Loading...
Backup Documents 09/25/2018 Item #16A16 (TestAmerica Laboratories) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 A I (� G 1 ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 6 �` .ARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE PrinW�rQ i9dj per, AQttach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Offientrthd+ti a tbilaem is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. t **NEW** ROUTING SLIP Co eteltut rule L through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney Office County Attorney Office 4. BCC Office Board of CountyAS (p Commissioners � J 9-.24 -8' 4. Minutes and Records Clerk of Court's Office , r'\ "- -f 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso Contact Information 239-252-8950 Contact/Department Agenda Date Item was September 25,2018 Agenda Item Number 16.A.16. Approved by the BCC Type of Document Contract Number of Original N (\ t Attached Documents Attached O PO number or account N/A (1) 18-7375 (1) 18-7375 number if document is TestAmerica TestAmerica to be recorded Laboratories, Laboratories, Inc. Inc. (2) Pace (2) Pace Analytical Analytical Services,LLC Services,LLC INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK ANe-- N 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AR signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AR document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AR signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 09/25/2018 and all changes made during /A:is n91 the meeting have been incorporated in the attached document. The Countyi • or Attorney's Office has reviewed the changes,if applicable. aso' Cr 1 s` 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 16A16 MEMORANDUM Date: September 28, 2018 To: Ana Reynoso, Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Contract #18-7375 "Laboratory Services" Contractor: TestAmerica Laboratories, Inc. and pace Analytical Services, LLC Attached for your records is an original of each referenced document above, (Item #16A16) adopted by the Board of County Commissioners on Tuesday, September 25, 2018. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 16A16 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 18-7375 for Laboratory Services THIS AGREEMENT, made and entered into on this Q54A1 day of S' 6(203 , 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"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing I• upon the date of Board approval on and terminating on three (3 ) 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 ❑■ Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ■ Request for Proposal (RFP) ❑ Invitation to Bid (ITB) I Other ( ) # 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. • The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 1 6 A 1 6 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 The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 34 I I The procedure for obtaining Work under this Agreement is outlined in Li Other Exhibit/Attachment: 3-4n - -. - •e- e e--•• - - '-e.- - e .e - - . -- 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): ..,.. a .._ -e - - : • .. -e e e _ e-- •-e e e e.-- ; -- - 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 authorised. n • - - - - - -- e - ee time spent by the contractor's employees and subcontractors to perform the work(number materials plus the contractor's markup). This methodology is generally used in projects in that the project requirements would most likely change. As a general business practice, documentation for the project. • 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.1) 16A16 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 I I --- _1 *-- _ - . , - : .. . - - e : e : . . . Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel Reimbursements shall be at the following rates: Waage $0,44,5-per-mile Breakfast $600 $11.00 $49-00 Aire Rental car Actual rental cost limited to compact or ctandard size vehicles LeelOg Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken 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 # 85-8015966531C. 