HomeMy WebLinkAbout1894 Pace Analytical piggyback 17/18-21ami ryxr�
FINANCE DEPARTMENT
r
To: City Clerk
E: Request for Services
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
I
Development Order
Final Plat (original mylars)
Letter of Credit
Maintenance Bond
Ordinance
Performance Bond
Resolution
❑ City Mayor's Signature
® City Clerk Record Keeping
❑ Safe Keeping
❑ City Attorney's Signature
® City Clerk's Signature
Piggy Back Contract — Pace Analytical PBA 17/18-21
Once completed, please:
® Return original
❑ Return copy
Special Instructions:
Please sign both contracts and return one (1) to purchasing. City Clerk's office may keep one (1)
copy for their records.
Please advise if you have any questions regarding the above.
Thank you!
maa, 3-a�z�
From
J-
T:\DepLfonns\City Clerk Transmittal Memo - 2009.doc
Contract/Agreement Name:
Approval:
PBA 17/18-21 Pace Analytical Services
urchAManage
Date
Finance Director
I—
(.G�ttorney
Date
Date
1
Rrb v;M1.
sb
CITY COMMISSION MEMORANDUM 17-312
DECEMBER 11, AGENDA
To: Honorable Mayor and Members of the City
PREPARED BY: Cynthia Porter, City Clerk
SUBMITTED BY: Norton N. Bonaparte, Jr., Ci Manage
SUBJECT: Consent Agenda /
SYNOPSIS:
Approval of the consent agenda is requested.
Ws RM v'
Item No& A —,S
A. APPROVE' RETIREMENT OF SERVICE WEAPON SIG SAUER P320 9MM,
SERIAL NUMBER .58BO29 f 74, AND AUTHORIZE RETIRING POLICE
CAPTAIN JAMES MCAULIFFE TO REGEIYE" HIS SERVICE WEAPON UPON
RETIREMENT.
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Retirement of service weapon Sig Sauer P320 9mm, serial number 58B029174, and authorization
for retiring Police Captain James McAuliffe to receive his service weapon upon retirement is;being
requested.
FISCAL.ISTAFFING STATEMENT:
N/A
BACKGROUND:
Police Captain James McAuliffe is retiring January 31, 2018 with 25.12 years of service. The City
has historically awarded retired officers their service weapon in this manner, per SPD policy 01-
23 X.
LEGAL, REVIEW:
No legal review requested of the City Attorney.
RECOMMENDATION:
C. APPROVE PURCHASE ORDER TO PACE ANALYTICAL SERVICES, INC., FOR
LABORATORY SERVICES IN AN AMOUNT NOT TO EXCEED S f OS 000.
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approval of a purchase order to Pace Analytical Services, Inc. for contract laboratory services is
requested.
FYSCAL.ISTAFFING STATEMENT:
The estimated cost of the services from the contract laboratory, Pace Analytical Services, Inc., is
$105,000. Funds are budgeted in various utility plant accounts to cover these costs.
BACKGROUND:
The City of Sanford Utility Department is required to test for various laboratory parameters to
comply with the current water and wastewater treatment facilities operating permits. The City uses
a contract laboratory to provide these services.
The City is able to "piggy -back" the Volusia County bid (bid number 2292, 14-B-148AK) with
Pace Analytical Services, Inc. for laboratory services. The Master Agreement is extended until
October 15, 2018.
LEGAL REVIEW:
No legal review requested of the City Attorney.
RECOMMENDATION:
It is the staff's recommendation that the City Commission approve a blanket purchase order to
Pace Analytical Services, Inc. for laboratory services for an amount not to exceed $105,000.
D. APPROVE AMENDING THE PURCHASE ORDER WITH CDM SMITH FOR
CONSULTING SERVICES RELATED TO AQUIFER STORAGE AND RECOVERY
(ASR) PERMITTING AND TESTING FOR A TOTAL COST OF $70,370.
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
Pace Analytical Services, LLC Piggyback Contract
(PBA -17118-21)
The City of Sanford ("City") enters this "Piggyback" Contract with Pace Analytical
Services, LLC (formerly known as Pace Analytical Services, Inc.), which is a Minnesota
entitiy that is registered in Florida. Although the parent company of Pace Analytical
Services, LLC, PAS Parent, Inc., is a Delaware corporation that is not registered in
Florida, it operates primarily as an investment holding company in the bank businesses/
industry within the holding and other investment offices sector. Pace Analytical
Services, LLC (hereinafter referred to as the "Vendor"), with a local address of 8 East
Tower Circle, Ormond Beach, Florida 32174, hereby agrees to provide certain services
to the City in accordance with the following terms and conditions:
1. The Purchasing Policy for the City of Sanford allows for
"piggybacking" contracts. Pursuant to this procedure, the City is allowed to
piggyback an existing government contract, and there is no need to obtain formal or
informal quotations, proposals or bids. The parties agree that the Vendor has
entered, and amended, a contract with Volusia County, Florida, said contract being
identified as "Master Agreement No. 780 3814A-1" relating to laboratory analysis
and sampling (said original contract being referred to as the "original government
contract").
2. The original government contract documents, as amended, are
incorporated herein by reference and attached as Exhibit "A" to this contract. All of
the terms and conditions set out in the original government contract are fully binding
on the parties and said terms and conditions are incorporated herein.
3. Notwithstanding the requirement that the original government contract
is fully binding on the parties, the parties have agreed to modify certain technical
provisions of the original government contract as applied to this Contract between
the Vendor and the City, as follows:
1
a) Time Period ("Term") of this Contract: (state N/A if this is not
applicable). N/A.
b) Insurance Requirements of this Contract: (state N/A if this is not
applicable). N/A.
c) ... Any other provisions of the original government contract that will
be modified: (state N/A if this is not applicable). N/A.
d) Address change for the City: Notwithstanding the address and
contact information for the government entity as set out in the original government
contract, the Vendor agrees that he/she/it shall send notices, invoices and shall
conduct all business with the City to the attention of City Manager, at: City of
Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's
designated representative for this Contract is Bilal Iftikhar, P.E., Public Works
Director, City of Sanford, 300 North Park Avenue; Sanford, Florida 32771,
telephone number (407) 688-5000 (Extension 5421) and whose e-mail address is
BILAL.IFTIKHAR@Sanfordfl.gov.
e) Notwithstanding anything in the original government contract to
the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation
between the parties arising out of this Contract shall be in Seminole County, Florida
in the Court of appropriate jurisdiction. The law of Florida shall control any dispute
between the parties arising out of or related to this Contract, the performance
thereof or any products or services delivered pursuant to such Contract.
f) Notwithstanding any other provision in the original government
contract to the contrary, there shall be no arbitration with respect to any dispute
2
between the parties arising out of this Contract. Dispute resolution shall be through
voluntary and non-binding mediation, negotiation or litigation in the court of
appropriate jurisdiction in Seminole County, Florida, with the parties bearing the
costs of their own legal fees with respect to any dispute resolution, including
litigation.
g) All the services to be provided or performed shall be in
conformance with commonly accepted industry and professional codes and standards,
standards of the City, and the laws of any Federal, State or local regulatory agency.
h) IF THE CONTRACTOR/VENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012,
CYNTHIA PORTER, CITY CLERK, CITY OF Sanford, CITY HALL, 300
NORTH PARK AVENUE, SANFORD, FLORIDA 32771,
PORTERC@SANFORDFL.GOV.
i) All other provisions in the original government contract are fully
binding on the parties and will represent the agreement between the City and the
Vendor.
"40th
Entered this S day of AQCX1' , ' 4;X.
SIGNATURE BLOCKS FOLLOW:
3
Attest:
Printed name: MIUM(
Authorized Corporate Attesting Authority
Attest-
L''�-
CynthM Porter, City Clerk
Approved as to form and legal
1li- L Colbert City Attorney
IQ -CA
Pace Analytical Services, LLC
(formerly known as Pace Analytical
Services, Inc.), a Minnesota limited
liability company by PAS Parent, Inc.,
a Delaware corporation.
By:
Steve Va nderboorn
President
Date: 12 -12 - 2617
City Of Sanford
By:
Jeff Triplett,
Date:
Exhibit "A"
[Attach original government contract]
.s
Volusia County
FLORIDA
COUNTY OF VOLUSIA►., FLORIDA
PURCHASING DIVISION
123 W. Indiana Ave
DeLand, FL 32720-4608
Telephone: (386) 626-6626
Fax: (386) 626-6657
E-mail: vbertling a@volusia.org
Master Agreement Renewal Request
To: Pace Analytical Services, Inc. From: Vikky Bertling
Attn: David Chaffman Date: 8/31/2017
E -Mail: david.qhaffman@pacelabs.com
Subject: MSA 3814 —Lab Analysis & Sampling
MESSAGE: The current Master Agreement expires 10/15/2017. The County would Me to extend the
notify us of your willingness to extend this agreement by having an authorized person sign this form and
returning it to my attention.
In order for the above Master Agreement to be extended, the County also
requires a current, ACORD insurance form identifying the soMitation
number or groject name and Purchasint, Agent/contact and naming
Volusia County as an additional insured.
Thank you for your prompt reply.
Yes, we are interested in doing business with the County, as outlined above.
Y
No, we are not interested in doing business with the County, as outlined above.
Authorized Signature Date 9131117 -1 -
Firm's
/ /Firm's address: ;?_FGsI�- T t-2'rr LI-le-le-
Email
ire•le-
Email address: 04,At-z ( &i.:.& hs � �*-
Please return to Vikky Beztling via email: vbertling�7a volusia.ora or fax (386) 626-6657
If you have any questions regarding this communication, please don't hesitate to contact me at
the numbers or e-mail address indicated above.
