R-2017-5015 - 12/7/2017 RESOLUTION NO. R-2017-5015
WHEREAS, the City of Round Rock ("City") desires to purchase laboratory equipment and
supplies for the City of Round Rock Environmental Services Laboratory, and related goods and
services, and
WHEREAS, Section 252.022(4) of the Texas Local Government states that expenditures for
items available from only one source are exempt from competitive bidding requirements, and
WHEREAS, IDEXX Distribution, Inc. is the sole source provider of the Colilert and the
Colilert System which are proprietary products made only by IDEXX Distribution, Inc., and
WHEREAS, the City desires to enter into an Agreement with IDEXX Distribution, Inc. to
purchase laboratory equipment and supplies, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Laboratory Equipment and Supplies with IDEXX Distribution, Inc., a copy
of same being attached hereto as Exhibit "A" and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 7th day of December, 2017.
CRANound
"'OR , Mayor
City ck, Texas
ATTEST:
91ZAIL,a vuu�,
SARA L. WHITE, City Clerk
0112.1704;00390884
EXHIBIT
„A»
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF
LABORATORY EQUIPMENT AND SUPPLIES
WITH
IDEXX DISTRIBUTION, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THIS AGREEMENT (referred to herein as the "Agreement"), is for purchase of
laboratory equipment and supplies for the City of Round Rock Environmental Services
Laboratory, and related goods services, and is made.on the day of the month of
2017, by and between the CITY OF ROUND ROCK, a Texas home-rule
municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299
(referred to herein as "City"), and IDEXX DISTRIBUTION, INC., whose offices are located at
One IDEXX Drive, Westbrook, ME 04092 (referred to herein as "Vendor"). This Agreement
supersedes and replaces any previous agreements between the named parties, whether oral or
written, and whether or not established by custom and practice.
RECI'T'ALS:
WHEREAS, City has determined that there is a need for the delineated goods and
services; and
WHEREAS, City desires to contract for the provision of such goods and services, and
City desires to purchase same from Vendor; and
WHEREAS, Section 252.022(4) of the Texas Local Government Code states that
expenditures for items available for only one source are exempt from competitive bidding
requirements; and
WHEREAS, Vendor is the sole source provider of the goods and services being
purchased pursuant to this Agreement; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
00389811/ss2
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and Vendor is obligated to sell same. The Agreement
includes any exhibits, addenda, and/or amendments thereto.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fres, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Services mean work performed to meet a demand or effort by Vendor to comply
with promised delivery dates, specifications, and technical assistance specified.
G. Vendor means IDEXX Distribution, or any of its corporate structures, successors
or assigns.
2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated as provided herein.
B. The term of this Agreement shall be for thirty-six (36) months from the, effective
date hereof.
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage, costs associated with obtaining permits, or any,other extraneous charges.
D. City reserves the right to review the relationship at any time, and may elect to
terminate with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The goods and services which are the subject matter of this Agreement are described in
Exhibit"A,"and the sole source exemption letter is attached Exhibit "B," both together with this
Agreement, comprise the total Agreement and they are fully a part of this Agreement as if
repeated herein in full.
4.01 ITEMS; COSTS
A. The goods and services subject to this Agreement are listed in Exhibit"A."
B. Vendor specifically acknowledges and agrees that City is not obligated to use or
purchase any estimated annual quantity of goods. Only if, as, and when needed by City, the bid
costs listed on Exhibit"A" shall be the basis of any charges collected by Vendor.
C. The City shall be authorized to pay the Vendor an amount not-to-exceed Seventy
Thousand and No/100 Dollars ($70,000.00) per year for a total not-to-exceed amount of Two
Hundred Ten Thousand and No/100 Dollars ($210,000.00) for the entire term of this
Agreement.
5.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
6.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Vendor a written notice of termination at the end of its then-current fiscal year.
7.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty (34) days of the date City receives goods
3
under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to
payments made by City if:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor,
or supplier about goods delivered or the service performed that causes the payment to be late; or
B. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed that causes the
payment to be late; or
C. The-terms of a federal• contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
8.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without incurring any
liability to Vendor if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives
to any City officer, employee or elected representative with respect to the performance of this
Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal
Code.
9.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
10.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain same from another source or supplier(s).
11.01 INSURANCE
Vendor shall meet all requirements as stated in the attached Invitation for Bid IFB 17-009
(including all attachments and exhibits), and its bid response; and as set forth at
hLtp: ,,,NN\.roundrock Lex as.(uV/M)-C0III ellt/Liploadsi201-1`l?/corr insurance 07.20112.pol'
4
12.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Anja Thi ssen,
Utilities and Environmental Sciences
2008 Enterprise Drive
Round Rock, TX 78664
512-218-5573
at171sse11'ii,roLindi"ocktcxa_s.ioS
13.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party fur written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
14.01 DEFAULT
If Vendor abandons or defaults hereunder and is a cause of City purchasing the specified
services elsewhere, Vendor agrees that it will not be considered in the re-advertisement of the
service and that it may not be considered in future bids for the same type of work unless the
scope of work is significantly changed. Vendor shall be declared in default of this Agreement if
it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
hereunder;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or `
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
15.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
5
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten(10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, in the event of
material and substantial breach by City, or by written mutual agreement to terminate.
E. In the event City terminates under subsections (A) or (B) of this section, the
follgwing shall apply: Upon City's delivery of the referenced notice to Vendor,
Vendor shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts
insofar as such orders and contracts are chargeable to this Agreement. Within
thirty (30) days after notice of termination, Vendor shall submit a statement
detailing the goods and/or services satisfactorily performed under this Agreement
to the date of termination. City shall then pay Vendor that portion of the charges,
if undisputed. The parties agree that Vendor is not entitled to compensation for
services it would have performed under the remaining term of the Agreement
except as provided herein.
16.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
17.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all federal and state laws, City's Charter and Ordinances, as amended, and with all
applicable rules and regulations promulgated by local, state and national boards, bureaus and
agencies.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-
152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal
Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas
Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination
System (TPDES). The Vendor agrees to perform all operations on City-owned facilities in
compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into
the MS4. The Vendor agrees to comply with of the City's stormwater control measures, good
6
housekeeping practices and any facility specific stormwater management operating procedures
specific to a certain City facility. In addition, the Vendor agrees to comply with any applicable
TCEQ Total Maximum Daily Load (TMDL) Requirements and/or I-Plan requirements.
C. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott
Israel during the term of this Agreement.
18.01 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
19.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
IDEXX Distribution, Inc.