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 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 Company Name: TestAmercia Laboratories, Inc. Address: 4101 Shuffel Street NW North Canton, OH 44720 Authorized Agent: Jenny Stewart, Corporate Counsel Attention Name & Title: Telephone: 203-202-8811 E-Mail(s): Jenny.Stewart(a�testamericainc.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Amy Patterson Division Name: Growth Management-Pollution Control Section Address: 2685 Horseshoe Drive South, Ste,103 Naples, Florida 34104 Administrative Agent/PM: Danette Kinaszczuk, Manager Telephone: 239-252-5032 E-Mail(s): Danette.Kinaszczuk(a,colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 1 6 A 1 6 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. ■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ■ 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. ■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 l3)- ❑ - _ e -• _ - . Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ each € I Cyb L' b'I'ty: Coverage shall have minimum limits of$ per claim. ❑ : Coverage shall have minimum limits of$ per claim. 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 policies 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 permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, 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 Service Multi-Contractor Agreement 2017.008(Ver.1) 1 6 A 1 6 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 direct 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), 7 Exhibit A Scope of Services, Exhibit B Fee Schedule, n RFP/ I 1T-B/D Other #18-7375 , including Exhibits, Attachments and Addenda/Addendum, subsequent quotes, and I I Other Exhibit/Attachment: 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 III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any 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 Agreement 2017.008(Ver.1) 16A16 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 in 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 Term Service Multi-Contractor Agreement 2017.008(Ver 1) 16A16 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. _ _-_ rubbish and waste materials arising out of the Work. At the completion of the Work, 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. I■, 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.1) 16A16 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. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ____. _ e _ ,- sponsibility therefore, pie" __.-_ -. ._ - - and furnish to the County the required certificates of inspection, testing or approval. All acceptable to the County. 27. 1■1 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. SUBMITTALS 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 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 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. ... ., ••- •-e-••-• _ _ - right to perform investigations as may be deemed nece;,cary to ensure that competent _-.. . .- . �. .. • will_ _ .. --.- . •.. -.... - -.M -. met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 *■I 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. n 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. n ORDER OF PRECEDENCE (GrantFunded), In the event of any conflict between or Executive Summary, the terms of the Agreement shall take precedence over the terms of precedence over the Agreement. To the extent any conflict in the terms of the Contract the Agreement, the conflict shall be resolved by imposing the more strict 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 this 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 Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 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. ❑■ 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 