SUBMT TO:
COUNPY OF VOLUSU
PURCHASING & CONTRACTS
123 %V. INDIANA AYE., P.M. 302
DELAND,FL32720-4608
vol�.Sxa. Cr0't1nty
V J EIORIDA
(�
INWT A TION TO BED
1`j, 1 't 1t
CONTACTPERSON:
Andrew G. Kokitus........ 386-943-7009
AN EQUAL
www volusia org urchasing
386-736-5935
DAYTONA BEACH:---.. 386-257-6000
OPPORTUNITY
EMPLOYER
NEW SMXRNA BEACH:......».386.423 3300
NUMBER:
SUBMITTAL DEADLINE:
ANALYSIS AND SAMPLING---]
TITLE:
14B-14SAK
Friday, September 19, 2414
LABORATORY
at 3:00 .m. EDT
DO NOT RESPOND TO THIS SOLICITATION ON LINE -- SEE SECTION 2.3, D.ELNyERY OF BIDS
PRE BID DATE, TIME AND LOCATION: SUBMITTALS RECEIVED AFTER ABOYEDATE
Thursday, August 28, 2014 at 9:30 A.M. EDT AND TIME IVILL�BECONSIDERED
Budget Conference Room, Third Floor, 123 W. Indiana Avenue, Deland, FL 32720
FIRWSNAME.
The vendor acknowledges that information provided in this Bid is true
MAILINGADDMS: and correct`
X
Authorized Signature
Typed Name
Title Date
THIS FORM MUST BE COMPLETED AND RETURNED W1TH YOUR RESPONSE
GENERAL CONDITIONS AND INSTRUCTIONS
* * * * PLEASE READ CAREFULLY
Individuals covered by the Americans with Disabilities Act of 1990 in need of accommodations to attend putuo openings or meetings sponsored by the Volusia County
Purchasing and Contracts Division shall contact the County's ADA Coordinator at386 248-1760, at least two (2) business days prior to the sebeduled opening"meeting.
SUBbuSsiON OF OFFERS: All offers sbalt be submitted in a sealed envelope or
pa:kege. The Invitation number title. and epentng date shall be clearly displayed on the
outside of the sealed envelope or package. The delivery of resyaases to the Volusm
County Putebastng and Contracts Divulon Office prior to the specified date and time is
solely and strictly the responsibility of the offeror. Any submitral received in the
purchasing and Contracts Division Office after the specified date and time; will not be
considered.
Responses shall be submitted on forms provided by the County. Additional iaromaGon
may be attached to the submittal. Faainule submissions are NOT acceptable. No offer
may be modified after acceptance, Nooffermaybewithdrawn after opcnwgfor ape&d
ofninety (90) days Volas otherwise specified.
EXECUTION OF OFFER: Offer shall contain a manual signature in the space($)
pmvidcd of a representative authorized to legally bled the offeror to the provisions
tlrerda. All spaces requesting information from the offeror shall be completed.
Respoosea staii be typed or printed to iriL Use oferasable ink orpeneit is aotpemdtted.
Any correction made by the offeror to any entry must b e initialed.
OPENING: Opening shall be public in the Voladta County Pumhadtng and Contracts
Dividioa inmrcd'wteIy fottowrng the advertised deadline date and time for receipt of
submittals. Pursuant to Section 119.07(3) (0) Florida Statutes (1991) no further
information regarding offers submitted will be made public until such time of intended
award orthtrty(30) days. whieheverisearlier.
PUBLIC RECORD: The County of Volusia. Florida, is governed by the Public Record
Law Chapter 119. Florida statutes.
CLAmFICATIoN/CORRECTION OF ENTRY: The County of volusia reserves the
right to allow for the clarification ofquestionable entries and the correction ofOBVIOUS
MISTAKES.
INTEitPR£TATTON/ADDENDA Arty 4nestions concurring conditions and
specifications shall be directed to the designated contact person. Those taterpretattoas
which may affect the eventual outcome ofthe invitattontoffashaabe furnished in writing
t0pmspeWive 0ffc0M
No interpretation shall be considered boding unless provided in wdtiag by the County
of
Volusia purchasing and Contracts Division in the form ofan addendum. Any
da
issued sball be acknowledged by signature and returned with of ibro?s =post-
Fall=
poosaFailure to aelmawicdge addenda nay sesuit in the oiler not bclag considered.
i. INCURRED EXPENSES: This invitation does not commit the County to make an
award nor sballthe County be responsible for any cost or expense which maybe Incurred
by any Bidder in preparing and submitting a reply. oranycost oraq =sc inearredbyany
Bidder prior to the mention of a purebase order or Contraet/Agceemant.
B. DISADVANTAGED BUSINESSES. The County of Volum; Florida, has adopted
policies which assure and encourage the full participation of Disadvantaged Business
Enterprises (OM ba the Provision ofgoodsand servicer.
9. LOCAL BUSINESSES. The County Council has established a policy to e0c0utage
participation of local busiames in the provision orgoods and services. The County volt
endeavor to assist local businesses to atbkvc this goaL
A. GenmlCanditions
Local Busmeua: A prime contractor or so duly licensed and authorized W
engager in the particular business in I eke, Orange. Os=ota, Semiaoie orvolusia County.
Florida, and holds a valid Iocal business time t celpt for that pis= or bustaess for a
minimumsix(6) mouths priorto the date ofsubmittal ofthe Bid orgaote to ft County.
10. PRICING: Unless otherwise specified prices offered shalt remain firs for a petiod of
at last ninety (90) days; all pricing of goods shall include FOB DESTINATION, ail
Picking, briarifigg, shipping charges and delivery to any points) within the County to a
secure arca or inside delivery; all prices of services shalt l"Judc all expenses necessary
to provide the service at tht location specified.
11. ADDITIONAL TERMS & CONDITIONS: The County of Volusia reserves the right
to reject offers containing terms or conditions contradictory to those requested in the
invitation specifications.
12. TAXES- The County of Volusia is exempt Som Federal E: t Taxes and all sales
taxes. Florida State Exemption Ccrtt6catcNo. 85-801262239369.
13. DISCOUNTS: All discounts except those for prompt payment shall be considered in
determining the lowest net cost for evaluation putposm
14. MEETS SPECIFICATIONS: The offeror represents that all offers to this invitation
shall meet or exceed the minimum requirements spccificd.
I5. BRAND NAME OR EQUAL- If items :equated by this Invitation have been
identified in the specifications by a Brand Name "OR EQUAL" description, such
Identification Is intended to be descriptive and not restrictive and is to indicate the
quality and characteristics ofproduets that will be acceptable. Offers proposing "equal"
products will be considered for award if such products are clearly idtwificd in the tiller
and arc determined by the County to meet fully the salient ehmactmistie rcquremsnts
Listed in the specifications.
Unless the offeror clearly indicates in bMcr offer that hdshe is proposing an "cquar
product, the offer shalt be considered as offcting the same brand mama product
refaeaeed in the specifications.
If the affesorproposts to famish an"equal"product, the brand manse orthe product to be
fumishedshall beclearly ida65c& The evaluation orofiersand the determination asto
equality oftheproduct of credshallbetherespotrsibilityofriteCountyandwillbebased
on information furnished by the oflemr. The Purchasing and Contracts Division is not
responsible for locating or securing any information which is not identified in the
response and reasonably available to the Purchasing and Contracts Division. To insurer
that sufficientinfarmation is available the offerorshall firmtsh as Pad Oftheresponse all
descriptive material necessary for the Purchasing and Contracts Division to determine
whether the product otrered mats the saiicat ehamctmistira required by the
specifiadmis and establish exactly what the oilctor proposes to furnish and what rhe
County would be binding itscifto purchase by making an award.
16. SAMPLES: When required, samples orproduets "I be f uu7ubcd with rcsPoase to the
Countyatoehaige. SampiesmaybetemdandwiRtiotberetumcdtotheoffuor. The
rtuat ofanyand all teslingshall be made availabieupon written rcquesL
17. SILENCE OF SPECIFICATIONS: The apparent AMOCO of these speci5atioas or
say supplemental specifications as to details or slit uAssions ni oo n nly Me bat
illed
description concerning any point, shalt be regard meaning
commercial practices art to prevail and that only materials of fist quality and correct
type siz4 and design are to be used. All wo*mansbip shalt be first quality. All
Interpretations ofspeeifications shalt be made upon the basis of this stattment.
18. GOVERNING LA\YS: Any Agreement to purchase scrolling from this invitation shalt
be governed he
cts or the stitc or norids, and the
County cr VolemFloridregulations,
a. Venuc halll be oand a jury m the C'mcuit Corot of Volem
County. Florida.
19. ASSIGNMENT-. Any agreement to purchase issued pursuant to this invitation and
award thereof and the monies which may become due hereunder are not assignable
except with the prior written approval of the County Director of Purchasing and
Contracts.
20. CONTENT OFINVITATIONLRESPONSE- Thewntenrsofthisinviratioa,all tetms,
conditions. specifications, and requirements Included herein and the accepted and
awuded response thereto may be incorporated into an agreement to purebase and
become legally bluding. Any terms, conditions, specifiaGom;, andfor regairsmcats
spedfie to the item or service requested herein shall supersede the requirements of the
"OENi.RAL CONDITIONS AND INSTRUCTIONS:'
21. LIABILITY: The supptim/pmvida shalt hold and save the County of Volunia, its
officers, agents, and employees hamdess against claims by third parties resuhiug Som
breach ofeontractor negligence by the supplitdprovida.
22. PATENTS, COPYRIGHT, AND ROYALTIE s: The svppGedprovidcr, without
exception, shall indemnify and save harmines the County of VObula, its olLcess, agents and
employees from liability of any nature of kind, including cost and expenses for or on
account ofany copyrighted, registered, patented, or unpatented Invcalion, process, or artick
manufactured or used In the provision ofgoods andforsavlces, inetadinguse bythe County
ofVolusis. Ifthe supptierlprovider uses anydesigN device, or materials covered by letters,
patent, eapysigh4 or registration, it is mutually agreed and understood without exception
that the quoted price shall include all royalties or costs arising Sam the use ofsuch design,
dcvkci ormalmiak in mmyway involve&
23. TRAINING: Unless otherwise specified supplierr/pmviders may be required at the
conveaience of and at no expense to the County to provide training to County personnel in
the operation and maintenance ofany item purchased as aresult ofthis irritation.