One IDEXX Drive
Westbrook., ME 04092
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
7 k
20.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
21.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
City and Vendor. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
22.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
23.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
such void provision shall be deemed severed from this Agreement, and the balance of this
Agreement shall be construed and enforced as if this Agreement did not contain the particular
portion or provision held to be void. The parties further agree to amend this Agreement to replace
any stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions hereof shall not prevent this entire Agreement from being void
should a provision that is of the essence of this Agreement be determined to be void.
24.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
8
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
A
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock,Texas IDEXX Distribution, Inc.
By: By
Printed Name: Printed Name:
Title: Title:
Date Signed: Date Signed: Ito
For City, Attest:
By. p
1 S
Sara L. White, City Clerk
For City, Approved as to Form:
By:
Stephan L. Sheets, City Attorney
S
IDEM MmaryiGavi Master Price List 2017
Catalog Number Malerlal Number P/aduct Daxcoptbn List Price R0U1K1 Rock
Pdco
CoNfannlC coli and Eriletucoccf Reagent
WP0701 98 12972.00 Collett fat IDI7mjsrrgpte 20rsck _ 3 145.02 145,02
LNP IOOI 98 27183 00 Celled.for 100 mt stela ADO Hack 1 635.07 _L_„__625.07
1NP2001 98 12973 o0 Ccorri fix 100 HN sem to 08 pack 666.7.1
W1041 96.14770 00 Vrcdisornxt+d Cai Int k tOml Wbas lQO pack _S _192 05 1 19265
W22QGi 96.14771.00j'roil 1renredCo4lertLii0m11ubes200Pack 354.45 15445
-.,w,,._WF?p20i•t 96.09670.00 CaLiert-116 for 100 rnl sem is 20P26- 159 8T t59.t7
WPSD01.15 96.27164.00 Coidcrt•18 far 1000 mI samCla100;pack 710 1 7,jQ;I I _
WP2041 16 9a 48577.00 C:ordvW4 ffor 100 trJ um's 200+nck 1260 5 } X90.15.
v1CL9201 96-13159 Dol Colisixe for IMml cam le 20 sack 164.43 604.43
W45iQ01 96,27700 o0 CC4swafar IQOmIsam le 100 gack _,._ 710.11 1 Q.61 - -1100...0010
WCLS20DI 08,13174 00 Colisino for Iooml sample 200 pnek S f 760.19 1 236 19
Et4TQ20
98,21:17400 Entcroleri tat toolmi sant 4,2Q,atk _ 184 24 S._ 184 4
v4ENT200 98 21315 00 Cnterofert for too ml simple 200-pack S 1.45464 S 1,459 54
Pacudamanas Aare inasn Ren col
WPSE-020 95 1807600 Psuad •it(Ur 100tml sartsples 20 lack 182 8J S 18?63
WP0 SE 200 96 18078.0Paeudalcit for 10Qrril sam les 200ack $ 1,456 05 S 1.456 68
SlmPlete far HFIC b Accessariss
MOT•20 96 271mg-op HPC lot Ounrid-li ay 20•pack4488 44.88
425.74 S 4„G]4
1NH0T•200 96.27390.00 tfPG for auanobroy Z00•pnck
._._....____,
WH TC•20 7653 HPC for QuanBbayw131•we`JOusnUVayContbo20pack 0000,__ _}_72,04
WHOT7.K-20.�_ 99.2'76 5,__ MPC for OuanU•trayw197-walCjrsanli•ttAyCombo20•ap ek S 61.49...{. 81.49
....._.._...__._ 0101... 1101 0,010..
WH C-200 99•27854 HPC lot 0uanli-Vaywl51-wcl Ouan1{•Vny Combo 200pack__.,., 0011 885.64 4 66654
WHOT2K•2G0 99 27850 HPC far Quantl-bay lw97•wgl Quanti Vay Combo 200-pack 783 71 S 763.73 _..............
v aOY•G40 O9-i 0744 0 0uard Iso Y,a 40-nock ,,,,_,-_3__21 79_ 243.29 --
WOOY-200 98"11361601 CtnianU Ulsc YOA,200-sack _ 843.31 643.39
WHPC 25 9E 05760 D1 SlmPla a for tIPC.25-unll Baso media pubes and nevi SlmPlatas 03.93 5 10393
WHPC•iGo 96 Q576t Ot SimPlata fat 1.1.13C,_to nyi8i-cots tnedla vessels,%104 new Siml'falaa,__ S 27399 27399
0111.. ,..
WHPC-4oM 9E-12860 00 SlmPinto rot tPC t+iedta Qnll A LAI-Joss meft.yesials h 100 new S1mPlates 3 109./3 A 109.03
_ W,-W-ip 95 09444 01Ten bottles titled wilt IDO•ml-11-12-water for 51mPla1e or rfhrluroil $r r 43.70 j 41.70
WIN 9111.66155 40 25 pock of 5mL atelia,Indiv'dusliy packed nineties _ S, _ logo $ 1800
WStAI•PIP•25
95-0615600 2 ack of incl,stelAc intIMIduaft packed pipettes -- S 1690 S 1890
Staink Band Vesach
WV120SBS7-20 93-0922092 2 ack 1201 oxsetwl 100mi 6ne cod'' ii i Wo S stukik band 15.64 i •` __,
vN12038 20
9809204-00 ?O•{rack 120ml vasscl wt 1pGmi fns d aluink bands WIT1 OUT sod um Ud 11854 S 1954
0111
VN120SRST•200 9809221 00 200 peck 120mI vesacl w?t40rn1 krrc sar}ttrn Vita A ahtkds.6arxJ._
13439 S 12172 .�,_�._...,...
WV12058 Loa 9509222-00 200•ack 120mt votsei w/190m! a an+l xlvink banit vVftHQUT s0",M V Jo 131 39 4 31„39 _
WV150585T•200 98 09223 00 200-pack 150mll vessel wl i009120mi liens satftim Udn d sluink band 166E S !60 32
WV15059200 981407000 200 ack150Avasecl!•d1001ki20mirrx balxinkband 166.62 S iG6.82 _
--1111. 1111
WV120 200 9a 06181.00 200•ack 120m1 vassel vii I OOmI Fnn almli,band A Anlifaii n,NO crxiitrm Ude 158.71 S 158.71 0011.._ . .""
YW240S S1 T 1106 9&09566.60 500 eek 290mI vetsd with 100 200ml arta 250 mt kne rndnrn Udu t stakik bmw _ 192 31 192.31 .