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF •U COM •.,ERS CRYSTAL K. KINZEL, COLLIER ' OU Y LO• • ' 1 CLERK 5•;t c.'h i By. _ v By: , cc____to.c.,\\ LidarA. Andy Solis, Esq. Chairman SEAL) Dated: A 0 t o Attest as to Chairman's TestAmercia Laboratories, Inc. Contractor's WititArltinly Contractor DBA 'NG)-ci. ___ By:I-C- -A' C --/< `-'/e Contractor's Frst 'tness Signature Bernard Kirkland - Laboratory Director O V'(Y\G4 ' V TType/print signature and titleT TType/print witness/name T LIeLi- Contractor's Second Witness ,C.., d',�(- 5 i� 10 N—. TType/print witness nameT pprove s t or an Legal'ty: ..(--N Item# .11:41-1):b % C unty Attorne Agenda _ Ifiiii ...01- 12 �� _ Date ___ Print Name Date Recd ' ____l S Deputy Clerk Page 14of17 Fixed Term Service Multi-Contractor Agreement 2017 008(Ver.1) 16A16 Exhibit A Scope of Services ❑■ following this page (pages 1 through 15 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 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/Department, 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 (TM). 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 limits. Accordingly, industrial users and control authorities should refer to the table located at ftp://ftp.dep.state.fl.us/pub/labs/assessment/guidance/mdlpgl.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. 9. All results reported 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 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. Page l of 15 16A16 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 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 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 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 Page 2 of 15 16A16 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-Ethyl hexyl)phthalate BOLSTAR Bromodichloromethane Bromoform Butylbenzylphthalate Cadmium Calcium Carbaryl Carbofuran Carbon Tetrachloride Carbonate CAR BOPHEN0THION Chemical Oxygen Demand Chlordane CHLORFENVINPHOS Chloride Chlorobenzene Chloroethane Page 3 of 15 16A16 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-0 DEMETON-S DIAZINON Dibromochloromethane Dibromofluoromethane Dicamba DICHLOFENTHION DICHLORVOS DICROTOPHOS Dieldrin Diethylphthalate DIMETHOATE Dimethylphthalate Dinoseb D I OXATH I O N 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 VOCs(EPA 624) Page 4 of 15 16A16 EPN ETHION Ethylbenzene Ethylene Dibromide FAMPHUR Fecal Coliform MF Fecal Streptococcus FENITROTHION FE NSULFOTHION 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 EPDXIDE 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 Mercury MERPHOS Methiocarb Methomyl Methoxychlor METHYL CHLORPYRIFOS Page 5 of 15 16A16 METHYL PARATHION Methylene Chloride MEVINPHOS Molybdenum MONOCROTOPHOS NALED Naphthalene Nickel Nitrate&Nitrite as per FAC 62-550 Nitrate+Nitrite Nitrate Nit. NO3 as N Nitrite Nit. NO2 as N Ortho Phosphorus(0-PO4 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 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 16A16 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 TRICHLORONATE Trihalomethane's as per FAC 62-550 Trihalomethanes Trihalomethanes-Total Page 7 of 15 16A16 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 (38) 1,2-Dichloropropane;Propylene dichloride (39)cis-1,3-Dichloropropene (40)trans-1,3-Dichloropropene (41)Ethylbenzene Page 8 of 15 16A16 (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-(I,4,4a,5,8,8a)- Allyl chloride 1-Propene,3-chloro- 4-Am inobiphenyl [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 Benzyl alcohol Benzenemethanol Beryllium Beryllium Page 9 of 15 1 6 A 1 6 alpha-BHC Cyclohexane, 1,2,3,4,5,6-hexachloro-,(1a,2a,3[3,4a,5[3,613)- beta-BHC Cyclohexane, 1,2,3,4,5,6-hexachloro-,(1a,2(3,3a,413,5a,6[3)- delta-BHC Cyclohexane, 1,2,3,4,5,6-hexachloro-,(1a,2a,3a,413,5a,613)- gamma-BHC;Lindane Cyclohexane, 1,2,3,4,5,6-hexachloro-,(la,2a,3[3,4a,5a,6(3)- 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-l-methylethyl)ether;2,2'- Propane,2,2'-oxybis[1-chloro- Dichlorodiisopropyl