24. ACCEPTANCE- Products purchased as a insult of this inviutlon may be tested for
compliance with spteificatioas. items delivered not eonfomming to specifications may be
injected and returned at Bidders expense. These items and items not delivered by the
delivery date spcclGcd in accepted offer andfor purchase order may be purchased on the
opcnnmkct. Any increase in cost may be charged against the Bidder.
25. SAFETY WARRANTY- Any awarded suppiicdpmvider inciuding dealers, distributors;,
andfor manufaeturets shall be responsible for having complied with all Federal, State, and
local standards, regulations, and laws concerning the product orservice specified, and the
use lherecE applicable mad etkcdve on the date of manufacture or use or date in service
including safety and environmental standards as apply to both private industry and
governmental ageneles.
26. NVARRANTY: The offeror agrees that, unless otkuwise spaificd, ilio product andfor
service furnisked as a result of this invitation and award thereto sbalt be covered by the
most favorable commercial warranty the offeror gives to any customer for comparable
quantities ofsuch products and/or services and that the tight and remedies provided herein
am is addition to and do not limit any riots afforded to the Coaaty of VOlus'a by tiny alher
provision of the invitation/offer.
27. AWARD: As the bat interest of the County may requurq, she County rrsetves the light to
make award(s) by Individual item, group ofitcuu, all or none, ora combinationttcof o;
a geographical basis and/or on a countywide basis with one or :tare supplier(s) flcrr
provider(s); to reject any and an offers or waive Any irregularity or technicality
received. Offerors are cautioned to male no assumptions unless their offer has been
evaluated as being responsive. Any or all award(s) made as a remit ofthis invitation shalt
eoaformtoappGcable ordinances ofthe County of VOlusra. Florida.
28. VIOLATIONS: Any violation of any of the stipulations, terms„ andfor conditions listed
andfor included hetcin may result in the otterorfBidda being removed from the County Bid
fist and the offcrodBidder being disquortiled from doing business with the County for a
period of time to be dtienniacd on a case -by -Care basis.
29. For purposesoftkisinvitationandevaluationofraponsesheretothefollowingshallapply:
unit prices shall prevail over extended prices; written matter shall prevail over typed matter.
numbers spelled in word form shall pievaR over Arabic numerals Cone" over `IOW cn
not inconsistent with contactwar&used in be present tense include the future,
in the
plural number include the singular number, and words In the abrgulmr number include the
plural number. Tbeword sball"isalways mandatory and not me* dircdory.
30. DEF7N1T10NS:
COUNTY —Tire term "County" bcroin mlers to the County of Volusis. Florida. and its
duly authoriacdrepses :native$ and any jurisdiction within Volusla County.
OFFEROR — Tkt term "offeror^ used herein tn&ts to any dealer, manulaetnrer;
representativc, distributor, or business organization submitting an otter to the County In
raPonse to this invitation
BIDDER — The tern "Bidder" used herein tekrs to any dcakr, manufacturer,
representativq d'utn'buto , or business organization that will be or has been awarded a
contract andlOr pmrrcI = order pursuant to the terms and conditions of the invitatiott and
accepted offer.
USING AGENCY — The tam "Using agency used herein tefus to any departnseat,
divisloa, agency, commission, board, committee, authority. or moths unit is the County
government using supplies or pmcuriAg contractual services as provided for in the
Pur Juising Ordmaaccofihc County OrV01usf% Florida.
HEAVY DUTY - no item(s) to which the tam "Heavy Duty is applied shalt exceed
the usual quality and/or capacity supplied with standard production equipmtat and shall be
able towidutandunusual strai0.caposurc.kmpttatu:r wen andrua
THE COUNTY OF VOLUSIA RESERVES THE RIGHT TO REJECT ANY OR ALL OFFERS,
TO SVA IVEMAY BE DEEMED TO BE INT ACCEPT TO OFFER
EST MEREST OF THE COUNTY
'Volusxa Comity
FLORIDA
nate Issued: 10/23114
Master Agreement NO, 850 3814 -1
TERM: 201440-16 to 2017-10-15 Page i of i
Vendor Contact:
Name: JEFF BAYLOR
County contact:
Name: JENNIFERSTIRK
Bill To:
COunt�l of VOIUSla
Phone:3Bw2-6688 EXt.:
Phone: 386.9472852 ExL:
E-mail: isueeQvowde.org
ASREtd�ijJIRED13Y
USING DEPARTMENT
!~•malt:
•
VOLUSIA COUNTY, FL $2720
Vendor Name: Vendor No. OBOB19BOD20
-
Ship To: .
AS REQUIRED BY
PACE ANALYTICAL SERVICES, INC--
EA,
USIIIG DEPARTMENT
8 EASTTOWER CIRCLE
VOLUSIA COUNTY, FL32720
ORMOND BEACH, FL 32174
Solicitation Number., 2292,14•B 148AK
Purchasing Analyst: ANDRLW KOKiTUS
ExL:
Phone:386-.943-7003
'
E-mail: akowws@volusta.org
Award Date: 201440-16
Avfiard Authorization: COUNCIL
Payment Terms: Net 46 Days, FOB Desi, Freight allowed
Documentpescription: LAB ANALYSIS AND SAMPLING UTILITIES AND•SOUDWASTEONLY
Rine
Cornmod"rty
Unit
Description
Unit Prise or
ontraatAmount
item
Code
•
2
96148
EA,
Lab Analysis and Sampling per attached price list.
a-Ot}O>iD
County of Volusia
Jeaniene Jennings CPPB Sales Tax&emption Number
Parcizasing & Contraets Director 85-8012622393C-9
Remalnderof page Is blank
candiUonscontUctYnlhCow►totVoluaiaTermsandCondjHons.iheCouMYa•fermsandcondt8onspmvaII. See[eversesldefottatmnandcandfHons.
Purchase Order (PO) or Master Agreement (MA) Terms and Conditions
Providing any good or service constitutes acceptance of Us entire PO or MA without exception
Dell 71da end dsk or loss shall pass whon Items have been received, trapscted, and socepitd by County of Voissie Ccftmtylk Ali assod'a1w suppIng.
�. and other telaIad costs shall b e borate by PmWdar.
am Btcoed.PmtddoraMUBtvaCounty3D(lhM,�}daysadvaacBnoBcaotadlscon8nueditam(e}sothntt�untycaztpurdissoadddionatgvsnUdesotdtscocdtnued
tam(e}. CounlymuslgivewrHien approwl orreplscamanQa}illhayeaceedprevIouspdceorfa9tomeotqusGtyfonn.t�oriundtanotihe dtsoontintted ilem.Time
[s of the essence rh:oardmD Pedomranx or SoMvsa and Ibis PO or ASA can 6e terminated by the County toe corn"ertiettce, nacfaPprapdaiton of funds, of
GovemGto tawldudsddfmWenue.Thts PO orMAehd begwmned bythe taus orthostata*IFIMda and venuetorarNYdgaNmte*lne�Oda PO OrMAsholl
be In CotadyofVdustgFlorttta,andanytrWshagbenonjury.FaebpartygmtstoboerihmncosbendatlnmayelbasretaBugtoanydisputeadsbtgander
this PO or MA. P(avlder shalt cmvly whh so epplicaVe tats end re Bufaitons.
atcB.For000dasndeervScesdrSveredorpedbyPmuidaronCounlypmraises,ProvTdorrnrilliealtmattdBTn:comF�etsstvaponamlIIoblStytnaumtce
so�a ltoojrweenee to the amounts ktantlaedbrtlto soldlabonandlaomtradendaetamendmeth WeNto pe"agtothis PO orM ortromanA.M. BostA-•
or bettat toted buutanco ram authodred by the State of Ftodda i v m m Cormeld3loner. The Camly resc= Ute right to tequrre the Vourdy of Vot aw be
earned
ecd esudt co
ddffe Insured
for
Upi r*ctsitf sndemed nec eo W. For
saaMoss performed
Ott prem and
goods dt$vetad by third pony cantors, the
intellect at pmaedv. Provider agrees to protect, defend. btderror , and save Ute C-Aq. Its aQetds, otfidels. rndudino tkded ot6dal� and tm !cites! or the
__Made.1
apaten[(A17EtICmUt4 rrvyciVl. oa y,u.,,,c.. wn,n ....,. ..,. •........�----.._�� __ _
na.r„ �,><. vn,na,_ mvntly x aNtBr Buds tisane foo bh order bo de>iwr the Uem(s) er a PO Or AtA, suds Uttd petty Md !!sage fee Towt be specified e
ad i[arh 8Assinnntent County inayunHatemfydhanga, td no addVmd cost, the qutnttyeed mcd*g pohdvMn the CounWorttema notyel Mpptid. AR
oth` erttemsmusSComifitaityeyreeduponInwflft.countyisnotregtdredtopayforderecdvahtms.backotdtm.latedoe"dex those gtwildesex the
PO ortMquantity, ortleres stripped ata Noherpdce U mstated on the Po orMA. Naherthls PO ottdAnnr enylnteresthemtnehati bo asstpned, banstarrod. or
en=nbomdbyPtotrderw=ptasauthodmdtnwgm bythe County.
oils ARnoBcesgivonbyonn wlytotheoiwpattyunderWsPO"MAahBlbadeWacdtD tareccivinDPmV38M�aetfetthonUftF0eitherbyhand,
quoueed
twAw. W" e44 fts sales, ee o Floor. �t�;� x.32720 atrantnifted. For pv 8d4 ode Co.� h shell be addressed to the Putchasktp and Contacts
Delmimeat 12attolllbltrer EXupt as e)pm* act forth hatch no Witt or dft On the partofCountY In Wnhlng 111711911L 11"ef- ortete'edyher"Wershe' operateasorbe
dawautrumm. nor ehoGanyBiogkorPeINwmmboOfany doht,paw. or remWy ptt** eW c1harorfudherw=c1sa theMOL or the On deaBfnrry
otherdoht, povtor, onemedy.
Orderef prcoadence, intheeventoteonilldbtWeanthts PocraMccAumerowl(PA),the odg%WJ1VVoWsta Countyeenbectand smendmerdsthamto ah6lbe
conlrano. Two contrw shm pedain to sg spcdgca4cns rex► scopes 0j Vo fs Sadudeddn the odgkong Volusta County contract and any amondments Meeh.
