .00 $ 5 .00 $ 5 .00 $ 7 .00 $ 7 .00 $ 202 .00 Quantity Unit Extended Price Price $ 45 .00 $ 45 .00 $ 55.00 $ 55 .00 $ 20.00 $ 20 .00 $ 35 .00 $ 35 .00 $ 3 .00 $ 3.00 $ 158.00 Quantity Unit Extended Price Price $ 10.00 $ 10.00 $ 45.00 $ 45 .00 $ 6 .00 $ 6.00 $ 6 .00 $ 6 .00 $ 90 .00 $ 90 .00 $ 40 .00 $ 40 .00 $ 78 .00 $ 78 .00 $ 5 .00 $ 5 .00 $ 5 .00 $ 5.00 $ 5 .00 $ 5 .00 $ 5 .00 $ 5 .00 $ 5 .00 $ 5 .00 $ 5 .00 $ 5 .00 $ 7 .00 $ 7.00 $ 312.00 Quantity Unit Extended Price Price $ 40 .00 $ 40 .00 $ 25 .00 $ 25 .00 $ 78 .00 $ 78.00 $ 25 .00 $ 25.00 $ 50 .00 $ 50.00 $ 65 .00 $ 65 .00 $ 35.00 $ 35 .00 $ 10.00 $ 10.00 $ 12.00 $ 12 .00 $ 5.00 $ 5.00 $ 15.00 $ 15 .00 $ 18.00 $ 18 .00 $ 8 .00 $ 8 .00 $ 386.00 Page /of ~ 7 $® r5 16.A.16.c Packet Pg. 1004 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Requested -not in other groups TAT:10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 6020A Metals Aluminum $ 5 .00 $ 5.00 Antimony $ 5 .00 $ 5.00 Arsenic $ 5.00 $ 5.00 Barium $ 5.00 $ 5 .00 Beryllium $ 5.00 $ 5 .00 Cadmium $ 5 .00 $ 5 .00 Calcium $ 5.00 $ 5 .00 Chromium $ 5.00 $ 5 .00 Cobalt $ 5.00 $ 5 .00 Copper $ 5 .00 $ 5.00 Iron $ 5.00 $ 5 .00 Lead $ 5.00 $ 5.00 Magnesium $ 5.00 $ 5 .00 Manganese $ 5.00 $ 5.00 Nickel $ 5.00 $ 5 .00 Potassium $ 5.00 $ 5 .00 Selenium $ 5.00 $ 5 .00 Silver $ 5.00 $ 5.00 Sodium $ 5.00 $ 5 .00 Thallium $ 5.00 $ 5.00 Vanadium $ 5.00 $ 5.00 Zinc $ 5.00 $ 5 .00 Water 4500 NH3 G-2011 Ammonia $ 7 .00 $ 7 .00 Water 52109-2011 BOD $ 20 .00 $ 20 .00 Water 5220D-2011 COD $ 12 .00 $ 12 .00 Water 1664A Oil & Grease $ 20 .00 $ 20 .00 Water 2340C -2011 Hardness $ 7 .00 $ 7 .00 Water 300 .0-1993 R2 .1 Nitrate, Nitrite, Nitrate +Nitrite Nitrate as N $ 6.00 $ 6.00 Nitrate Nitrite as N $ 6 .00 $ 6.00 Nitrite as N $ 6 .00 $ 6 .00 Water 4500 P F-2011 Orthophosphate $ 15.00 $ 15 .00 Water 6010D Dissolved Silica $ 30 .00 $ 30 .00 Water FILTRATION Sample Filtration $ 5.00 $ 5 .00 Water 365 .1-1993 R2 .0 Phosphorus , Ortho $ 15.00 $ 15 .00 Water FILTRATION Sample Filtration $ 10.00 $ 10 .00 Water 25109-2011 Conductivity $ 8.00 $ 8.00 Water 351.2-1993 R2 .0 Total Kjeldahl Nitrogen $ 13 .00 $ 13 .00 Water Total Nitrogen Nitrogen, Total $ 7 .00 $ 7 .00 Water 5310 B-2011 TOC $ 15 .00 $ 15 .00 Water 420 .1-1978 Total Recoverable Phenolics $ 13.00 $ 13 .00 Water 365.4 -1974 Phosphorus, Total $ 10.00 $ 10 .00 Water 2540C-2011 TDS $ 7 .00 $ 7 .00 Water 2540 D-2011 TSS $ 7.00 $ 7 .00 Water 2540E-2011 TVS $ 7.00 $ 7 .00 Water 23209-2011 Alkalinity , Bicarbonate, and Carbonate Alkalinity $ 7.00 $ 7 .00 Bicarbonate $ 7.00 $ 7 .00 Alkalinity as CaC03 Carbonate Alkalinity $ 7.00 $ 7 .00 Water 81419 Organophosphorus Pesticides $ 105 .00 $ 105 .00 Water 8270D Terbufos $ 270 .00 $ 270.00 Issued on : 6/27/2018 Page/ of µ ' 16.A.16.c Packet Pg. 1005 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Matrix Water Water Water Water Matri x Water Matrix Water Matrix Water Water Water Matrix Water Matrix Water Water Method Test Description Analyte Quantity Unit Extended Price Price 8270D Organophosphorus Pesticides $115.00 $ 115 .00 1631E Low Level Mercury (cost includes sampling kit) $ 150.00 $ 150.00 SM 4500 0 G Oxygen , Dissolved $ 10 .00 $ 10.00 8945 Fenitrothion $ 150.00 $ 150 .00 Requested -not in other groups TAT: 10_Days (Business Days) (to be analyzed by Microbial Insights) Method Subcontract Test Description CENSUS-DNA (Dehalococcoides--DHC / Dehalobacter spp . --DHBt) Analyte Quantity Unit Extended Price Price $ 400.00 $ 400.00 Requested -not in other groups TAT:10_Days (Business Days) (to be analyzed by Jupiter Environmental Labs) Method Test Description Analyte Quantity Unit Extended Price Price Subcontract Sucralose -Method 1694 $ 200.00 $ 200.00 Requested -not in other groups TAT:10_Days (Business Days) (to be analyzed by BCS Laboratories) Method Test Description Analyte Quantity Unit Extended Price Price Subcontract Water Use Test I Student T Test -Method 9020Bfl $ 400.00 $ 400 .00 Subcontract Crypto/Giardia $ 450 .00 $ 450 .00 Subcontract Fecal Streptococcus $ 70.00 $ 70.00 Requested -not in other groups TAT: 1 O_Days (Business Days) (to be analyzed by Environmental Conservation Laboratories) Method Test Description Analyte Quantity Unit Extended Price Price SM10200H Chlorophyll-a & Phaeophytin $ 50 .00 $ 50 .00 Requested -not in other groups TAT: 10_Days (Business Days) (to be analyzed by Lee Cty Env -Ft. Method 92220 92236 Test Description Fecal Coliform Total Coliform Total Requested -not in other groups Myers, FL) Analyte Quantity Unit Extended Price Price $ 25.00 $ 25 .00 $ 25 .00 $ 25 .00 $ 2,797.00 7 Issued on : 6/27/2018 Page /of ~$ 7 \QI 16.A.16.c Packet Pg. 1006 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Other Exhibit/Attachment Description: D following this page (pages __ through_) Iii this exhibit is not applicable Page 17 ofl7 Fixed Term Service Multi-Contractor Agreement 2017.008 (Ver. I) 16.A.16.c Packet Pg. 1007 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) Holder