ether;DC IP,See footnote 4 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- i -(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. Dibenz[a,hlanthracene Dibenz[a,h]anthracene Page 10 of 15 16A16 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- Ethene, 1,2-dichloro-(Z)- I,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- 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- 1 a,2,2a,3,6,6a,7,7a-octahydro-,(1 aa,2(3,2aa,3(3,6(i,6aa,7(3,7aa)- Diethyl phthalate 1,2-Benzenedicarboxylic acid,diethyl 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-(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,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, 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-octy1 phthalate 1,2-Benzenedicarboxylic acid,dioctyl ester Diphenylamine Benzenamine,N-phenyl- Disulfoton Phosphorodithioic acid,0,0-diethyl S-[2-(ethylthio)ethyl]ester Page 11of15 16A16 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,(3a,5aa,6(3,913,9aa)- 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-,(laa,2(3,2a[i,3a,6a,6a[3,7(3,7aa)- Endrin aldehyde 1,2,4-Methenocyclo-penta[cd]pentalene-5-carboxaldehyde,2,2a,3,3,4,7- hexachlorodecahydro-(1a,2(3,2a(3,4(3,44,5[3,6ap,6b(3,7R*)- 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-1 H-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-1 a,1 b,5,5 a,6,6a,-hexahydro- ,(1 aa,l b(3,2a,5a,5a(3,6(3,6aa) 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 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-(1a,4a,44,513,8(3,8a[3)- 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 2-Methylnaphthalene Naphthalene,2-methyl- Page 12 of 15 16A16 Methyl parathion;Parathion methyl Phosphorothioic acid,0,0-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- 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-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,0,0-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- Dibenzo[b,e][1,4]dioxin,2,3,7,8-tetrachloro- dioxin Page 13 of 15 16A16 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; 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- 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- 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 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 2,2',4,4'-tetrabromodiphenyl ether chloromethane(methyl microcystin-LF Acetochlor (BDE-47) chloride) 2,2',4,4',5-pentabromodiphenyl 1,1-dichloroethane microcystin-LR DCPA mono-acid degradate ether(BDE-99) 2,2',4,4',5,5'-hexabromobiphenyl bromomethane(methyl microcystin-LY 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-pentabromodiphenyl 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-1,3,5-trinitro-1,3,5- molybdenum cylindrospermopsin Nitrobenzene triazine Perchlorate Acetochlor cobalt germanium Terbacil Alachlor strontium manganese Metolachlor chromium' alpha- 1,2-diphenylhydrazine hexachlorocyclohexane Acetochlor ethane sulfonic acid chromium-6 chlorpyrifos 2-methyl-phenol (ESA) Page 14 of 15 16A16 2,4-dichlorophenol Acetochlor oxanilic acid(OA) chlorate dimethipin Alachlor ethane sulfonic acid perfluorooctanesulfonic acid ethoprop 2,4-dinitrophenol (ESA) (PFOS) perfluorooctanoic acid fluorfen Alachlor oxanilic acid(OA) 2,4,6-trichlorophenol (pFOA oxyfluorfen Metolachlor ethane sulfonic acid perfluorononanoic acid profenofos Diazinon (ESA) (PFNA) perfluorohexanesulfonic acid tebuconazole Metolachlor oxanilic acid(OA) (PFHxS) ( ) N-nitroso-diethylamine(NDEA) perfluoroheptanoic acid total permethrin(cis-& Diuron (PFHpA) trans-) N-nitroso-dimethylamine perfluorobutanesulfonic acid tribufos Fonofos (NDMA) (PFBS) N-nitroso-di-n-butylamine HAAS Linuron (NDBA) N-nitroso-di-n-propylamine HAA6Br Nitrobenzene (NDPA) N-nitroso-methylethy lam ine HAAS Prometon (NMEA) Terbufos N-nitroso-pyrrolidine(NPYR) 1-butanol Aeromonas 2-methoxyethanol 2-propen-1-ol total organic carbon (TOC) 1 bromide Page 15 of 15 16A16 Exhibit B Fee