Payment. eceptforconstmctlon se Acas, wtdrh shad be paid purouantto the Florida Prompt PaymradAd, County shdt pay Provtdar%Wft 45 00(tr4w) days
Aft
receipt ratan accurate end undtvputed bsrolm, unless the County accepts a pmmFt RMCAt dl=wt tram PMVAW and the goods or services are not
dcted " nvotx, pig elle, delivery teodA Order ackrsovdedoemcat and wnespondenca stroll Beatty titd ata the Po or MA number. Any adtfd[onal or
ditferecdteonsandconavonsonpsar. a'adecuoealsshe%betonsidemdVAandw)d.±heCou V",doductmtotmtstttsduo Iran, Provtdeeb114nontornot
Pay disputed tnvolces unet such dbpute is tovftd. Nothbto in Oft PO or MA shod create any obloalion an the ppad of the County to Pay y to Wry
m beantmaot of Paovider any mm+tss due to such subcontractor or chime of such subcontractor foramounts and by Provider to subcontractor for goods or
sewtoes provided underW PO 006W
Tars. County is tax exempt from Mamf cWtW f=ederal i afte, Tom P ompitoalt 4t3 0D-WM end Ftwida solos tex (Exempted asom28t239".
Q g tteatmSeaci3oomption-homthe g* toseeeaccopyytheof teforeoea�iWcatMU=Inad��toar'dgh�arrramedtes�ainedlaaU3s A
eathpatlyshallham dghts,Was. 04 mledimavaiishtertseughtheUditxmcomme"dol Code (Uaoj
t PwAder watmnts that all Wads ar Sentoes performed under this PO or MAshall be podarned In a good and compatentwodanonIlko 0181=10 the
mils aauonofihaC 4,.4ui _ �oMthTss Paa�rMA.PPm deri (wm entsmertihenlabH aallgg000dsarsen4cesamlttlut reeittutheaodbty pu+paeesthey
toseuvo.
Purchasing & Contracts Division, rev. 0348-2044 apprvd CH
File Number: 2292
Date: 4011612014 AGENDA ITEM
Q ordinance 11 Resolution- U Budget Resolution
veparfinent Public Works
Divislon-. Water Resources and Utilities
subject: Multiple awardd for laboratory analysis and sampling,'14•B448AK•
John Angiulli Jeaniene Jennings Legal
lnteran Director Public Director Purchasing Daniel D. Eckert
Works County. Attorney
V&,���- D'ro 9 t r Le al
Michael Ulrich
Director Water and
Utilities
„.,d. ;
Approved in
Accordance with
Purchasing Policies and
Procedures
Phyllis Schwarz
Proxy for Tammy Bong
Director Management
and Budget
Approved as to Budget
Requirements
Council Action: Approved As Recommended
�ec
Depariment i
Approved as to Form
and Legality
Modificeilon: Patterson! Denys 7-0
fund Number(s): Description:
457 Water And sewer utilities 457-
8DOOrOWaste
450 Solid Waste (Laboratory)—Solid
Total item Budget: $2'32,600.00
StaffContact(s):
John Angiulli
Michael Ulrich
Leonard Marion
Page 1 of 1
item: B4
IX] Other
County Manager's Office
Charlene Weaver, CPA,
CFO
Deputy County
Manager
Amount:
$122,00000
$130,000.00
Phone: Ext
386 736 5965 12712
366 943 7027 12724
386 943 7889 21347
sumrnaryfflighlights:
The county received four responses, detailed on the attached tabulation sheet, to an Invitation
to bid to provide laboratory analysis and sampling. Staff recommends an award to the two
lowest responsive and responsible bidders: Advanced Environmental Laboratories (AEI.), Inc.,
Altamonte Springs, and Pace Anatytical Services, inc., Ormond Beach. staff recommends a
three year award with two subsequent
contract aear nd eexhibits arels with council
av'rp{ab e approval. f E sUmated review In the
annual expenditures will be$262,0013. Th
purchasing and contracts division.
Recommended Motion: Approval.
euo�ats-e
Master Agreement
TERM: 2017-10-15 to 2018-10-15
Volusia County
FLORIDA
Date Issued: 10/06/2017
NO. 780 3814A -1
Page 1 of 2
Vendor contact:
County contact:
Unit
Bill To:
Name: JEFF BAYLOR
Name: DOROTHY FOSTER
96148
County Of Volusia
Phone: 386-672-5668 Ext.:
Phone: 386-822-6465 Ext,: 13636
AS REQUIRED BY
E-mail:
E-mail: dfoster@volusia.org
USING DEPARTMENT
VOLUSIA COUNTY, FL 32720
Vendor Name: Vendor No.
08081900020
Ship To:
PACE ANALYTICAL SERVICES, INC.
AS REQUIRED BY
USING DEPARTMENT
8 EAST TOWER CIRCLE
VOLUSIA COUNTY, FL 32720
ORMOND BEACH, FL 32174
Purchasinq
VICTORIA BERTLING
Solicitation Number: 14-B-148AK
Phone:
386-626-6626 Ext:
E-mail:
vbertling@volusia.org
Award Date: 2017-09-21
Payment Terms:
Net 45 Days, FOB Dest, Freight allowed
Award Authorization: COUNCIL
Document Description:
Lab Analysis and Sampling
Line
Item
Commodity
Code
Unit
Description
P
Unit Price or
Contract Amount
2
96148
EA
Lab Analysis and Sampling per attached price list.
0.000000
Jeaniene Jennings CPPB
Purchasing & Contracts Director
Remainder of page is blank
County of Volusia
Sales Tax Exemption Number
85-80126223930-9
A delivery order is required for the release of items/ services from the referenced Master Agreement. If a solicitation number is referenced then the terms and conditions of
said solicitation become part of the Master Agreement. Deviation from prices stated is not permitted without a signed corrected Change Order.
If vendor terms and conditions conflict with Count of Volusia Terms and Conditions, the County's Terms and Conditions prevail. See reverse side for terms and conditions.
Purchase Order (PO) or Master Agreement (MA) Terms and Conditions
Providing any good or service constitutes acceptance of this entire PO or MA without exception.
In the event this document is issued based on a solicitation or quote, the terms and conditions of the
solicitation or quote prevail.
Acceptance. Products/Services purchased as result of this PO or MA may be tested for compliance with specifications. Items delivered not in conformance with the specifications
may be rejected and returned at the Providers expense. Those items and items not delivered by the delivery date specked in the accepted offer and/or PO or MA may be
purchased on the open market.
Cancellation of Order. A request by either party to PO to cancel the order at no cost
Delivery. Title and risk of loss shall pass when items have been received, inspected, and accepted by County of Volusia ("County"). All associated shipping, insurance, and other
related costs shall be bome by Provider.
Discontinued. Provider shall give County 30 (thirty) days advance notice of a discontinued Rem(s) so that County can purchase additional quantities of discontinued item(s).
County must give written approval of replacement(s) if they exceed previous price or fail to meet quality, form, fit, or function of the discontinued dem. Time is of the essence
regarding Performance of Services and this PO or MA can be terminated by the County for convenience, non -appropriation of funds, or non-performance.
Disputes. If such dispute arises under this PO or MA and is not resolved informally by the parties within five (5) business days, the parry bringing a claim ("Disputing Party") shall
deliver to the first level representative of the other party a written statement ("Dispute Notice") describing the dispute. If the respective representatives cannot resolve the dispute
within ten (10) days, the dispute shall be escalated through two higher levels of management. If the dispute has not been resolved within 25 (twenty- five) calendar days after
delivery of the Disputing PartyA€TMs notice, either party may give written notice to the other party declaring the resolution process terminated and pursue other legal recourse or
initiate formal non-binding mediation before a single mediator, which shall be completed within 30 (thirty) days of initiation, in accordance with rules of practice and procedure
adopted by the Supreme Court of Florida for court-ordered mediation, Rule 1.700, at seq., of the Florida Rules of Civil Procedure, and Chapter 44, Florida Statutes. If the dispute
remains unresolved after conducting such mediation, then either party may proceed to finalize such termination remedies and commence litigation in a court of competent
jurisdiction.
Compliance with FEMA 2 CFR 200.318-326 and Appendix II Contract Provisions. This Agreement and the products/services provided may be utilized in the event of declared
State/Federal Emergency and Contractors shall be prepared to comply with the requirements of the FEMA Super Circular CFR 200.318-326 and Appendix II Contract Provisions
as amended. These documents can be found on the Internet at: https://www.gpo.gov/fdsys/granule/CFR-2014-title2-voll/CFR-2014-title2-voll-sec200-318
Governing Law/JurisdictionNenue. This PO or MA shall be governed by the laws of the State of Florida and venue for any litigation arising from this PO or MA shall be in the
County of Volusia, Florida, and any trial shall be non -jury. Provider shall comply with all applicable laws and regulations.
Insurance. For goods and services delivered or performed by Provider on County premises, Provider certifies it maintains comprehensive general liability insurance and auto
insurance in the amounts identified in the solicitation and/or contract and any amendments thereto pertaining to this PO or MA, or from an A.M. Best "A -" or better rated insurance
firm authorized by the State of Florida Insurance Commissioner. The County reserves the right to require the "County of Volusia" be named as additional insured for projects when
deemed necessary. For services performed off County premises and goods delivered by third party carriers, the Provider shall use such carriers that maintain such insurance
coverage as set forth above.
Intellectual Property. Provider agrees to protect, defend, indemnify, and save the County, its agents, officials, including elected officials, and employees of the County harmless
from and against any and all claims, demands, actions, and causes of action which may arise asserting that a copyright, trademark, trade secret, or patent ("Intellectual Property'),
as provided under this PO or MA, infringes or misappropriates any third party's Intellectual Property. If Provider must pay a third party any license, royalty, or other such usage fee
in order to deliver the item(s) under this PO or MA, such third party and usage fee must be specked in the Providers offer to sell to the County.