JVJ?5058.100 9tl-114260 00 t ack 240m1 vassal wl Oml line 2DOm:lute 250rrtf Nne Wink band NO sat!um tli a. .•_„••..._..• t92Ji .,3 192.11
-_._1101__..0111 -
WV"UPET-200178 16739 0 200•etk PFT reg:fable vo%so's I I line v0stvink band and radium Utiosulfatu 145,07 145.97
vJLBI 04 02026 00 Rol of 1,00 adtneska verse[obey Data Thea,Lcradon.Sample#'01.10- S 37,79 S 37.79
Teat Off Label Vessels
VWI20ST 20 440970300 20pgek.120mr vecscl r�100m1 ting.sodium iNo A Niel las I E 54
WV120 20 93 09228 00 2flijackliMmilveasel w4U1 tO Od Mac 8.lnbei W1IHOUT code:m dio •0000 18.54. S- 11 54
WV
t20ST•200 96_00159 40 200 pack f 74111,1 vosscl with t00m1 tVta,aadi:rm th':a&label 3 154.39 S 134 39
WV 120200 -96.0610O.00 203 ack Mini vassal with 10ond lavaS label WITHOUT soditpn We S 13439 $ 134 19
aviniti-Tfays
_.
WOTIOo 96 11R#00 ...ACID-Riack statue 51-Wal Qusrii Tray%ordered with OST teals S 154.37 _5._
V40TQK 96 21675 00 1011 lark.feida 97-Wel Ouarb-TWIZ000 ua 5 208.28 S 20825
........... _
Combination 20 Packs
W:tA624 144 20 09 19149 20 pack C0laatt 7.410uantl Tray Cambo ____�____ 174 14 _ _174A
WCMG24 2K•70 99.9150-, 20•ack CoPcri 241Quarto-Tm 2K Cornbo. _ 183 21
0101 ...,.._,..,._
WC14816 00.20 99 19151 20-HY_gk Cd'art•18f0uanti•Tiav Cambo166.86_,.x, 1861,126
-.
M, Mills 7K•20 99.19452 20•ack Ca'v'e•118/{juanU•TraY2K Carnba S 159 04 199114
WCMRGLS 140.20 9919151
70-pack CakstmoLuanti-TrayCombo __ 186,80 Itl06G
WC A CLS 2K•20 99.19154 74 ruck Co1&txe1Ouznti,Tray2K pornho __, '99.94 19904 _
WCMHPA-20 9927053 20•acp kPsaud_ateit/Quartl-Tra Cumbo 200.37^ -
WCMGPA•20.2K 99 27054 20,ack PaeudslsiUOuarnN•Tra 2K Combo 719.89 21989
WCHRENT-100.20 99.19155 20.par�Y,En eroletVOuao6•Tray Combo „__ 211.40 4 211.40 -
WCJASENT-21(420 99 19156 20-puck EnleroterVO1Jsn6-Tta 2K Combo 5 222^03 $ 72203
_ Combination IGO Pricks
WCM1324 100 9927057 1G pack CoWed241Q0ut1U Tray Ccmbo _-,-_ S 761.63 S 761.63
WCME124.100 2K _ 997111:156 loo pack C0l1eai 241Qu _L___107 55 S O l 55
WMA010-100 99.27059 loo ack CakTMtftlOuanit•Ttay ombo { 537.79 3__. 837.79
1110. ._..�
WCM00 I002K 9927060 100 ack COGlrr1 811 uand•7 a 21(Gombo S 011]7 66372
WwAOG S•1_l _00 9927061 toq•nackCatiatxetauard•TrayComba 637.70 837,79
NIC)ABGLS 100 2K 9927062 toolack Coifswc.Quanti•Tra K Combo S 90946 S 960 48
Combination ZG0 Parks
WCIA824-200 99.27071 200y _Ca[Acr171{Qu9n�J•TrayComho 137878
WCMBN 200-2K 9927072 200 pack GoNcd 24! aan l• 1(Combo t..__t 170 62 .1 1,410.62
1110 _.. _._
WCMp 1#200 9927073 200 Siack Col'lrrt ISIGuouti•Tra Combo _ 35266.62,62 S 1,52062
1101._
WChADIS 2G0.2K 99 27074 206 d-Tiay2K Combo
ac CafEcrt 16rOusn1 618 iT 1,61947
1111.. E._.�.-0111. -......._..___......_11,,11
WCM9CL5--200 99.27075 209 pxcic GalssurefQuarlli-Tia Combo t 526.62 __..1,...526 62
_ --
WCMA Im..s 200 2K 90.27076 200 patit C;iMu10OuanU-r jt2-K Combe 41 51.6 47,_� 1,618 47
_......_. .-1011.. .� ._
WCMRPA 200 99 27079 206 eek PseudsleitiQuanit•Tis C rn 1,72405 1 7r?4,45__
EXHIBIT
b
jJ
WCIARPA•200.2K _ 99.27480 NO Pick Pacuda'e1VQusnN-Tray2K Combo I 1,820 73 5,,, 1,620 33
W0M0ENT-200 69.27477 200,Paek�ntcrolnUQurnU-Trav Cornho S 1.721 05 _4
WCMBENT•200.2K 9927078 200 joick Enletc1miQ0uanO-Tri K Combo 5 1;819.96 S,-..,„1,619 00
NWoblolcpy Gunlity Control Kits
WKIT 1001 911.20748.01 Quand-Cult-CC bacteria Q•f Egli,3•K.rx+ewnnnios,3•P,84-"moss) S 205.99 S ?08 99
J Cj EC 98,2900000 fUr:XX-QC CuOhnrm h•.coU 105-90 S. 185,90
WQC-FC 98 29001-00 tDrXX-QC fecal Colifarm .......... 13.60 5 133.60
WQC-t_NT 98-229OZ OD IUEXX.QC[ntarocOCci _-_- _ S 165.90 185.60
V1 C E! DW 98 29OD3.00 QEXX-QC Entcrocacc!Ehlnkqm Ws er S 133.60 133.64
WQC PSE 98=26004 OR.,..,.„IQFXX aC f?soudemanas eemtinosa _ §_ 185.90 Ste_,i5S EQ_
WaC HPC 96 20006 00 ' U"XX-Q'HP t _ -- _ 58.32 58.32
WQC ECOLI 66 2600740 IOEXX•QC E-col _ 5 18590 S 185 90
UN3373 WQC LP 98 0009287 00 11)EU-QC Loolonelfa(3 L Pnsumuph•la.3•E fuocaks) 5 133.66 S 13360
CoWarl Com nannturs
WP 104 911 t 1502 GO DEXX vasael fated N67 IGuml CoilarllC_ow 1 i_B Contparalor._,,,, _-,__ 12.99 S 12.69_
W102 96 2Q722 00 MOWN WN test tube of anov»rtuo;eswnca CaWert ComyOrotw _ ___^�� -� _�._,_ _?4.80 S 24.80
W TC 9#0922500 C_o"1srUCalJerl•18 Compa�elyr- cdrs eased fn a Quanli•Trsy i.,,•-..-,-..,24.80 S 24.60
WOT2KC 9809227 DO CoWeruCowerl is Can matar luodispensedInaQunnd.7ra:2000 S 24 80 $ 24.80
Seat
WO7SPLUS 98 0002570 00 Ouantl-Tran Scaler PLUS wi t of each PLUSrubder kntert 31 and 47 we`}8 4 777-50 3 4,777,50
WOTSPLU.c I 990002570 GtjsnLLTtay Ssalcr PWS Tisda Lquse-QN4`( 4.777,50 _ 4,771.50
WPLUSROR 51 9a-901 1709-OD Qu3niiTray51 well lubliat insert for Oulaiiii-Troy Scaler PLUS S 9151 _.,�01.51
WPLUSRBR•2K 68.9011770.40 Quantt-Tri-77,000 97-vial rubber hseet far 0j".Tray Seater PLUS S 91 51 5 9151
W Lamps
_WL 160 98.20724-01 6 valt UV lamp 110 volt
17004 -.�._....,....�._n__.. .. - .._......