Schedule following this page (pages 1 through 7 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 *Prices shall remain firm for the inital term of this Agreement Table 2-Appendix I TAT:10_Days(Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 6020B Appendix I Metals -- 1 $50.00 $50.00 Water 8260B Appendix I Volatiles -- 1 $40.00 $40.00 Total Table 2-Appendix I $90.00 Table 3- Appendix II TAT:10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 8260B Appendix II Volatiles -- 1 $40.00 $40.00 Water 8011 EDB&DBCP -- 1 $30.00 $30.00 Water 8270D Appendix II Semivolatiles(without PAHs) -- 1 $85.00 $85.00 Water 8270D LL LL PAHs -- 1 $60.00 $60.00 Water 8081 B/8082A Appendix II Pesticides&PCBs -- 1 $85.00 $85.00 Water 8151A Appendix II Herbicides -- 1 $65.00 $65.00 Water 6020A Appendix II Metals -- 1 $50.00 $50.00 Water 9012B Total Cyanide -- 1 $16.00 $16.00 Water 9034 Total Sulfide -- 1 $18.00 $18.00 Water 1613B 2,3,7,8-TCDD Only -- 1 $195.00 $195.00 Total Table 3-Appendix II $644.00 Table 4-UCMR 4 TAT:10_Days (Business Days) (to be analyzed by McCoy and McCoy Laboratories) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water Subcontract UCMR 4 Total Microcystin by 546 -- 1 $160.00 $160.00 Water Subcontract UCMR4 Cyanotoxins(7 Compounds)by 544 -- 1 $410.00 $410.00 Water Subcontract UCMR4 anatoxin-a&cylindrospermopsin by 545 -- 1 $460.00 $460.00 Water Subcontract UCMR4 Germanium by 200.8 -- 1 $55.00 $55.00 Water Subcontract UCMR4 Manganese by 200.8 REV 5.4 -- 1 $55.00 $55.00 Water Subcontract UCMR4 Pesticides by 525.3 -- 1 $385.00 $385.00 Water Subcontract UCMR4 HAA9 by 552.3 -- 1 $270.00 $270.00 Water Subcontract UCMR4 Alcohols by 541 -- 1 $350.00 $350.00 Water Subcontract UCMR4 TOC by 5310 C-2000 -- 1 $65.00 $65.00 Water Subcontract UCMR4 Bromide by 300.1 -- 1 $55.00 $55.00 Water Subcontract UCMR4 Sampling Kit -- 1 $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) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 335.4 Total Cyanide -- 1 $15.00 $15.00 Water 200.8 Primary Drinking Water Metals -- 1 $31.00 $31.00 Water SM 2130B Turbidity -- 1 $7.00 $7.00 Water 300.0 Nitrate as N,Nitrite as N Nitrate as N 1 $6.00 $6.00 Nitrite as N 1 $6.00 $6.00 Water 300.0 Fluoride -- 1 $6.00 $6.00 Water 524.2 Regulated VOCs -- 1 $40.00 $40.00 Water 525.2 Semivolatiles -- 1 $78.00 $78.00 Issued on: 6/27/2018 Page 1 of 1l' -7 16A16 Water 504.1 EDB and DBCP -- 1 $25.00 $25.00 Water 508 FL DOH Regulated Pest&PCBs -- 1 $45.00 $45.00 Water 515.1 Chlorinated Acids -- 1 $45.00 $45.00 Water 531.1 Carbamate Pesticides -- 1 $45.00 $45.00 Water 547 Glyphosate -- 1 $40.00 $40.00 Water 548.1 Endothall -- 1 $40.00 $40.00 Water 549.2 Diquat -- 1 $45.00 $45.00 Water 524.2 Trihalomethanes -- 1 $35.00 $35.00 Water 552.2 HAA5 Analytes -- 1 $45.00 $45.00 Water 552.2 Total Haloacetic Acids(no charge for calculation) -- 1 $0.00 $0.00 Water 300.1B Chlorite -- 1 $6.00 $6.00 Water 300.1 B Bromate -- 1 $6.00 $6.00 Water 1613B 2,3,7,8-TCDD in Drinking Water Only -- 1 $195.00 $195.00 FAC 62-550 Primary DW Standards TAT:10_Days(Business Days) (to be analyzed by KNL Laboratory Services) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 900 Gross Alpha&Gross Beta -- 1 $50.00 $50.00 Water 903.1 Radium 226 -- 1 $80.00 $80.00 Water 904 Radium 228 -- 1 $105.00 $105.00 Water Subcontract Uranium -- 1 $70.00 $70.00 FAC 62-550 Primary DW Standards TAT:10_Days (Business Days) (to be analyzed by EMSL Analytical, Inc.) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 100.2 Asbestos in Drinking Water -- 1 $100.00 $100.00 FAC 62-550 Primary DW Standards TAT:10_Days(Business Days) (to be analyzed by Lee Cty Env -Ft. Myers, FL) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 9223B Total Coliforms by Presence/Absence -- 1 $25.00 $25.00 Total FAC 62-550 Primary DW Standards $1,191.00 FAC 62-550-Secondary DW Standards TAT:10_Days(Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 200.7 Rev 4.4 Secondary DW Metals -- 1 $20.00 $20.00 Water SM 2120B Color -- 1 $5.00 $5.00 Water SM 23306 Corrosivity,LSI Calculation -- 1 $20.00 $20.00 Water SM 2320B Alkalinity(required to calculate Corrosivity) -- 1 $7.00 $7.00 Water SM 5540C Methylene Blue Active Substances(MBAS) -- 1 $15.00 $15.00 Water SM 2150B Odor -- 1 $7.00 $7.00 Water 150.1 pH Only -- 1 $5.00 $5.00 Water SM 2540C TDS -- 1 $7.00 $7.00 Water 300.0 Chloride&Sulfate Sulfate 1 $6.00 $6.00 Chloride 1 $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 VOCs -- 1 $40.00 $40.00 Issued on: 6/27/2018 Page jof yr 16A16 Water 625 Priority Pollutant SVOCs -- 1 $78.00 $78.00 Priority Pollutants TAT:10_Days(Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 608 Priority Pollutant Pesticides -- 1 $45.00 $45.00 Water 200.8 Priority Pollutant Metals(less Hg) -- 1 $48.00 $48.00 Water 245.1 Mercury -- 1 $10.00 $10.00 Total Priority Pollutants $221.00 62-780 Table B-Petroleum CoCs TAT:10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 4500 CI E-2011 Chloride,Total -- 1 $10.00 $10.00 Water 4500 S2 F-2011 Sulfide,Total -- 1 $10.00 $10.00 Water 8260B BTEX-MTBE -- 1 $35.00 $35.00 Water 8270D PAHs -- 1 $55.00 $55.00 Water 8011 EDB -- 1 $30.00 $30.00 Water FL-PRO TRPH -- 1 $35.00 $35.00 Water 6010D Arsenic,Cadmium,Chromium,Lead(4-Metals) Arsenic 1 $5.00 $5.00 Cadmium 1 $5.00 $5.00 Chromium 1 $5.00 $5.00 Lead 1 $5.00 $5.00 Water 2540C-2011 TDS -- 1 $7.00 $7.00 Total 62-780 Table B-Petroleum CoCs $202.00 62-780 Table B-Chlorinated Solvents TAT:10_Days(Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 8260B Volatiles -- 1 $40.00 $40.00 Total 62-780 Table B-Cholrinated Solvents $40.00 62-780 Table B-Petroleum Solvents TAT:10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 8260B BTEX -- 1 $35.00 $35.00 Water 8270D PAHs -- 1 $55.00 $55.00 Water FL-PRO TRPH -- 1 $35.00 $35.00 Total 62-780 Table B-Petroleum Solvents $125.00 62-780 Table C -Waters TAT:10_Days(Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 8260B Volatiles -- 1 $40.00 $40.00 Water 8270D PAHs -- 1 $55.00 $55.00 Water FL-PRO TRPH -- 1 $35.00 $35.00 Water 8011 EDB -- 1 $30.00 $30.00 Issued on: 6/27/2018 Page/ofy8 I 3 16A16 , Water 6010D Lead -- 1 $5.00 $5.00 Total 62-780 Table C-Waters $165.00 62-780 Table C -Soils TAT:10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Solid 8260B BTEX-MTBE(Price includes sampling kit) -- 1 $40.00 $40.00 Solid 8270D PAHs -- 1 $55.00 $55.00 Solid FL-PRO TRPH -- 1 $35.00 $35.00 Solid Moisture Percent Moisture -- 1 $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 -- 1 $40.00 $40.00 Water FL-PRO TRPH -- 1 $35.00 $35.00 Water 8270D Semivolatiles w/o PAHs -- 1 $78.00 $78.00 Water 8270D PAHs -- 1 $55.00 $55.00 Water 6010D Arsenic,Cadmium,Chromium,Lead(4 Metals) Arsenic 1 $5.00 $5.00 Cadmium 1 $5.00 $5.00 Chromium 1 $5.00 $5.00 Lead 1 $5.00 $5.00 Water 8081 B Pesticides -- 1 $50.00 $50.00 Water 8082A PCBs -- 1 $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) -- 1 $45.00 $45.00 Solid 8270D Semivolatiles w/PAHs -- 1 $78.00 $78.00 Solid FL-PRO TRPH -- 1 $35.00 $35.00 Solid 6010D Arsenic,Cadmium,Chromium,Lead(4-Metals) Arsenic 1 $5.00 $5.00 Cadmium 1 $5.00 $5.00 Chromium 1 $5.00 $5.00 Lead 1 $5.00 $5.00 Solid 8081 B Pesticides -- 1 $50.00 $50.00 Solid 8082A PCBs -- 1 $35.00 $35.00 Solid Moisture Percent Moisture -- 1 $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 CI E-2011 Chloride,Total -- 1 $10.00 $10.00 Water 4500 S2 F-2011 Sulfide,Total -- 1 $10.00 $10.00 Water 8260B Volatiles -- 1 $35.00 $35.00 Water 8270D PAHs -- 1 $55.00 $55.00 Water 8011 EDB -- 1 $30.00 $30.00 Water FL-PRO TRPH -- 1 $35.00 $35.00 Water 6010D Arsenic,Cadmium,Chromium,Lead(4-Metals) Arsenic 1 $5.00 $5.00 Issued on: 6/27/2018 Page/ofj,2'7 4 16A16 Cadmium 1 $5.00 $5.00 Chromium 1 $5.00 $5.00 Lead 1 $5.00 $5.00 Water 2540C-2011 TDS -- 1 $7.00 $7.00 Total 62-780 Table E-Waters $202.00 62-780 Table E -Soils TAT:10_Days (Business Days) 1 Matrix Method Test Description Analyte Quantity Unit Extended Price Price Solid 8260B Voaltiles (Price includes