Indemnification. The Contractor shall indemnify, defend and hold harmless the County and its employees, officers, elected and appointed officials, agents, attorneys,
representatives, volunteers, divisions, departments, districts, authorities, and associated entities from and against all claims, damages, losses, and expenses, including, but not
limited to attorney's fees, arising out of or resulting from the performance of this Agreement to the extent that any such claim, damage, loss and expense is caused by any
negligent act or omission of the Contractor, anyone directly or indirectly employed by Contractor.
Modification & Assignment. County may unilaterally change, at no additional cost, the quantity and receiving point within the County for items not yet shipped. All other items must
be mutually agreed upon in writing. County is not required to pay for defective items, back -orders, late deliveries, those quantities exceeding the PO or MA quantity, or items
shipped at a higher price than stated on the PO or MA. Neither this PO or MA nor any interest herein shall be assigned, transferred, or encumbered by Provider except as
authorized in writing by the County.
Notices. All notices given by one party to the other party under this PO or MA shall be delivered to the receiving party's address set forth on this PO either by hand, qualified
courier, or e-mail and shall be deemed received the day after it is transmitted. For the County, it shall be addressed to the Purchasing and Contracts Department, 123 West
Indiana Avenue, 3rd Floor, Deland, Florida, 32720 or purchasing@volusia.org.
No Waiver. Except as expressly set forth herein, no failure or delay on the part of County in exercising any right, power, or remedy hereunder shall operate as or be deemed a
waiver thereof, nor shall any single or partial exercise of any right, power, or remedy preclude any other or further exercise thereof, or the exercise of any other right, power, or
remedy.
Order of Precedence. In the event of conflict between this PO or a Master Agreement (MA), the originating Volusia County contract and amendments thereto shall be controlling.
This control shall pertain to all specifications and scopes of work included in the originating Volusia County contract and any amendments thereto.
Payment. Except for construction services, which shall be paid pursuant to the Florida Prompt Payment Act, County shall pay Provider within 45 (forty-five) days after receipt of an
accurate and undisputed invoice, unless the County accepts a prompt payment discount from Provider and the goods or services are not defective. Invoice, packing slip, delivery
receipt, order acknowledgement, and correspondence shall clearly indicate the PO or MA number. Any additional or different terms and conditions on Providers documents shall
be considered null and void. The County may deduct amounts it is due from Providers payment or not pay disputed invoices until such dispute is resolved. Nothing in this PO or
MA shall create any obligation on the part of the County to pay directly to any subcontractor of Provider any monies due to such subcontractor or claims of such subcontractor for
amounts owed by Provider to subcontractor for goods or services provided under this PO or MA.
Sovereign Immunity. The County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding
anything set forth in any section of the Agreement, Master Agreement, and/ or this Purchase Order to the contrary, nothing in any such documents shall be deemed as a waiver of
immunity or the limitations of liability of the County beyond any statutory limited waiver of immunity or limits of liability which may have been or may be adopted by the Florida
Legislature, and the cap on the amount and liability of the County for damages regardless of the number or nature of claims in tort, equity, or contract shall not exceed the dollar
amount set by the legislature for tort. Nothing in the Agreement, Master Agreement, or this Purchase Order shall inure to the benefit of any third party for the purpose of allowing
any claim against the County, which would otherwise be barred under the doctrine of sovereign immunity or by operation of law.
Taxes. County is exempt from Manufacturers' Federal Excise Tax (Exemption# 49-6000-885) and Florida sales tax (Exemption# 85-8012622393C-9). Certificates are available at
www.volusia.org/purchasing. After accessing the foregoing website, select, "Doing Business with Volusia County" and "Consumer Certificate of Tax Exemption" from the available
menu screens to see a copy of the certificates.
Termination for Convenience. The County may cancel the PO or MA in whole or part when it is in the best interest of the County with thirty (30) days notice.
UCC. In addition to any rights or remedies contained in this P.O., each party shall have rights, duties, and remedies available through the Uniform Commercial Code (UCC).
Warranty. Provider warrants that all Work or Services performed under this PO or MA shall be performed in a good and competent workmanlike manner to the satisfaction of the
County, and materials shall be of good quality (unless otherwise stated on PO or MA), and free from defects and pursuant to specifications and requirements of the contract
related to this PO or MA.
Volusia County Purchasing & Contracts Division, (rev. 09-19-17 apprvd CHJJ)
ITB 14-B-148AK
Page 1 of 6 ATTACHMENT B -Pricing _
LABORATORY ANALYSIS AND SAMPLING
voj� I wflh�i#I
Pace Analytical Services Inc.
UTILITIES DIVISION
DRINKING WATER:Price
Per Test .
VOLATILE, E ORGANICS
Price Per Test
Primary Inorganic Compounds without Asbestos
110.00
Volatile Organics Contaminants (VOCs)
60.00
Nitrate
7.00
1,2,4-Tricholorobenzene (120-82-1)
30.00
Nitrite
7.00
cis- 1,2-Dichloroeth lene (156-59-2)
30.00
Arsenic
7.00
Total Xylenes
30.00
Barium
5.00
Methylene chloride
30.00
Cadmium
5.00
1,2 -Dichlorobenzene
30.00
Chromium
5.00
1,4 -Dichlorobenzene
30.00
Cyanide
20.00
Vinyl chloride (75-01-4)
30.00
Fluoride
7.00
1,1-Dichlorethene
30.00
Lead
5.00
trans-l,2-Dichloroethene
30.00
Mercury
12.00
1,2-Dichloroethane
30.00
Nickel
5.00
1,1,1-Trichlorethane
30.00
Selenium
5.00
Carbon tetrachloride
30.00
Sodium
5.00
1,2-Dichloro ro one
30.00
Antimony
5.00
Trichloroethene
30.00
Beryllium
5.00
1,1,2 -Trichloroethane
30.00
Thallium
5.00
Tetraehlorethene
30.00
Copper
5.00
Chlorobenzene
30.00
Total coliform
10.00
Benzene
30.00
Asbestos
110.00
Toulene
30.00
a 1' ;1 r *iI y] ,iE iI' , Eth lbenzene
"k k .2' N ,SZ K Yii jE .Nj X•i t.t iy{ '2'i'Y'2 i"� k t . r., 2 Y• { ..%
_,. ;,,�., x..a..., ..a _.• ,_-, . xiit..a.:, .,. Styrene
30.00
30.00
PESTICIDES AND PGBS
Price Per Test
Price Per Test
Synthetic Organics Contaminants (SOCs) without
Dioxin
450.00
Atazine
45.00
Endrin
45.00
Alachlor
45.00
ama-BHC(Lindane)
45.00
Heptachlor
45.00
Methoxychlor
45.00
Heptachlor epoxide
45.00
Toxaphene
45.00
2,4-D
45.00
Dala on
45.00
2,4,5 -TP
45.00
Di uat
45.00
Hexachlorobenzene
45.00
Endothall
45.00
Benso a rene
45.00
Glyphosate
45.00
Pentachlorophenol
45.00
Di(2-eth Ihex l) adipate
45.00
PCB
45.00
Oxam 1
45.00
1,2-Dibromo-3-chloro ro ane
45.00
Simazine
45.00
1,2-Dibromoethane
45.00
his (2-eth Ihex 1) phthalate
45.00
Chlordane
45.00
Picloram
45.00
IDioxin
195.00
Dinoseb
Hexachloroc clo entadiene (77-47-4)
Carbofuran
45.001t
45.00
45.00
�uyri prix 'jj, xy x t Yx 3 ;, I n i sn ; ' xxn T
S ii`"' £ .2 � £ � �� � � 3 x �`i ••is S'2 2 *�,^ R .'zi`x I��i 'i,�* � � 'ice Y #"i:
ag { ,zhd' fii•�` x ftp :ui`zn':,;iY' 'x iK i a i.:in "' z''�r''-r7YL.xm£•x:`•tt „2•x x xiYi`-.nz.`i.z«'YS`i £'." .ifi jz
�33_� 3�2, ,�x�,,.�� „;i��w� .,;a:,..,,-�i �,�'��; _ �'•, i� � �.,,�� i ��1� -x I�� �_�"3�:
4M� �y. �Y� W E„2.tUu •}:.y-ir,S., nn 3. i ; i`k Y•� �J "x,�Y YE� � � ES`2` i2iMS�E?� .� S"`. XSZ i � � � R`i
i•�_ - �, •"'
:�=:-i:�;i..•�"`z-.•��; �.,�',E.,,,,�:�:i;�,�:;i,, a.�w:�ai`�i �:� �„�i=�,,=�ali, „�,ss.:i..::,; .:x ,,,Y,=,;�. ���:�:�;:.�:.i:.«,'�. , K=.}::��;,���n „; ��;�u:�:.:::s
ITB 14-B-148AK
Page 2 of 6 ATTACHMENT B -Pricing
LABORATORY ANALYSIS AND SAMPLING INs Coy
r nty
eroti
RADIOLOGICAL
]Price Per Test,
OTHER CONTAMINANTS Price Per Test
Gross Alpa (including Uranium)
35.00
Trihalomethane Analysis 28.00
Radium 228
58.00
Total Haloacetic Acids 65.00
Radium 226
58.00
Calcium 5.00
SECONDARY
Price Per Test ' '
Magnesium 5.00
Secondary Drinking Water Standards
110.00
Potassium 5.00
Aluminum
5.00
Total Iron 5.00
Chloride
5.00
Total Hardness 10.00
Copper
5.00
Calcium Hardness 6.00
Fluoride
5.00
Specific Conductance 6.00
Iron
5.00
pH 4.00
Manganese
5.00
Silica 5.00
Silver
5.00
Total Cyanide 20.00
Sulfate
5.00
Free Cyanide 20.00
Zinc
5.00
Total Alkalinity 8.00
Color
5.00
Boron 5.00
Odor
5.00
Turbidity 4.00
H
4.00
Ammonia 12.00
Total Dissolved Solids
8.00
Unionized Ammonia 12.00
Foaming Agents
15.00
Acrylamide & Epichlarohydrin 120.00
" xR "x�2ibU Y.#N?#,2t23d5�i kixi? i
3i
Total Nitro en 24.00
=`Tti
�N ?M 2 t kit} Yix }�3 N NNUYt R" tM
3A"�?M=i
Total Phosphorus, as P 12.00
Orthophosphate, P 7.00
.x...z _.x .,,
as
UNREGULATED CONTAMINANTS LIST I
Price Per Test `
EXPLOSIVES Price Per Test
Unregulated Contaminants LIST I
450.00
1,3-dinitrobenzene 100.00
Selected Pesticides & Flame Retardants:
2,4,6 -trinitrotoluene 100.00
2,2',4,4',5,5'-hexabromobiphenyl
55.00
Hexahydro-1,3,5-trinitro-1,3,5-tryiazine 100.00
2
2,2,4,4,5,5'-hexabromobi hen 1 ether
55.00
}` 2n } Y'y.�-. Y -} �'; ,Y2'3 xi'�'�{. : k`S.`u{' 7»t� l •.'.Y� `',jryY y YX` k,.",Y' iR Y'k, g
`M
2,2',4,4',5- entabromodi hen I ether
55.00
2,2',4,4',6 entabromodi hen l ether
2,2',4,4-tetrabromodi hen 1
55.00
55.00
,..:.5...,•Kzt2r.:::;m3+i£n "� :": «,::::z;}'» ;., i •a:.,., :��.....2, .;hw,'�i.x2. x u2,. ysm ., s? r ,,.:i, .2„znmz?:xn.��,x,,.ixx . .,n ,y,'� ..�g'i,,;z;
«,,�� �A`.F�ix��
ether
_: Yid _
::�.�,� 1:��".'3�51`»^f� �'_=x:.:1� �`�`!`''?' �'�'�x��^�h� �� ��`�`^���,�2"t'�'Y� . M'i""px'i^`t •Y2�.; �x"3"F^`�t �AY3.k"��„ S 2 4
Dimethoate
55.00
55.00
n3 z.,.ri.' ' 2# i •'m"i` ,� uq''"'ix �„ a 'i ¢' n-'`„ xz�--s.. i 3 z» ?7ix i rs 'fyh.',z-2' za�i3.
