Loading...
1894 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