sampling kit) -- 1 $45.00 $45.00 Solid 8270D PAHs -- 1 $55.00 $55.00 I I Solid 6010D Arsenic,Cadmium,Chromium,Lead(4-Metals) -- 1 $20.00 $20.00 Solid FL-PRO TRPH -- 1 $35.00 $35.00 Solid Moisture Percent Moisture -- 1 $3.00 $3.00 Total 62-780 Table E-Soils $158.00 62-780 Table F -Groundwaters TAT:10_Days (Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 4500 CI E-2011 Chloride,Total -- 1 $10.00 $10.00 Water 8015C Methyl Acetate -- 1 $45.00 $45.00 Water 9056A Sulfate Fluoride 1 $6.00 $6.00 Sulfate 1 $6.00 $6.00 Water 8315A Formaldehyde -- 1 $90.00 $90.00 Water 8260B Volatiles -- 1 $40.00 $40.00 Water 8270D Semivolatiles -- 1 $78.00 $78.00 Water 6010D Metals Aluminum 1 $5.00 $5.00 Copper 1 $5.00 $5.00 Iron 1 $5.00 $5.00 Manganese 1 $5.00 $5.00 Silver 1 $5.00 $5.00 Zinc 1 $5.00 $5.00 Water 2540C-2011 TDS -- 1 $7.00 $7.00 Total 62-780 Table F-Groundwaters $312.00 Waste Characterization TAT:10_Days(Business Days) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Solid 8260B TCLP Volatiles -- 1 $40.00 $40.00 Solid 1311 ZHE Extraction -- 1 $25.00 $25.00 Solid 8270D TCLP Semivolatiles -- 1 $78.00 $78.00 Solid 1311 TCLP Extraction -- 1 $25.00 $25.00 Solid 8081 B/8082A TCLP Pesticides -- 1 $50.00 $50.00 Solid 8151A TCLP Herbicides -- 1 $65.00 $65.00 Solid 6020A TCLP Metals -- 1 $35.00 $35.00 Solid 7470A TCLP Mercury -- 1 $10.00 $10.00 Solid 1030 Ignitability -- 1 $12.00 $12.00 Solid 9045D pH -- 1 $5.00 $5.00 Solid 9012B Total Cyanide -- 1 $15.00 $15.00 Solid 9034 Total Sulfide -- 1 $18.00 $18.00 Solid 9095B Paint Filter -- 1 $8.00 $8.00 Total Waste Characterization $386.00 Issued on: 6/27/2018 Page/of l 7 5 Requested -not in other groups TAT:10_Days(Business Days) 1 6 A 1 6 Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 6020A Metals Aluminum 1 $5.00 $5.00 Antimony 1 $5.00 $5.00 Arsenic 1 $5.00 $5.00 Barium 1 $5.00 $5.00 Beryllium 1 $5.00 $5.00 Cadmium 1 $5.00 $5.00 Calcium 1 $5.00 $5.00 Chromium 1 $5.00 $5.00 Cobalt 1 $5.00 $5.00 Copper 1 $5.00 $5.00 Iron 1 $5.00 $5.00 Lead 1 $5.00 $5.00 Magnesium 1 $5.00 $5.00 Manganese 1 $5.00 $5.00 Nickel 1 $5.00 $5.00 Potassium 1 $5.00 $5.00 Selenium 1 $5.00 $5.00 Silver 1 $5.00 $5.00 Sodium 1 $5.00 $5.00 Thallium 1 $5.00 $5.00 Vanadium 1 $5.00 $5.00 Zinc 1 $5.00 $5.00 Water 4500 NH3 G-2011 Ammonia -- 1 $7.00 $7.00 Water 5210B-2011 BOD -- 1 $20.00 $20.00 Water 5220D-2011 COD -- 1 $12.00 $12.00 Water 1664A Oil&Grease -- 1 $20.00 $20.00 Water 2340C-2011 Hardness -- 1 $7.00 $7.00 Water 300.0-1993 R2.1 Nitrate,Nitrite,Nitrate+Nitrite Nitrate as N 1 $6.00 $6.00 Nitrate Nitrite as N 1 $6.00 $6.00 Nitrite as N 1 $6.00 $6.00 Water 4500 P F-2011 Orthophosphate -- 1 $15.00 $15.00 Water 6010D Dissolved Silica -- 1 $30.00 $30.00 Water FILTRATION Sample Filtration -- 1 $5.00 $5.00 Water 365.1-1993 R2.0 Phosphorus,Ortho -- 1 $15.00 $15.00 Water FILTRATION Sample Filtration -- 1 $10.00 $10.00 Water 2510B-2011 Conductivity -- 1 $8.00 $8.00 Water 351.2-1993 R2.0 Total Kjeldahl Nitrogen -- 1 $13.00 $13.00 Water Total Nitrogen Nitrogen,Total -- 1 $7.00 $7.00 Water 5310 B-2011 TOC -- 1 $15.00 $15.00 Water 420.1-1978 Total Recoverable Phenolics -- 1 $13.00 $13.00 Water 365.4-1974 Phosphorus,Total -- 1 $10.00 $10.00 Water 2540C-2011 TDS -- 1 $7.00 $7.00 Water 2540 D-2011 TSS -- 1 $7.00 $7.00 Water 2540E-2011 TVS -- 1 $7.00 $7.00 Water 2320B-2011 Alkalinity,Bicarbonate,and Carbonate Alkalinity 1 $7.00 $7.00 Bicarbonate 1 $7.00 $7.00 Alkalinity as CaCO3 Carbonate Alkalinity 1 $7.00 $7.00 Water 8141B Organophosphorus Pesticides -- 1 $105.00 $105.00 Water 8270D Terbufos -- 1 $270.00 $270.00 Issued on: 6/27/2018 Pagel of 12, d 16A16 Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 8270D Organophosphorus Pesticides -- 1 $115.00 $115.00 Water 1631E Low Level Mercury(cost includes sampling kit) -- 1 $150.00 $150.00 Water SM 4500 0 G Oxygen,Dissolved -- 1 $10.00 $10.00 Water 8945 Fenitrothion -- 1 $150.00 $150.00 Requested -not in other groups TAT:10_Days(Business Days) (to be analyzed by Microbial