Terbufos sulfone
q
ITB 14-B-148AK
Page 3 of 6 ATTACHMENT B -Pricing
LABORATORY ANALYSIS AND SAMPLING
volu.sei Tkl1'
RIO,%
WASTEWATER- Price Per Test,,,, RECLAIMED WATER ANALYSIS:
Pr ee Per Test
Copper 5.00 Primary and Secondary Contaminants (Reclaimed Water) 550.00
Zinc 5.00 Arsenic
5.00
Total Cyanide 20.00 Barium
5.00
CBOD 5 15.00 Cadmium
5.00
TSS 8.00 Chromium
5.00
Fecal Coliform 10.00 Fluoride
7.00
Nitrate 7.00 Lead
5.00
TDS 8.00 Mercury
12.00
Chloride 7.00 Nitrate (as N)
7.00
Sodium 5.00 Selenium
5.00
Sulfate 7.00 Silver
5.00
Giardia 200.00 Sodium
5.00
Cryptosporidium 200.00 Ethylene dibromide
25.00
Heavy Metals 49.00 Para -dichlorobenzene
25.00
Bactericidal quality 225.00 Vinyl chloride
5.00
% Solids 5.00 1,1-dichloroethane
5.00
Ammonia 12.00 1,2-dichloroethane
5.00
Fecal MPN 70.00 1,1,1 -trichloroethane
5.00
Fluoride 7.00 Carbon tetrachloride
5.00
Manganese 5.00 Trichloroethene
5.00
Or -N: Organic N TKN minus NH3-N) 26.00 Tetrachloroethene
5.00
TKN: K'edahl N, Total 16.00 Benzene
5.00
Sludge analysis, 503.18 125.00 Total THM
28.00
Specific Conductivity 5.00 Endrin
25.00
Total Phosphate 12.00 Lindane
25.00
Total Phosphorus 12.00 Methoxychlor
25.00
TRPH 12.00 Toxaphene
25.00
H 4.00 2.4-D
25.00
Turbidity 4.00 2.4.5 -TP (Silvex)
25.00
OTHER COSTS: `Pried Per visit Gross alpha excl.
35.00
Sample Pickup at County Facilities radon and uranium
50.00
Southwest Regional WWTP (DeB 12.00 Radium -226 and
58.00
Deltona North WWTP (Deltona) 12.00 Radium -228
58.00
Southeast Regional WWTP (OakHill) 12.00 Chloride
7.00
Halifax Planatation WWTP (Ormond Beach) 12.00 Copper
5.00
Tomoka Landfill (Daytona Beach) 12.00 Iron
5.00
West Volusia Transfer Station (Deland) 12.00 Manganese
5.00
Sulfate
7.00
Zinc
5.00
H (units)
4.00
TDS
8.00
Foaming Agents
} k2. i2` 3x{� �`zy3 '3S}n S� 5 1�:"'F., ,3T•. -i ixS,`.d -Y x.} �`Y<t Sx"S.xYm, ���t „}, 'k.ki x'.}y�'.��w^k'q`"U'4.U2^ r'�'.
15.00
,
Enter S Mpen Sa tinb* ,.
F3'Price
, '
Price Per Event
Sample Collection within one (1) Hour
100.00
ample Collection within six (6) FIours
"£Y3Y '+x, Ixx
50.00
na 3]'2"4�ax
3 13Y.>;sz�"'
3 a aYx i-?`�Y,�i3tiz{ x
a'r i k'rx'xZ
x3 }xt�a n Lln�x� rMk{ka Regulatory compliance meetings
25.00
r.i L t�
x:' xxr�:;x:2�zY'�.ax3'' �' k ., 's^ .:. .�a;�,i��}Z,., . , a. »x , ., w,.zr'�3i"n.#j}}.x4' , `in^,'{k.... x 'x ^'� � .,« e. ` YX3 ;,;z•. , :. -t a -; • , s :aa"
??., <,a..s » <,».,...z.ax... ;x, r<,.xh„k2.,,�i x:x. ]<,,,„z«2.,- xx"x 'Iwa ra. ,3.x, .. », � w.,x .3,xx:ma ..2. �,� . .,3•:x2 i rx- . , ,..,-,„.3«. ., , . . , ^z ..xzi:,.x .. , ....32x, .. ..«. .,<.,
,. t ,-z '. ;�`��
........
.... .... . .... . . 2 ,.,. . ,. _. , , . , _...,..,. .. ,..s.,,......,. ,_,... 3x„ ..,., , z.•..''i{....,x . «3...., «„.k.x,.w,..,,., tt.,.. , .}ix ,,,m . ; :i,,,x ,,,1'x <,x...n r^ `mv °.:-3: ,ixxz.,.
«..,
`.»2'.=.`.« ., iw : -x,x, x, ''22''�� Zi3sk .,. R -.a ..,yyam ,••}}i,Y.yyai,«,.,„-..,,Y... ..xwZx a Y.2 Y. ' $2S^3. „ „. .E w"3 `` `i'y
ki? * `,,.'Y,. ,-..-}.«.„ ... .,,k„ „"2Eiit=2i;N,iiin. R..... ,„i..]#i.,,,. ,,<`,'2`x .}it;,%:,.k-.«,........,.w.,..ixi„k.,...:«"X 2„.., ..2YL^,� ??:_«; ,•Stiii?2L'?li' :i Y..,,,, x . 233k«, w .' ?2 , :2" ; ^'i, ,.,<. ^.Y2]}2.tkSxkY3;T.. »'r' .Y`
�;1?:
�
.,..,,. , ,
x-knl. ,t? , zk:k «`iS
, , 'Y i x
.z3w
xr'`��3
^:`: a . ?_. , i 3 ^••- ;,....< ,x;x, r, .. .....,., i . , ,. `3:, ., _., .,. , ., xk?3: ri`rm`;:^c:; `e;;zx`:`• ,• xi. r., ,. a:,»wx ,x«.axx.., x»mm'�'r,.azr-2it.2tt;r-»,.z"z. , i x`5x... i,;}, , r... =;x:x, ,3.. »�,
..».,. z «,s„ .,,aa,
{i .. XF ^„ .». ,•i2 zxi ,. n_� x, .a?,,;;, ^�'.`
iri23..-..,, t3«..,]3-,. 33'C3t.N,<,.,,, «,{.,.,'.f..2. ;;x33;., Y..,.:5..<,.{....�„St..xi:?-i;w,.i-ni,«,.]`.,.;3..«. ,.,..., „3., ,.Y.k.x.,-L. 2x;4ixiixY E2« ..3;k».Y�i ,. x,,., ,ixL. . Y.x `• ,1•,. S £2«iC , �
`z«kS�} X Y .«1. , T . 2,,
.-,. ] <, . ,,} , «:".a «,?} -T. .�, x .^«'21�.UY.
. ,.x ti�SL. .YK' .0 � S . ;L «- 5;2.:Yk'�'%,.:'n:x^.2tt�..�,•*.4'*.�A;Y':.23 �l'Yk'YxY.,, wii��"���2 Yai,,'i^3, ,x<.".`S.Ux
2•dt332E3 ..,.<,.. cl-Y,2,2Y. nk :X,^32xt3L ..««.,.Y<«. ,. «.tz_.. R..2k,".'k:iz'xxti'2.}2's..,R.,,,.:i..«.,,,2kT:{Ex3i`}3`2^.;TRAY]^<;=32h; : , ki;.n,23k:2' .S , ,.<,ii;i ,3233. '1^-^;. ]..S , ,, n12` i?'.,« . , . , .,-.. nY3^Y: ,S .t,.,2232ikx .
3.«,3L Z'Y�`x, = ,X 'x:nYR?2S.. 3..;:x2-iik^xkit;`
.... , « ..^ i . ,
n,<..i,....« .,,,Yt ,;<{,., ,,,, wY}k ».. , ;{
R. Y , , w.«�.1' 2 ,Y.. �^
FR
,„...�.,. kYkl', 2k,. -„u .x,ix.,2..ak.._ . U 3.»..ti:i. .,.2.Y`,. ,. .3�.x «.x. «a{..,„3U<, 3..2,-^x,22, NL,<S„<S..,+,...."x:E< .., ^"x< 2';$,«3«.32'.3..:23" ,1#.r' .r3:'•k:,:tif. ,,. .2.
i«3Yk 12}: S.S;}`.0l
w�R<
n:k'2'312 , xx..,xi•G.i k:Y"2zY, a .