WEA180F 48.20051.00 6 vmN UV ta+rgt 220 volt-EUwLo pro+ur Pkrn 227_pJ 22793 _
WEA160 98.09524.00 8 w ti r 220 vol-UK duce prong Plug __M ...... 22793 227 43
W929 9006423-00_ 4 vola pocket W lamp _ 46 06 } 4606
WL2011 98.20959 00 4 tvatl replacement UV bulb{6') 30,71 $ 3071 w _
wt.161 98.20960-01 6 vratt reptaccmont UV both 191 3543 5 3543 T^
WCM10 98.21322.00 VV Amirlq cabinet-Uta WL 160 and WEA IGOF 5 242,10 S 242.10
intubetars
-WI350 680001107.00 Aoake►MNincrtbator 115v.ArnWent�i0C45Cr12.0'x8.0`x6.0` _. S 1765.74 3-___•_1x76576 _
V41350 EU 98000 198 00 9aakel M7nl Incubator,230vAmbient41OC 4SC 12.0'h 114%6.0' S 1.831 12 S 1 831.2 _.
WM00 98.1381802 Miller kaubalor I IW.Ambient 45C-100C 15,15NIS 8"at3.0" „�5, MAIN.5 1.943.o
WRATH-t to 96 05894.00 Bamsland WalotbaUt 19.75'x11.75"x0',12Ov S 1,618 10 S 1,51110
Rocks and Andfaam _
MR10 98.20745.00 ' r3rra20 vessel rack-11)r723r3',Fns In W1300 and V413001 frncubatprs_ w � _4',:88 42116
WAFUB 98.21904.00 24 ml dropper boldo of M i foam for 400 Calder-la&a-Iray iamplas S logo S logo
Chlwi o Testing
VIDPDIOFD 98.09406.01 E.7,OPO Dix censer ftq 10 tn1 Free Chlorine,200 testa 3 41,33 S 4133
WOPO1070 98 09409.01 EZ DPU(Xs ensar(cr 10 tnl Total Chitin,20D tests• 75.58 S 7558
WDPDIOFR•2D 9809108 4I _[Z OPD RetN tnah tet 10 rnl Fret CMoruto 400 lei tom_41.33 _5 A i 3
WDPDIOTR-2 9809411.01 E7 UPO Reffl vlal3 for 10 ml Total CN3rine,400 tests 5 75 58 S 75 58
Cowen Stater kill
WPK020 9820960 00 100(11 Val Pack:W170201.WV120S85T-20.WP104 no UV no Incubator S 119 84 S -17 9 89
Fite-hoax COnauanables
FA!(10803 98-10601.00 Fitter Modules 5 600.95 $ 00495
Fh!C1O800 98.10800 6O INtei hlen+bianes aKludes IGO bas S 188-]6 S 180 19
Rto•Max EgulpmEnt
FMC 11002 98-1100201 Fdln Max Starter KII Wash station;vacuum set.cIlAck connect fulling sal Niter homing S tools S 2,992.61 $ 2,99281
F!.ICtolot 08-IOlo2 of W4eh 51a8O+n-Includes Ono delachab'e dun er head S 1,991.23 S 11991 23
FMC 10301 08.096116 oo TLAMIl Sol-Indides cont tube and best elution tube,glick connocL steel rod S 72x.14 $ 726 14
FMC10401 9810401.01 Vacuum Set-Magnetic starer,hand pump.tubing and wasao bottle S 275.43 $ 27543
F!.!C IO504 98 0044"1 MK It Mer I foutb+ -toe's oat included $ 225.35 S 22535
FMC 10305 68.09406.00 Quick.Connect Kit $ 250,39 $ 25039,
FMCID901 D8.10901-00 Ma neer Starci $ 175.28 5 175 28
FMC 12002 98 994.76•UO Plunger I lead Kit for automatic wash station ,
28355 $ 24155
FMC12001 98.12001-01 Plunger Hsed Kit-for manual wash Bladon S 288.55 $ 2418 55
FMC 11004 98.09750 00 S1.1"et kit for Liss w!On autarnstic wash sfa0on.An F7AC 11002 but vMiavl auto vrash Mellon S 1,001.58 S 1,001 58
Fila Wit Accossor!es +
FMC10309 911411000 GO Carncedralat for tube S 159.78 S 159.78
FMC10311 980800100 Eldon slwrl tube $ 20032 $ 200.32
1"MC1D312 99.08002 00 Concenbotor hrbc bate $ 120 43 S 120.43
FMC 10310 9808004 00 Steel rod S 70.35 $ 70.35
FMC f 0107 98 oloa7 o0 Manual V48311 slation Handle S 181239 S 188.39
FMC 101 Do 98-0800500 Alen Kb •chromt plated S 9.54 9,54
FMC1040a 96-1360900 Vacuum Waste flol0a S 0873 5 8423
RAC to508 98 09446 01 Housing Tools leen handle(Pak S 954 5 9.54
FMC10304 87-08382 GO fie 14carpiervi P.1111111 rino far 31ACkconnoct ut ono S 69,14 S 09.16
FIAC 10105 98-OBDOI Go a Rin (pluniler hsadl uick coruted PC 101003 S 100.16 5 100.16
1`111010303 98 Ono$Do Q'Ring(U*tq bass and mir3da PC 103004 S 19016 $ 10336
FMC 10104 96,05009 00 O' steel htbe PC 103005 S 59.62 S 59-62
W
O Ch 01:2 9 z 2 z 'o
IS kc; R
N N
Oil...N N h N N H H N N w
gh
L) r o�Fft9.S,"a m
.2
E-2
ILI
m
LL,
kL
b
tm u. 5 a - cn
X 7x-x
;5 z x )-c x Iv
ZEM 2 :EraC
u.u.��� u.- a
m:E
u-u.0
OOx ST:Y'12 F- I u-it 40 WMA OQ
t?c? 9 9 oo
6 4 6 g6 m a
9�t?9 ci .6
.6 .6 LL �3 m
of �'ol m
P m co
lo
' IQEXX 1AMary7v^ovt hfxslcr Pdco List 2017
Product neecr;ban l lit Price Pi Re Rock
Gala!o0 Number l,letodaf Number p :ca
CaTfoinVE cal and EnlorococCI fico tilt
WP0201 90.12977.00 Ca:3erl for 100 trrt sa n e 20-pack
S.D2 !45.0}
WP1001 90.271"• ardett for 100 n!I seinple.•104 peck 635.07 635 07
_ ___.._____............. .__. _____
WP2091 _, 98 2913.00 C OU40 for 100 IN saniPle°00 Pack f t t3 GJ 086 t4
W 100t _ 0L 1477000 Predh anted CokW v!lOtnl lubas 100-pugk _ ___ } 152 65• 19265
W2001 98.14771-0O PradisacntiodC ti�er/1n tOmthrbes2G4•pack __ _. S 354.45 354.45
_... _. _
P I8 98.401176•tH! Co!!cri•18 feu iQ0 mt satnti!e 20 track _ {, 1511.87 5 159.87 _
_._.._...._.-- _ __
WP1001-i 90.27164-00 Catilerl t0 fa 100 ml sxmP!e ICape ck _� S 710 f 1 710.11
WP2001-I8 9a 0881100 CoIjerl-ill for 100 mt sample 2tltf Sack 1,260.05
_
LVCLS201_ 94 13j_9.60 CaGswa for 100(1 anm {64,43 164.43a 2Q;leaek _ __ - -�-
WCL31gQt 48.27709.0_0 Cakaure la lGOmtsamp!e 100 rock _ Y•_ �___ 5__,710.11
0. E
WCl.S200i 99.317•OOy -CoGswe lo+1GOtnlxnn;ple200lrxck __ t 2D6,l9 1 760.19
WENT020 9d.2L7�G0 Enteta!eri for 100 ml sample 20 nck _ _ 184 24 104 2J _
WENT200 98.21375.00 Ealaialett for IGO ml simple 100 ack S 1,45E 54 S 0,451154
Pcii amonos Aatu nose Rea M
WP3E•020 98.40076-00 Pxuedelelt for loom l samj�1as 20.pack S 4112 0 5 18283
WPSE-200 _ 98.10078.00 Psc.rdslen for 140ml sem°rias 200 rack S 1.4513 OE9 5 1,4550500 00
S! title for iiPC 14 Accessories
WH -20 90.27309 O0 HPC tot Quant trn,O Pack 44.0E 44.88
•--•_
W�jQT-2110 98.27399410 HF4 for Quand•tray 200 poefi
WHQTC-20 27-_!95] HPC aLQusnti•usywrSE•weEQugn!fusCaniba,2Pp�ck 7104 2
WH012K•9 99 27058_ HPC far Quar*jrs w797-wet Qtta k Ito Combo 20,ack 8.1 91.S__11.49 _
YdHQTC•204 99 27054 _HP for Qua vAt-well Quant!ke Cornba 204 Pack 66 6 S 680.01
WHQT7K-200 89 27856 HPC far QuaMl tri'w197•well Quanti ttay Combo 240 pact 703 73 783.73.•.�_
wQDY•OaQ,__
90-1374401 Quant-131so YEA.Ulmpaok _.__. 74329 S 243.29
�yNgf3Y•2o4 GE•1361SOI Quenu n!savFzA_2Ga ack S 043.9_ 843:14
_...._...._
--••-- 103 91 10193
�Wt{F 25 98 05760 01 :;ImPtate w tiFC 75 un au modia tubus and+e r 5•mPlales __..__.......� �_ ------•-•
yowc-140 98.05701.01 SimPJ?1I12LHPC 10 motel dose ma.dla vessels S i00 naw Simplot#$ -1 27399 3 27390
WHPC 4Gh1 _ 90.1'21160 00 9!mPleia for HRf't, '0&4 muiy dose m -n vossCis A 100 new SIMPIAles- 1 10983 109.81 r_
WBW10 __960944401 Ten battles Medveith 1003"(1 iferift water(tw 81mr•'ialc cr dalnons3 _. S 10 70
90
W 1 f,41,E?rP•25 95 06155.00 25 Dock al 6ML sler8a fnc duns picked Plastics "" S 18.90 S _ 1090
MML PIP 25 98 06156.00 25 rack of I(L stetBc.IndivsduaE asked 1 sties
SN61t Send Vessels _
WV120Sf3ST40 98.09220.00 20-ack 120ml v4[40%,11 100mI kne,saduie;Lido d:rk k barld 1, 1!l s_ } 18.54 _
%W124S •a 98.09264.00 2 RKICC 120(1 vrssat wr 100mi lmn S nhi6tk ilencls WIjHQUT sodiam thta 5 18 54 16 54 J
MIMS13ST-2170 9300221-00 200 rack t20+n1 vessrl wl IMMI ire caJarm Udn A slulirk band 1 13439 t27.72
WV 1703fl-2C0 9E•09711•D0 204-peak 17.0(1 uasscly:l E40ml Me and sivink bond WIT}14 T eadarin ilio 134 39 111_19 _
.-- .__ 160 02 166 02
WV1598aST-20D 6 09223 00 20G•pack 150(1 vesselyr!100WOml Tnal,aadwm thto�tl shtkrk band __ _..
-_.. S 16S 82,. 1166.82
Wi+1500f1 98.14G79•GQ 704-pecklSOtnl vessel wl10014120MIInn krMMlnkhand_
Y 1 0.5 AF 200 _AB_.00161.00 20Qg3ack 120ml vesica wl lo0mf Wa chrkik timd loam h40 sad'arm 90_ S 154 71 f SE TI
WV290S8Sj 100 90.03508 00 100 pack 290(1 vcs4ci with 190,106(1 fate,250_mf rno sod um kho S shrLtk band 192 31 11231 _.
wV290Sf1•100 911.14269 00 1ack 290ml vessci w1 100ml One 200mt kne 250InE i!nes sftr'a k ar Q sodium thlo 142.31 192.31
00
WV12OPET-200 98.10739 00 1 7Q0•p#cis PET tacyclablo vessels,IOGml line vrleluink t!a tri atW soirum LWosutfate 1>Sv97 S 14S 91
i.WLSL 04-02026 00 Rob of i Q0a atthesiva vessel labels'Date Time,Location Sam o E' S 37.79 1 37 79
Test Off Label Vessels -.__ .••_
w 120ST-20 9a-09T�03-1701200-pack
?O e,wck 224ini vassatvk?t TOO(!tion,soda(two 8lnbsi S 18.54 !E 54
S fill 54 5 8.54
_VW 120-1.0 98 0922a•0020•pack Mini vessel with IOOmi One a libel WITHOUT sodilLi 44o_._ --1--
_ WV12 5-200 ___ 98.0515900 ?-00_Qisck 120(vessel v hit 100mi fno•sodxxn dela A latTcl_• 134]9 _} 134.39
WV120.200 9806160-0d120mivest!with100tn)Gr1a&(abclVOTHQUTsodiumWo 3 134.39 3 13439
Qualid-Trays
elh
WQTi00 9 13 800 100•p!ck sietle 51 mel Quantl•Trays ordtrcd,vDST Iasis S 154.37
WQT•2K 98 21675 00 100 pack sler8a 97 WON Quaritl-Fra 72000 Uays 20426 S 706'8
Combaisdon 7.0 Packs
W rAf324-10020 99.19148 70-ick CaWait24!Quanu•Tra Camp 17418 ITi 6
.W.
WChiB24.2K•20 99.19 517 20 pack Co!! rt 24+Ousntl•Tiay2K Combo 113 2! _15321
wain 18-100.20 99-19151.. 2 ack Co"l<rf•IIUCuanfl.TtavCombo 1 100.46.:,S,_....,_1DE0G.
__-_
W018111.2K•20 99-19152 7Q_jSLg2!4art t610asnU•Tiaf7KCart:ho
WChi1LS•f00.20 _99 19151 20•sckCo0su:alQuan4-Tra CarnboT3.-- 1®0116 t00.06
` - - -
WCrABCLS•2K-20 49.19154 70•ack CellsutelQuand-Tia 2K Combo _ 19904 S 19904 •,,,-
WCMBPA•20 0,27053 20 ack!i1q.atettreuent}Tgy C Lha S20937 S 20937 _..__..
WCIABPA•20.2K 99-27054 20 pack PseudaierU uanU•Tral1K{"ambo
S 219 89__S 249 B9
WCMBENT•100 20 1!9.19155 7tl rack En eralerUQunnO TiayConibo 211.40 J_ ,2J i 19
WCMSENT-2K-20 99-19156V 20-rick EnIttoterVauand-Tray2K Combo $ 222.03 S 22203
Combirsal1wt 100 Packs
WCff821.100, 99-27057 100;packCal4r12410uand-Tray CrunbO S 76103 5 76163 _...
WCh1824-I0G•2K 09.27050 100 it j u rt241Qrtanii•Tray2KConiba A 00755 S 80755 _••._
YVCMB 6-1011 99.27059 100 ack Coi4ed 14fQunril•Trpy Combo }.,. 837:79 S 817,79
WCfA818•f 00.2K 99 21060 100 ack Cak1er1161Qu3n i•Trt sy2K Cojiibrz � 1103.72 083 72
WChiSCLS-100 92-27061 t00 pack Co kswcrRuantl•TrsyCombo 037.79
WCIABCLS•iG0.2K 99.27462 loo-pack CoksruelQuanb-Tra 2K Combo S 90940 S 90946
Comb!rlatlarr 200 Packs
LWC1.1C324.200 4-2707 f 206 tact.CaHet124fQuaal•Tra outba S 1,374.76 ,••{• 1.376 76
WCtAH24;200.2K .._09.27072204-packCoWert 24/Qnanti•Tfs 2K Combo 3147062 4 1,47062
WCM0M 200 99.27073 _700 oaek Cordert iBlQuanti•Tiny Cvinifa. -
.._....._.. 152952 6 1,62662
WC.iBi0Q00.2 99.27014 ? cis Caliiet1181Quand•Ttay�K,Cbmro �, �_�610.47 1,5184,,,•,__ _
Wwoyi8 206 9.27075 200 pjakk CokwelatiarA.Ttay Combo 5 1,52662 11121,C2 -
wC1.tBCLS•2QQ•2K,•,••,•_•.•�••. 99.27076 204-np cis CaCzinarOuan9i-TraY1K Combo
S_16 16 47 1.61447
WCIAQPA•200 99-27079 200-ack PstudelerMuxn4•Tre Cabo
- .�.._.__._.._._.......Y_...._..._�__ __._,,..,,,,_,,.,_, .�. 1,n4.05. i,,72�Q5
WCI,IBPA•7.D0.217 99.7.7080 200 sack PscudafwttQuank•Tray2K Combo _ 5 .,,,1 8, 820.33 1�820.�3 _ -,
WCMgEI4T-?.00 99.27077 _ 200 nck F.nlawlen/Onanti-71 Y Combo �_1 724.05 S 1124.05
WCMBENT-200.21 99.27078 200 Vick EntelolartfOunnIf-Tit KCombO 5 1.81990 $ 1,619.96
M410blolo Qua C011401 KiIS
WKIT 1001 96.20748.01 QuaryJ Cuit-QC bacteria(3-C coli•3,;K.-ftneumauaa-3-P.t0rug4�naa1 __ 708.9 20.99 __-._,„._..
WOC•TCEC 9a-29000-00 IDEXX•QC Cor.fotm i E ca9 _ 185 90 i 6 185,90 _
WQC-FC 98.29001-00 IDEXX QC Fecal Coliform A. 1133 00 13360
_WOC EI IT 96.79007.00 10FX4•QC Qderococd 185 90 _ 18590
WRC ENT OW ___1!29003-00_ IOEXX•QC Enteracxcl Drinking Watar t L3,66 S 13360105-90
_ WQC PSC _ 98.2900-4 00 IOFXX-OC Pseudamcnas■cru ost 165.90
WQC-FIPC 98.2900600 ID@XX W HpC4 58.32 S 58.32,_
WQC ECOLI 96.29007.00 IDEXX•OC E.00ll - S 10590 5 15590
UN3373 WQC-LP 08.0009287.00 IDEXX•QC Leglonela(1.t.pneumophila,7 F,Noca!is) 3 133 G6 S 13366
Cotderl Com aratons
WP104 98 1161111200 IDE%XversetNlcd-Wi100nJCuWerUCawnit•1BCamparetnr __ !299 S 1299
W102 26-20722-00 _10ms MPN rest tube of yaYuwirkmrescence Cefitart CampalIto r _ 7 24 d0 24.641
_yy_• 98 09226.00_ Cotiell7CuGlerl•18 Comparator medispensed kt i 0uan0'TT 24.80 S 24 0.0
WQTT2KC 980922700_..CoktervCoklcn 11 Com utatce pedis etisad W o Ouanti Tm 12000 _. S 24 80 S ��24 80
sealills.
NJ T_5_PLUS 98.0002570.00 .dv_en0-TtayCSaferr PLUS tv/I of eacfi PLUS tubber melt(51 and 7 well __. 4,717.50 -. 4/7750 _
7
,p,•,,,_WO T5PLUSTr 90-0002570 Qu4any-Tray Scalar AL17R Trnda In use ONLY _ .... -3r..,..777 50 4 77 50- -+
WNLU:1148R 51 96 90111769 00 QuanB•Tnv 51•vre9 rubber InsetI fCI quj0 Troy Scalot PLUS 9151 901
WPLUSRBR 7K 98 9011770-00 Quantl•Tra 8000 27-welnrbber insert fm Quotnti-Tiak Scalar PLUS 5 9151 S 01 5t
UV Lamps
WL160
982072401 6 halt LIV 111nm 110 VO4 170 06 170 OG
gA 8O_._-9a 209 -00 G wall U lam r 22D vac-EU hvo n Pkt _•.•.•, 277.93 S _227 93
�^ WFJt 100 9d 00574 00• G vtatl W lamp 220 vont•UKyuot wnnr�lu _ _„• 227 07 X27 93
WL200 98 06423 0_ {,fit U.Eaf # lr+ntv.......-- ..... ... ,. 08 S 46,013,--
W I 98 20959 00 4 watt re hcemant W bulb 6' 30 71 30.7 i
VA,161 982096001 6 Watt retdaeeinent UV both f9S S 15.43 3541
WC1.110 96 2132200 UV viewing cabinet-ras WL160 and WCAIGOF S 242 10 $ 24210
Incubators M _
_WI350 96 0001197 GQ Oaekal MW Incubator 116v Ambient 4IOC•45C,12.0'x 8,,0'x 6.0" _ _,._ __ 765.7& S 1.705 76
VJI]SD EU 48 0001198.00 Basket PAW btcuhator,7.30v,Amblanl+IOC-45W iZ.O_ Y 0 0y 8.6 t B 11.12
WI000 98 13855 02 Bader Incubnla 1 t5V,t4n_kieal•SC400C 85.6 IS d'aMV S___1.943.10 1,943,70
WLEATHt10 980669400 130msteadwaletbav1!0.75"101.75^f8' 12Ov S 1&18,10 S t,6161q
Racks and At*foson -
1fVVR20
06.207 4500 One 20 vessel tack-1 INI 2^x3'GIS In W1300 and WI3001 incubators,_ ..3 4266••,}. 42 d6
WAFDR OB 211904 00 20 ml dropper bottle of AnbFoam for 400 Cohlert-18 6 O-Tray samples S 18 80 S to 80
Chorine Testing
W_DP_O1Df'D 98.09406.81 EZ DPD phpenser o 0 ml Frea Chlorin 200leshu 4113 $ 4133
VJ PD10T0 9800409-01 f 0_.•EZ DPD i,enser or 1not C
Total 200osts l
[? __._ 75.56 75.54
WOPDIDFR•20 9809406 01,,. EZ UP IlofA Vais for 10 m!Free CNixtna 400 tells _ 41.]3 S 41,]
WDPDIDTR.2 08 09411-01 EZ OPU Refrtl vials loi 10 nilTola1 Chtorkta,400 tarts S 75.58 S 75 58
CoAerl Staffer W13
WPK020 98 20958 00 TI'DOM Trial Pack.WP020f WV 120SUST•20,WP104 no 1N.no Incubator S t 19..89 5 1 19.89
Flta MartConsumabtet
FMC 10603 06.10601-00 FewModulas 3 600.95 S 600.95
Fh1C10600 98-f0600•(Hf FdlcrfAemhrnnec Indudes IOObaps) 1 188.39 S 118639
F81a•MexE a men;
FIAC 11002 06.111102 01 1-itta Mnx Starter Kh-Wash oration,vacuum act r nick coruiect tub!nq lel firer housing 6 toots S 2,992.81 5 2,992 8 f
FMC 10101 90-1010201 Wash Station-incWdes one detachable plunger head S 1,991.73 S 1.991 23
FMC 10307 95-0960600 Tvhk1 Set-includes cont tube and bass,41Mon tube, ek connect,steel red $ 726,14 3 726 14
FMC 10401 95.10401 01 Vacuum Set-Fein neck alter,barW pump,MAIO and waste bn10o 5 275.43 S 27643
FMC10504 91-0044601 FAK 11 Fkar Nouskt -toots nat Included 1 225.35 S 22535
FMC 10305 940946600 Quick Connect Kit S 260.39 S 250311
FMC 110901 Oo-10901 00 Mn 1890 Mier S 175,20 S 175 28
FMC12002 Od 09476 00 Plunger Head Kit"lot asttoin&Lc vrash slaban $ 288,55 $ 26855
I'MC12001 98.12001 O1 Pk, er I lead Kit-lot manual wrist)station $ 7118 55 S 268 55
F'fAC11004 08 09750 00 Slanar k41 for us wish automa8c wash station.As F•h1C 11002 bW without auto stash stoilon 1 1 001.58 S 1.00158
Filta Woo Accessories
FmC10309 08 08000 00 Concentrator Ion lulte 5 159.78 S 15978
FMC 10311 9508001-00 Elation(61101111 tube S 200.32 5 20032
FMC 10312 98 08002.00 Concenuatot tuba base $ 120.43 S 120.43
FMC10310 OB 08004 00 Steel rad $ 7035 S 7035
FMCIOt07 9508067,00 Manual Wash Smtlan Handle S 188 39 5 188.39
FMC 10108 9608005-00 Attan type Ke •ciuomo plated S 954 S 9.54
FfAC 104pG 90 1360M VaCM01 waste 80111e S 8523 S 0823
FMC 10506 96 00446 01 Housing Tools,ptacri handle Wall3 9 54 5 2 54
FMC 1030Od'J 08362 00 Re Eaeamant Metal r n Ion uick eotinecl kit one S 59.16 $ 69,116
HAC1D105 98 08007.00 O'Rin dl kin er henck connect PC to 1003 1 100 f $ IDD 18
6
FMC10303 96 08008 00 O'Ring(ImMing base and in thilej PC 103004 4 1 10,.1 IG 5 100 14
FfAC10304 9808009-00 10'Ring 41100tuba PC 101005 $ 5062 S 5962
FMc10507 96 041010.00 a Rin Vier houain:Iat a PC 105003 5 100.16 S 10016
FMC10509 91}06011-00 a RW flier housktigleiutlon tube base.sma PC 105004 S 5962 3 59.62
FMC10302 9a•08012.00 Rubber Bungs-fat glee)rod PC 103003 $ 9.54 $ 0.54
FMC 10508 96-08013.00 Rubber Bungs-to;Sher housMq PC 105002 5 13.12 3 13.12
FNIC13002 080965401 Pfun erHeadTool 3 38.16 S 3616
Fk1CI030a 9809655.01 Two Way Ulle 7BP S 44.12 S 44.12
FMC 10404 98-09653 01 Me net for Vacuum Sal 3 13.12 3 13.12
FMC 1U403 96-09857-01 Pins tic Vacuum Hard Pump 163.35 S 16335
FMC 10405 98.09656.01 Tubtng For Hand Pump S 13.12 S 13.12
FMC10402 98-09659.01 Fgvg and Venting Closure S 44.12 $ 44.12
FMC 10510 98-09660-01 Hoso Tall Fh s.(Pak) S 13.12 S 13.12
FiteMan Xpmas Consumables
FhIC6001 98-08677.00 lFifter Modules truck 10 alk 5 939,57 1$ 93257
Fila-Mas xprass EqLbpmerd
99 17645 Prasture Ekiton Station V1.0:Z•BOM 3 25 039.43 3 25,039.43
FMX Pressue Ehudon RIp(99.17385-00)
FMX Hose Kh(98.06355-0%
FMX Outlet Diverter 5(96.0841600)
FMX Buffer Reservoir Kh(98-08420.00)
FMX Access Ket 99.16235.01
99.17471 Pieswre E)udon Statlon v2.0(AUlCWv):2-BOM S 2S,039.43 3 26 039.43
FMX Pinmis Ekr&"Rip(99-1738800)
FMXHose Kit(98-08355-00)
FMX MAW Dlvarter 6(96.08416-00)
FMX Huffer Reservoir KA(95.08420-00)
FMX Accessory K8(09-1 B235,00)
Powar Card,VT6006 76.20428•A
FMC8005 96.041661.00 Samptg Kit S 175.28 S 17521
FMC6008 96.0116112.00 Hou* Conversion Kit I 150,24 $ 15024
FMC6007 96-08683-00 Housl vAth Filtln s ; 344 59 3 344 59
FMC6004 980035500 Hose Kit ; 150.24 15024
FMC6008 98-08684.00 Duvet Dtverter 5 125 20 S 125.20
MUM 96.00885.011 OF Stem 5 38.16 S 35 16
FKIC6010 9606665-00 OF Body $ 66.77 S 66.77
FIACG011 96011667-00 QC Stem S 12.73 S 72.73
FMCG012 98.086ae•00 QC Body S 119.24 $ 110.24
FMC0013 98-08669.00 Hosela9 $ 30.16 ; 30.16
FMC6016 96-06420-00 Buffer Roseveti KII 3 200.32 3 20032
FMC10503 88.09712.00 Fiter HoLsh vdo Fhdn s 5 225.35 5 72535
Fit*kis r Less Refwb)shed Unfl
NIA RF-17386 00 Ftefwbhhad Pressure Elutlon 5latlan 3 1564954 S 15 64964
kwilropen
D beads
73001 96.1428500 Dynabsed CcwIcteoddkim tm1 10 3 538,971 S 536.97
73011 96.14266-00 D ahead Cryptospwldlum5ml 50 20T4A3 3 2.071.4)
73002 98147.8600 D abaedGC-Combalml SO S 698.45 S 69645
73012 96142419-00 D lnbead GC-Combo 5ml 50 S 3 026.74 5 7728,74
Ma nedcDevicae
120010 96I4JQ0 00 al MPC-1 S 204.55 S 281.55
120020 98.14301-DO d MPC-8 S 1157.69 S 1 157.69
A13346 95.14302-00 D al MPC-S 5 329.29 ; 329.29
Mbdn DCvlcel
15907 98.1430500 kiX-t $ 1,03722 3 1 037 22
15902 911.17910-00 Mher Base S 03220 M20
NA 91117106-00 Twat S 11474 $ 11474,
15903 96.14303-00 12-Tube fh4lo Wheel S 33503 3 33503
15910 90-1430700 Dynal MX-4 S 916.71 S .91674
15902 90.1791600 Mfxtt Base 5 632.20 $ 63220
15911 98.14306.00 MPC-S MLAng Wheel S 284.55 S 284 65
94701 9614311-OD Dvnll$nm IeMtxer 5 519.76 $ 519.76
94702 98.14312.00 Dynot Samr4o Mixer Rad S 158,34 S 15834.
94703 96.14313-00 D s)Sample Mixer Platform S 253.57 $ 25957
Miscellaneous
74003 96.14298.00 111 U0 tube 51 k S 75.73 7573
30201 128 1494200 IIDFXX Stn Ie13 of SU041 l2ao S 9604 5 96 64
e001:2008 CEnnrEEa
Please accept this letter as confinnation that IDEXX Distribution, Inc. (FEIN #35-
2186625) is a wholly owned subsidiary of IDEXX Laboratories, Inc. and is the sole
supplier of the following products to the Water Market:
Product Sole Manufacturer Sole Supplier in US
NVater Testing Market
Colilert* reagent Yes Yes
Colilert* Comparator Yes Yes
Colilert*-18 reagent Yes Yes
Colisure* reagent Yes Yes
Enterolert* reagent Yes Yes
IDEXX Vessel Yes Yes
Quanti-Tray* Sealer Yes Yes
Quanti-Tray* Sealer Plus Yes Yes
Quanti-Tray* Yes Yes
All Colilert* Starter Kits Yes Yes
All 20-pack, 100-pack, and 200- Yes Yes
pack Combo Packs
IDEXX-QC Yes
Colilert* Quanti-CURT"' QC kit Yes Yes
SimPlate* for HPC test kit Yes Yes
f=ilta-Max* Automatic Wash Yes Yes
Station
Legiolert* reagent and trays Yes Yes
Please note that IDEXX Distribution, Inc. was formed as a wholly owned subsidiary of
IDEXX Laboratories, Inc, because our shipping location moved from Westbrook, Maine
to Memphis,Tennessee.
I hope this information is of assistance. If you have any questions, please call Bill Dungey
at 1-800-321-0207 ext. 63370.
Sincerely,
William M. Dungey
Senior Environmental Account Manager
"`Colilert,Colilert-18,Colisure.Enterolert,Quanti-Tray,SimPlate,IDEXX-QC and Filta-Max are trademarks or registered trademarks
ot'IDEXX Laboratories.Inc.or its affiliates in the United States and/or other countries.
EXHIBIT "B"