Identifier : 7777777707070700077761616045571110767717006304446307662007550507120070571577277302230773435113741002107137372123162230076324045324573130766115156156742007727330663047512076727242035772000777777707000707007 7777777707070700073525677115456000732015513463016007220154164621174073310050353721220713237265603755107522237353067001070233663164231510702223734316211107132326342173111077756163351765540777777707000707007Certificate No :570072942530CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 09/07/2018 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services, Inc of Florida 1001 Brickell Bay Drive Suite 1100 Miami FL 33131 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 25682The Travelers Indemnity Co of CTINSURER A: 25674Travelers Property Cas Co of AmericaINSURER B: 13604Starr Surplus Lines Insurance CompanyINSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):800-363-0105 CONTACT NAME: TestAmerica Laboratories, Inc 4101 Shuffel Street NW North Canton OH 44720 USA COVERAGES CERTIFICATE NUMBER:570072942530 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $300,000 $10,000 $1,000,000 $2,000,000 $2,000,000 $50,000Deductible C 04/01/2018 04/01/20191000065512181 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X X BODILY INJURY (Per accident) $1,000,000A04/01/2018 04/01/2019 $2,000 Comp Ded COMBINED SINGLE LIMIT (Ea accident) P-810-277J0023-TCT-18 $2,500 Coll DedX EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $4,000,000 $4,000,000 04/01/2018UMBRELLA LIABC 04/01/20191000336445181 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTE B 04/01/2018 04/01/2019 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 UB9D82616A18 Each Claim100006551218104/01/2018 04/01/2019 Prof & Poll-Claims Made $2,000,000Total Claims Env Prof (E&O)C $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Contract 18-7375 - Laboratory Services. Collier County Board of County Commissioners is included as Additional Insured where required by contract with respect to General Liability, Automobile Liability, Pollution Liability and Excess Liability policies not in excess of limits of liability as shown on this document. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. X X X X 16.A.16.c Packet Pg. 1008 Attachment: 18-7375 TestAmerica_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1009Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1010Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1011Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1012Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1013Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1014Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1015Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1016Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1017Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1018Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1019Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1020Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1021Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.d Packet Pg. 1022 Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1023Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1024Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1025Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1026Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1027Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1028Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1029Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1030Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1031Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1032Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1033Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1034Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1035Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1036Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1037Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1038Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1039Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1040Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1041Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1042Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1043Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1044Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1045Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1046Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1047Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1048Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1049Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1050Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.dPacket Pg. 1051Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid) 16.A.16.d Packet Pg. 1052 Attachment: 18-7375 PaceAnalytical_Contract_VendSign with Insurance (6667 : Labratory services Bid)