L`ni
i".:1
'j3
3.,, `C„E.« 2.i,,.,,2...k.,...Ea i-{ N:,h.a, . Y{ ... ,h.E.« ..?«,.,..- , `i,.,., «. ....2{ .}- .i-,«..k^..Tx:k. ^2,.„. ,,. .. 2, «„ � �..Yzi. ^3�2.,, q,»Yid:« ,ki%:N.,,n,,..E`.?..,5. ,A . , i:`: 1 SE: ii:-{ ;3Y3x-•,,, .i
1x. t.,. 2,' �.
"Y. . x«. 1Y . , i':Y;Y2nw.k,.Y� M� ; ..YxY.kp ,..ii,.} � ,..ttt.{. ,2,.«t,... 2. i
��.�"Y 'Y �
,...• , . ,i„ ..« , , w.«,.a, ,.., ...,, x, «,"'}!,. w,w2 .. ,.«.,,z , -., ..« -. .. „<i..,,,,,. a <.-,w-,y . ."'fi .a. ,S , ,.iL+, , ..xw w -, , «.,«.,, ., , 2.... -.,...,'..li• NL^332.. 2::'..:,U�:.
.2„a<. «.... - , s,.r,-2.x...irr3 <...r....{„„„.?22w.2.,. ,ax3«,« „«, .,,i?,nr:,„,� «,zT,. _zxYE;=w.3x3,,. ;2{, ..a,^33.. <, . ]x . .3z. zw ,.33..« , i,r.. , n...„, ,.z� ii;z; Y2sN,rra .^x' `:,...., _. «Y,r„r.2•r.N3=3��;x,^u« ;?'
,. .,;.a, a. , .;{;..xU;,,....; „^ « z`, .F., ,.,. , ..,,1` -,,.„«, „-,.�' ,L,,, ..,.a,,,, r w3 ................ <,« 3 ., «.k- , zY, .., `z. ,.a3,.,., ,,, .. 2 z� , , ,.. ...,«<,:..z.,« '3� , .a
< �;y'.•E:Y.kR.. «3, E'tii^S` `kk` "i '{
, , n21:;x, , , ::,'3"'ax`iz3kx S3�=,r.,w`:x'^:,a�L,?x;^`::� z, „,. 3,.,;,k..,r. ,ix3R^z ;3
.t?�,....rzk �. ^ 2 ii`2, + rrn: `i" ;x, ,aE�:, �:z,xrir.}.`T,.E :; •?2r.'.z. xia
. , .3k�ix «..,.. , ., ,,.3«,3,.... , ,..„,.x xz2.L.. ,,,........ r.,xiax..2i. a,n.,,..3-. 3«. a_„ i..,r, i x ixm„ ,z, 3,.iw. , ,_s.i, l ...32„Iw,,.. . _`•z..,'x2-., . -�� , . Lz... ,..�:,, ..k.'s i »� 'x ,.�t.s .?� . 2r.,,d^ 1,«...r�sswxa„3a2<a,
��
.,.,n,r, x�,,,,}.. ,„ �^ nx.zw-.2�.3. Erna. 3;,x.x,.. ,.« „n .,..?r.. a'ix�"T'r-`^ni'2x .,.,""i^ia»x„-� x ,k;?:s; :rL,i....,<...., t.�,�x},S'.]iEr.,•• 3I;kk3x'i:xx .?x ?•;3.} ,z,,.,..,.... ii. a,., �..�.,,..z, az n,..., s ., ,t`� i;s . , Y
:: 32` �i3:23za�.`r�
'�2
?.i«
�a;.ii3:,,"
^..S,
•wY.zU«1a,w,,x'
�, ^, x.3.3: , i}^'z;` w .,�„ „ :x x..,..
} a,.� ..�.,_ . ...x ..z # „:?
;3^`:�; '2_:z,:znE:.xY : ?#?2r,,,1,..
i1y<�,`.
:<,„.dU2.3.xz1 . ;2iY ....a,nL...;x:i3.
2.2.x.„1i,,...a.-,1.
�21 ,,x,,U,.i,,,,,;.t,3k
.x#32k'....x...i,.F
.x� ;
..3 S.;..X,,..$$?
z..i,.�.,,�i,...,...
2iyi
,�.,}.2,.`^h,.2,'.kiz
,a.«^?.
z,...h,Y
,,?n'
,,
K��.,.
<«,,..3.iY E.Z:2nw...:`.:R
.w .YY'k�
<xk,.`w.?;,«?wa.,.i.z,.,. z., .,. 2. S..R«,,?
tt.,3l'„`z.ya„tti. „,,
,.2zYi .?}n r,.`",.,,^.. �Y
x,.U»...«
I.,,�.^.„
ksk,k..a�r".,2i.S»,._.2�;r,3.- + .,3
.,T}..^.S,T3.,.<{...2YS.... ix�.1 3E,
:.„.»Un„.x, U,i.
.PF. '2},^z2RhSxd3ikP«I`<2<.2;i:w�x..x^.`3�5S3
..,x'„ .-,3.., 2x.,a..r^,.n
a.r....=,1.n,z.,n.,3.w:5..2i2�£.x,.2..Ixi{l..a»?
}1i3
Pw....^.'�
2,,.., :II-,:.i,3,,
:.x.3R
x£,2}
.ki.,.i<,3.., ,t3,ti .,,'
a.«:,ka'd
«2..<,„.,,,.x'i2.iiYT.,,,
.v•,,,
`?3,,
,.„.PS.,i,-.,.,�.'a.«..UwY.w.3.2;,... £«,',.Y.:.,,*v,,'.,.#,,S; XR2�x,-�}LY
,`Y..E.<w.
}E,
�k3*2
}.:`�x..g..{{,«w.„,.,...
n"?i«'«,,i'.,
,,L'3.rx.,''2C3«.2fk,...,, .,:..ix. <?3..3i.....x.
:_.a.,i«<
:.xiP,2..
.<.,,.3„a.s , E3,
;.. E..3
«�a..,:
.in«.T.,2x,,.x,,5.,.;S i,z2wz=
2:
«^'a_,.3y',.
2YkY�kF;U`x«3..,1',x.`,,i
TL
{k«23,,.,r21n;.,,.;.Y2Y2,,•.„..,,x.`w....<.
i2i..,.S,,w�,.„.,.2,-,.., }
_2.a,YYT2,
,..K..33».
z",.;,.2
2R«.:.3.5xxY.,2
T�,Y Y..xT„«..,-
iwij,.;�..«...n.�,
:',x«-:,3..3.
x3Y],#.,«23,
x,^,i,,,-
��,3.]+^..
zY,«,:Y,«r,
,•a,:x''y,„,.3�2.=}:
.`?..:,.,,«,.u.y.w..x..,,,
k:.3.«««.2:st.:.i3.,R..
.3`k�,2.-i,',?«,.`,i<x.;.««w.11ii,
3vY,
:,,,a]3:..
,,.,x...:«,.
,n«.,k:...... 2:.,ms,.,,
.:.„...2.,xx`.•,
, ,3x•`� «...r ...,a,2n2
^;,yx,k?Y;,t"x, z,
{r?wXY�x<Smx
2`r.�
.3i`"A,3;S,xti3.^ ia.;.,
?.'^'r:Ax?13:.�
�?xx3,"'.
,l."Y3,?=2.�,ri33`x«?2,iei,x}}fx1��^]}..�^ ?' 2<3'>",i'2r
,;2- ; N:3.x,«F•r..«.}�}S.:.�x. 13.
= zYz.*
2iF`S.z3«..Y3,�T}•rx
, ..
',yx,`I.Ui:.xita^Ya.2.�.,
'',«xx'
'33��a,w'tt?^2a„^rA�3,3r3•;,"
m.ni?}iY
.k3,�2..,�«'?=2.{«?:..:»,3x".'.
a,"x,ti2x.is `iSxiU^z23,,.:�;3}il3:x
sz.,,<``<.
« �'a�..
•"3.s.3w+
,`.I« =aR..
,.3,k.; ..x �.,«
x,3
k.n1«.,yk.,k,,L,.ia
'.;.i3:..2 -..,_.
,,.`.22
i.,.,.,.."
.,,`...x,
.<a,,Y» _zi.,3ii,,,,..3 #tt.w,.
"^..,x
.�:.U„ T..ki,k.,12'^z»R<I Y],a
3a..,{E.
2x«.��.2,3
Sx,�xzx: Y„T�.
iin.'?.5''dk.S,
.I.2:m7.«.n„,..3,,
y«.22,.2.3..
< 2:'z..``»-f,.233.:L,z,3u^3,,-:.3'�3:2.k.,;;.-wiU,:„a...
?iikyk,S�u.3^1'"„,.-`,,a?nR
K,.a
3k,1 3
3y.:^ Y'^�:..«
x2"2,.2kl�..`,w,.,Yi.,.+.2.._
.n•.Y«.
y«Y+,�
w.k«„.,3w,..,,,«`....-;.,,-,R.«T,.,
w.-.., 'i '', 2
33 `a:
„.".Uz";.�,,
,:.w.aw:.,s�-,;.
Ln,�.YYi xxz3}
a^.,«,�.,..,.2?,»,.•«„y....,,,S'k:....:.3....»,tti«3
,w;.2«n,x.,`.".-«tt.i-,,.;z�. i.
...T:x_,.,1.x
�:.,i
r , Y-iYRyw.23S22E.3e > k `.n.,,"�«z,"i.3;«.2`k.,ni
.,M^.2`«.....`z,,. �,,,2xi',z,^..3.. ,3w.,«E
.Y..Y 2�k
i
kkL'<ri,3«2'<a«..«z
.«.^,,Y<.,E... ,kw,1?YU,.."3,.
_zz,xk:..
{x.w.k»u,�3,af...f3..,,,
.i&.x...«3#,.•^..x4,�,
.33x.,Y,2S..';..++,,T;a,a. . x,s:..}:«.;x.l3�r.�
.^?
S,?.L.^x.`I«.,,,<^
2„�... ,,. �'..�
T3`..a•.kXi .
c}21`�..
Yx 3`
i,:,r�-„l.ri,j..,3,«..«3, 32k„.L.2,.x
..zkF:=S.
.. 3.
z tiY.�,;rE.<.�k.L,
,.?,,;,....,..-
?Sz2.
i,,w.}.<,,x,..xNa,
"„.,k'?a,'3Y` ,�' 3i..`i3ly'�
.Y«�.;E..,...
3.«`
$, 2«,k..nn'«.i,.{.�«?->_„....,.;�.�Yx{Y«+';u3., Y2
2*x,:..«z..,.l-,,
11,�2,,a'u3�<,.'i,iYk2,,2]......;.xa.'.. 3;..£
2.,.
2�,...i.,,�U..^.«
.i,.,,t2-.<:,7.,.a,,...
,2,S.,
k^?2„,i.yh,Yk,,}x..,.v{,3»: S, +. 3i,^'2i,,.-. ?, k,3«,,,�'x.2,a,
3.}, y:,_..ii,,.k..«..,,...3.....J,..:«.a
Yykt,,
:a,&..,
}„}', ,.
..i.-.Y3«..Y.,Y.'}"''aY{^i..xY3 ,
ix
R-3-,.:.ix,,�_.�h
�2 �, � 'i''��`'•$' �
3.wwz,w
�a2
,..x.,
«,. a.,.2.i,T,2,
�,.,=.,ri,L2�ii1
?.0'«.,>.«}.« �w^n
:.z„T,.2..
, zr,i.£«3 a"a'x'x,
"''a,
2iz0,# , � ,.� i g��.e:3�k'�a x_ ,
.5'g'..1.i
x� ua �% 3unezz ��}" u`
ITB 14-B-148AK
Page 4 of 6 ATTACHMENT B -Pricing
LABORATORY ANALYSIS AND SAMPLINGalumAC
OLID WASTE IWISION
Organics
Price Per Test'
. metals,
Price Per Test
Ethane/Ethene
85.00
Aluminum
6.00
2- Butanone
45.00
Antimony
6.00
Lindane
25.00
Arsenic
6.00
Endrin
25.00
Barium
6.00
Methoxychlor
25.00
Beryllium
6.00
Toxaphene
25.00
Cadmium
6.00
2, 4-1)
25.00
Calcium
6.00
2, 4,5 -TP (silvex)
25.00
Chromium
6.00
Ethylene Dibromide (GCS EDB)
25.00
Copper
6.00
Vinyl Chloride
5.00
Cobalt
6.00
1, 2-Dichloroethane
5.00
Iron
6.00
1, 1, I -Trichloroethane
5.00
Lead
6.00
Trichloroethene
5.00
Magnesium
6.00
Tetrachloroethene
5.00
Manganese
6.00
Benzene
5.00
Mercury
14.00
Carbon Tetrachloride
5.00
Low Level Mercury
70.00
1,3 -Dichlorobenzene
5.00
Molybdenum
6.00
Tolune
5.00
Nickel
6.00
Xylenes (total)
5.00
Potassium
6.00
1,2,4-Trichlorobenzene
5.00
Selenium
6.00
1,4 -Dichlorobenzene
5.00
Silver
6.00
1,2 -Dichlorobenzene
5.00
Sodium
6.00
Chlorobenzene
5.00
Thallium
6.00
I,I-Dichloroeth lene
5.00
Tin
6.00
cis- 1,2-Dichloroeth lene
5.00
Vanadium
6.00
1,2-Dichloro ro ane
5.00
Zinc
6.00
Eth Ibenzene
5.00
Toxicity Characteristic Leaching Procedure (TCLP)
35.00
Styrene
5.00
Arsenic
6.00
Trans- l,2-Dichloroeth lene
5.00
Barium
6.00
Dichloromethane
5.00
Cadmium
6.00
1,1,2-Tricliloroethane
5.00
Chromium
6.00
Trihalomethane
5.00
Lead
6.00
Chlorinated Phenols
130.00
Mercury
14.00
Pur able Halocarbons 601/8260
45.00
Selenium
6.00
Pur able Volitals
60.00
Silver
6.00
Purgable Aromatics 602/8260
40.00
TCPL Organics - Price includes extraction plus methods
8260,8270,8151,8081
380.00
Total Organic Halogens
100.00
Oranglc & Demands
Price Per Test
Total Recovery H drocarbon/FLPRO
60.00
Biochemical Oxygen Demand
15.00
Polynuclear Aromatic H drocarbs
75.00
Chemical Oxygen Demand
12.00
Organic Toxic Pollutants - VOC
1 60.00
jOil & Grease (1664 HEM & TPH)
32.00
Organic Toxic Pollutants - BNA
1 125.00
1 Phenols, Total
20.00
ITB 14-B-148AK
Page 5 of 6 ATTACHMENT B -Pricing
LABORATORY ANALYSIS AND SAMPLING
f flNDly
Organic Toxic Pollutants - Pesticides
95.00
Total Organic Carbon
15.00
Organic Toxic Pollutants - VOC
60.00
Total Inor anic Carbon
15.00
Total Volatile Solids
'Nutrients
12.00
Price Per fest
,... x
: ,��.t.•....,.�, ..,:..:a...�#���~n. ..,:x�a,.�r ...•
Grou Price Per Test
Ammonia Nitrogen
12.00
Hazardous Waste Characterization
Ammonium
12.00
Reactive Cyanide
50.00
Kjeldahl Nitrogen, Total
16.00
Reactive Sulfide
50.00
Nitrate Nitrogen (IC Anions)
7.00
Metals
Price Per Test
Nitrite Nitrogen (IC Anions)
7.00
RCRA Metals (8)
49.00
Nitrogen, Total
23.00
Priortiy Pollutant Metals (13)
79.00
Organic Nitrogen
26.00
TAL Metals
110.00
Mircobiological
Price Per gest
Semi -Volatile Organics
Fecal Coliform
10.00
PAH's by EPA 625 or 8270C
75.00
Total Coliform
10.00
Base/Neutrals by EPA 625 or 8270C, PP or TCL list
100.00
ReslduelSolds,
Price Per Test"
Base/Neutrals and Acid Extractables by EPA 625 or 8270C,
PP or TCL List (MSSV)
130.00
Total Dissolved Solids
8.00
BNA RCRA List with TCLP extraction (EPA 1311 & 8270C)
160.00
Total Suspended Solids
8.00
STARS PAH's by EPA 8270C
75.00
Percent Solids
4.00
PCB's by EPA 8082
55.00
Field Test * * *'
Price Per Test
Pesticides by EPA 8081
90.00
Total Well Depth
0.00
Pesticides & PCB's by EPA 8081/8082
130.00
Water Elevation
0.00
Pesticides by EPA 8141 (Orhano hos horus)
100.00
Temperature
0.00
Herbicides -WATER by EPA 8151 or 515.1
105.00
Specific Conductance
0.00
Herbicides -SOIL by EPA 8151
115.00
Dissolved Oxygen
0.00
Toxicity Characteristic Leaching Procedure'' CLP
Price Per Test
H
0.00
TCLP Metals
79.00
Turbidity
0.00
TCLP Volatile Organics
90.00
Miscellaneous
Price Per Test
TCLP Pesticides
120.00
Alkalinity/Bicarbonates as HCO3
8.00
TCLP Herbicides
120.00
Calcium Hardness as CaCO3
6.00
Full TCLP
450.00
Chloride (IC Anions)
7.00
AHE Extraction
35.00
Color
5.00
SPLP Extraction
35.00
Cyanide
20.00
Volitile Organics
Price Per Test
Corrosivity
20.00
BTEX + MTBE by EPA 624 or 8260E
35.00
Flouride
7.00
VOHs by EPA 624 or 8260B
60.00
Sulfides
20.00
VOC's by EPA 624 or 8260B (chlorinated and aromatic
compounds), 8260 MSV
60.00
Odor
5.00
VOC's by EPA 8021 (chlorinated and aromatic compounds)
80.00
H
4.00
VOC's by GC/MS EPA 624 or 8260B
60.00
Sulfate
7.00
NYSDEC STARS List VOC's by EPA 8260B
60.00
Total Alkalinity
8.00
Miscellaneous
Price Per Test
Total Hardness as CaCO3
10.00
40 CFR Part 258 Appendix I
155.00
Total Phosphorus
12.00
40 CFR Part 258 Appendix II
650.00
Total Phosphate
12.00
Primary Metals 62-550.310(1) a
90.00
Chlorophyll A
1 28.00
jPrimary VOC 62-550.310(2)(C)
60.00
Surfactants (foaming agents)
15.00
Full Primary Drinking Water Scan 62-550.310
850.00
'w qw, Secondary Drinking Water Scan 62-550.320(l)
Parameters
Hourly Rate for time in field during regular working hours (8:00 a.m. to 5:00 p.m. Monday through Friday
110.00
0.00
40.00
Hourly Rate for time in field after regular working hours (nights, weekends and county recognized holidays
75.00
*** Field Test are included in Hourly Rates in the field
ITB 14-B-148AK
Page 6 of 6 ATTACHMENT B -Pricing
LABORATORY ANALYSIS AND SAMPLING "
Vdus w fY
Definitions
BNA = Base, Neutral, Acid extractable organics
BTEX = Benzene, Toluene, Ethylbenzene, Xylenes
CFR = Code of Federal Regulations
MTBE = Methyl Tert-Butyl Ether
PAHs = Polynuclear Aromatic Hydrocarbons
PCBs = Polychlorinated Biphenyls
RCRA = Resource Conservation and Recovery Act
SPLP = Synthetic Precipitation Leaching Procedure
TAL = Target Analytc List
TCLP = Toxicity Characteristic Leaching Procedure
TRPH = Total Recoverable Petroleum Hydrocarbons
VOAs = Volatile Organic Aromatics
VOCs = Volatile Organic Compunds
VOHs - Volatile Organic Halogens