Insights) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water Subcontract CENSUS-DNA(Dehalococcoides--DHC/Dehalobacter spp. -- 1 $400.00 $400.00 --DHBt) Requested -not in other groups TAT:10_Days(Business Days) (to be analyzed by Jupiter Environmental Labs) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water Subcontract Sucralose-Method 1694 -- 1 $200.00 $200.00 Requested -not in other groups TAT:10_Days(Business Days) (to be analyzed by BCS Laboratories) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water Subcontract Water Use Test/Student T Test-Method 9020Bfl -- 1 $400.00 $400.00 Water Subcontract Crypto/Giardia -- 1 $450.00 $450.00 Water Subcontract Fecal Streptococcus -- 1 $70.00 $70.00 Requested -not in other groups TAT:10_Days(Business Days) (to be analyzed by Environmental Conservation Laboratories) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water SM10200H Chlorophyll-a&Phaeophytin -- 1 $50.00 $50.00 Requested -not in other groups TAT:10_Days (Business Days) (to be analyzed by Lee Cty Env -Ft. Myers, FL) Matrix Method Test Description Analyte Quantity Unit Extended Price Price Water 9222D Fecal Coliform -- 1 $25.00 $25.00 Water 9223B Total Coliform -- 1 $25.00 $25.00 Total Requested-not in other groups $2,797.00 7 Issued on: 6/27/2018 Page/of ye 1 16A16 Other Exhibit/Attachment Description: ❑ following this page (pages through ) 0 this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16A16 AC's® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 09/07/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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 w certificate does not confer rights to the certificate holder in lieu of such endorsement(s). _ PRODUCER CONTACT 0 NAME: a Aon Risk Services, Inc of Florida 1001 Bri ckel l Bay Drive (A/C. Ext): (866) 283-7122 FAX No): 800-363-0105 d, Suite 1100 E-MAIL -0 Miami FL 33131 USA ADDRESS: G x INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: The Travelers Indemnity Co of CT 25682 TestAmerica Laboratories, Inc INSURERB: Travelers Property Cas Co of America 25674 4101 Shuffel Street NW North Canton OH 44720 USA INSURERC: Starr Surplus Lines Insurance Company 13604 INSURER D: INSURER E: INSURER F: 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 INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE MMD WVD POLICY NUMBER MM/DD/YYYY1 JMMIDDWY YI LIMITS C X COMMERCIALGENERALLIABILITY 1000065512181 04/01/2018 04/01/2019 EACH OCCURRENCE $1,000,000 XDAMAGETO RENTED $300,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) _ MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 rgi GENII AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 'V 1 POLICY X PRO X I LOC JECT I l PRODUCTS-COMP/OPAGG $2,000,000 r- OTHER: Deductible $50,000 F A AUTOMOBILE LIABILITY P-810-277J0023-TCT-18 04/01/2018 04/01/2019 COMBINED SINGLE LIMIT $1,000,000 X (Ea accident) X ANY AUTO BODILY INJURY(Per person) 0 z OWNED —SCHEDULED AUTOS ONLY _AUTOS BODILY INJURY(Per accident) y HIRED AUTOS NON-OWNED PROPERTY DAMAGE u ONLY _AUTOS ONLY (Per accident) w X $2,000 Comp Ded X $2,500 Call Ded t' d C UMBRELLA LIAB X OCCUR X 1000336445181 04/01/201804/01/2019 EACH OCCURRENCE $4,000,000 0 X EXCESSLMB CLAIMS-MADE AGGREGATE $4,000,000 DED RETENTION B WORKERS COMPENSATION AND UB9D82616A18 04/01/2018 04/01/2019 X PER I IOTH- EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 E yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000— c Env Prof (E&O) 1000065512181 04/01/2018 04/01/2019 Each Claim $1,000,000 Prof & Poll-Claims Made Total Claims $2,000,000 X DESCRIPTION OF OPERATIONS I LOCATIONS I 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. Z CERTIFICATE HOLDER CANCELLATION r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. + Collier County Board of County AUTHORIZEDREPRESENTATIVE .-- ' Commissioners 3295 Tamiami Trail East Naples FL 34112 USA ` 2f_ /l��s �i �l t _ i TrD/ sJ �JCatida aim - ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD