HomeMy WebLinkAboutC2022-176 - 7/26/2022 - Approved DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
113S a
SERVICE AGREEMENT NO. 4274
Emergency or Disaster Response Services
f�'anwo�alev
1852
THIS Emergency or Disaster Response Services Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Garner Environmental Services, Inc. ("Contractor'), effective
upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Emergency or Disaster Response Services
in response to Request for Bid/Proposal No. GS-07F-0403X ("RFB/RFP"), which RFB/RFP
includes the required scope of work and all specifications and which RFB/RFP and the
Contractor's bid or proposal response, as applicable, are incorporated by reference
in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in
its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Emergency or Disaster Response Services
("Services") in accordance with the attached Scope of Work, as shown in
Attachment A, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term.
(A) The Term of this Agreement is two years beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. The parties may mutually extend the term of this Agreement
for up to three additional one-year periods ("Option Period(s)"), provided, the
parties do so in writing prior to the expiration of the original term or the then-current
Option Period and further provided the underlying GSA contract remains valid.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$2,000,000.00, subject to approved extensions and changes. Payment will be
made
Service Agreement- Garner Environmental Page 1 of 8
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
for Services performed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety. Any amount not expended during the initial term or any option period
may, at the City's discretion, be allocated for use in the next Option Period.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Mariza Rodriguez
Department: Fire Department
Phone: 361-826-3994
Email: MarizaR2@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
Service Agreement- Garner Environmental Page 2 of 8
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
Service Agreement- Garner Environmental Page 3 of 8
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Mariza Rodriguez
Title: Contracts/Funds Administrator
Address: 2406 Leopard St., Suite 300, Corpus Christi, Texas 78408
Phone: 361-826-3994
Fax: N/A
IF TO CONTRACTOR:
Garner Environmental Services, Inc.
Attn: John Temperilli
Title: President
Address: 1717 West 13th Street, Deer Park Texas 77536
Phone: 281-930-1200
Fax: 281-478-0296
Service Agreement- Garner Environmental Page 4 of 8
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City must give the Contractor written
notice of the breach and set out a reasonable opportunity to cure. If the
Contractor has not cured within the cure period, the City may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City may also terminate
this Agreement upon 24 hours written notice to the Contractor for failure to pay or
provide proof of payment of taxes as set out in this Agreement.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement- Garner Environmental Page 5 of 8
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement- Garner Environmental Page 6 of 8
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Service Agreement- Garner Environmental Page 7 of 8
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
CONTRACTOR
DacuSigned by:
,�t,� I t,w�fGV UA
Signature:
John Temperilli
Printed Name:
Title: President
Date: 7/18/2022
M2022-121
Authorized By
7-26-2022
}�udgORPUS CHRISTI Council
-EZ�SA$F5fiF-sEll p" DS
Josh Chronley
Assistant Director of Finance - Procurement
Date:7/28/2022
ATTDESS gid by:
Attached and Incorporated by Reference: "
Attachment A: Scope of Workn
Attachment B: Bid/Pricing Schedule Rebecca Huerta
Attachment C: Insurance and Bond Requirements City Secretary
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. GS-07F-0403X
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement- Garner Environmental Page 8 of 8
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
Fib
(u ATTACHMENT A: SCOPE OF WORK
General Requirements/Background Information
In the event of an emergency or disaster, the City may secure the required
equipment and services on an as-needed basis. This is a pre-positioned contract
that will be utilized only in the event of an emergency or disaster. It will provide
the City with a readily supply of emergency response equipment and services.
Included in the contract, but not limited to, are generators, cabling, pumps, and
hoses, restroom and shower units, fuel tanks, fuel, comfort stations and a variety
of other emergency-related equipment and services.
1.1 Scope of Work:
A. The Contractorshall secure the City with the required equipment and
services on an as-needed basis in the event of an emergency or
disaster.
B. Rental rates shall be priced weekly.
C. The Contractor shall deliver to destination within the number of
calendar days after receipt of order (ARO), as set forth:
L Delivery Time (Days ARO) 10 days ARO
ii. Expedited Delivery: Negotiate between Contractor and City.
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
ATTACHMENT B- BID PRICING
Garner
General Services Administration
Federal Supply Service
Authorized Federal Supply Schedule Pricelist
On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to
create an electronic delivery order is available through GSA Advantage!T'A, a menu-driven database
system. The INTERNET address for GSA Advantage!T"'is:ht�a.//www.GSAAdvantage..gov.
MULTIPLE AWARD SCHEDULE (MAS)
Large Category J, Security and Protection
Subcategory J04, Security Services
FSC/PSC 4230
Contract Number: GS-07F-0403X
For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at
http:11www.gsa.gov/schedules®ordering
Contract Period: April 1, 2011 - March 31, 2026
Contract Current Through Modification PS-A837, November 11, 2021.
Garner Environmental Services, Inc.
1717 West 13th Street
Deer Park TX 77536
Phone: 281-930-1200/ Fax: 281-478-0296
Contract Administration: John Temperilli
E-mail:
Internet: :// Aa
Business Size: Large Business
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
Contents
CustomerInformation..............................................................................................1
Authorized MAS Federal Supply Schedule Pricelist.........................................6-19
Contract No. GS-07F-0403X i Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
Customer Information
1. SPECIAL ITEM NUMBERS (SINS):
a. Table of awarded SINS
SIN 611430ST, Security Training - Includes all security training related
611430ST-RC, to law enforcement, security, emergency preparedness
STLOC and/or first responders. Examples include instructor-led
training,web-based training,pre-set courses,training
development, etc.
SIN OLM, Order-Level Materials
OLM-RC,
STLOC
b. Lowest priced model number and price for each SIN.
SIN Model Price
611430ST ORBITRAX Per Message $0.27
611430ST-RC,
STLOC
c. Hourly rates: $5.92
2. MAXIMUM ORDER
SIN 611430ST, 611430ST-RC, STLOC: $1,000,000
SIN OLM, OLM-RC, STLOC: $250,000
3. MINIMUM ORDER: None
4. GEOGRAPHIC COVERAGE: The 48 contiguous states, Alaska, Hawaii, Puerto Rico,
Washington DC, and U.S. territories
5. POINT(S) OF PRODUCTION: Same as company address
6. Prices shown are NET Prices; Basic Discounts have been deducted.
7. DISCOUNTS:
a. Quantity --None
b. Dollar Volume -- None
8. PROMPT PAYMENT TERMS: 0% discount for net 30 days. Prompt payment terms
cannot be negotiated out of the contractual agreement in exchange for other concessions.
9. GOVERNMENT PURCHASE CARDS:
a. Contractors are required to accept credit cards for payments equal to or less than the
micro-purchase threshold for oral or written delivery orders.
Contract No. GS-07F-0403X 2 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garflflr
b. Credit cards are acceptable for payment at or above the micro-purchase threshold. In
addition, bank account information for wire transfer payments will be shown on the
invoice.
10. FOREIGN ITEMS: Not applicable
11. DELIVERY SCHEDULE:
a. TIME OF DELIVERY: The Contractor shall deliver to destination within the
number of calendar days after receipt of order(ARO), as set forth below:
SPECIAL ITEM NUMBERS DELIVERY TIME(DAYS ARO)
611430ST, 611430ST-RC, STLOC 10 days ARO
b. EXPEDITED DELIVERY: As negotiated between Garner and Ordering Agency
C. OVERNIGHT and TWO-DAY DELIVERY: As negotiated between Garner and
Ordering Agency
d. URGENT REQUIREMENTS: As negotiated between Garner and Ordering
Agency
12. FOB: Origin (Shipping/Transportation cost for equipment only)
*Travel costs will be in compliance with the Federal Travel Regulation (FTR) or the Joint
Travel Regulation (JTR).
13. ORDERING INFORMATION:
a. Agencies should address all orders to the following address:
Garner Environmental Services, Inc.
1717 West 13th Street
Deer Park TX 77536
John Temperilli, Vice President
jtemperilli(a�garner-es.com
b. For supplies and services, the order procedures and information on Blanket Purchase
Agreements (BPAs) are found in Federal Acquisition Regulation (FAR) 8.405-3.
14. PAYMENT INFORMATION:
Agencies should address all payments to the following address:
Garner Environmental Services, Inc.
Attn: Accounts Receivable
1717 West 13th Street
Deer Park TX 77536
15. WARRANTY PROVISION: None (Services only)
Restocking Fee/Cancellation Policy: None (Services only)
16. EXPORT PACKING CHARGES: Not applicable
Contract No. GS-07F-0403X 3 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD
ACCEPTANCE ABOVE THE MICROPURCHASE THRESHOLD
552.232-77 PAYMENT BY GOVERNMENT COMMERCIAL PURCHASE
CARD (MAR 2000) (ALTERNATE I—MAR 2000)
(a) Definitions.
"Government-wide commercial purchase card' means a uniquely numbered
credit card issued by a contractor under GSA's Government-wide Contract for
Fleet, Travel, and Purchase Card Services to named individual Government
employees or entities to pay for official Government purchases.
"Oral order" means an order placed orally either in person or by telephone.
(b) The Contractor must accept the Government-wide commercial purchase card for
payments equal to or less than the micro-purchase threshold (see Federal
Acquisition Regulation 2.101) for oral or written orders under this contract.
(c) The Contractor and the Ordering Agency may agree to use the Government-wide
commercial purchase card for dollar amounts over the micro-purchase threshold,
and the Government encourages the Contractor to accept payment by the purchase
card. The dollar value of a purchase card action must not exceed the ordering
agency's established limit. If the Contractor will not accept payment by the
purchase card for an order exceeding the micro-purchase threshold, the Contractor
must so advise the Ordering Agency within 24 hours of receipt of the order.
(d) The Contractor shall not process a transaction for payment through the credit card
clearinghouse until the purchased supplies have been shipped or services
performed. Unless the cardholder requests correction or replacement of a
defective or faulty item under other contract requirements, the Contractor must
immediately credit a cardholder's account for items returned as defective or faulty.
(e) Payments made using the Government-wide commercial purchase card are not
eligible for any negotiated prompt payment discount. Payment made using a
Government debit card will receive the applicable prompt payment discount.
18. TERMS AND CONDITIONS OF RENTAL, MAINTENENACE,AND REPAIR:
Not applicable
19. TERMS AND CONDITIONS OF INSTALLATION: Not applicable
20. TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF
PARTS' PRICE LISTS AND ANY DISCOUNTS FROM LIST PRICES:
Not applicable
20a. TERMS AND CONDITIONS FOR ANY OTHER SERVICES: Not applicable
21. SERVICE AND DISTRIBUTION POINTS: Not applicable
Contract No. GS-07F-0403X 4 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
m,
Garner
22. PARTICIPATING DEALERS: Not applicable
23. PREVENTIVE MAINTENANCE: Not applicable
24a. ENVIRONMENTAL ATTRIBUTES: Not applicable
24b. SECTION 508 COMPLIANCE: Not applicable
25. DATA UNIVERSAL NUMBERING SYSTEM(DUNS) NUMBER: 05-355-4531
26. Contractor HAS registered with the System for Award Management.
Contract No. GS-07F-0403X 5 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
Garner
Authorized MAS Federal Supply Schedule Pricelist
Garner Environmental Services, Inc. (Garner Environmental), established in 1981, is a turnkey
disaster/emergency response, recovery, logistics and planning company. Garner offers complete
project, logistics, and incident management services in response to any All-Hazard, All-Threat
event- any natural or man-made disaster.
Garner Environmental specializes in rapid, timely, and flexible field personnel, equipment, and
special services' response for any weather,terroristic, or environmental catastrophe; any"bad day"
or Black Swan event.
Garner Environmental services include wraparound or support equipment for any significant `no
notice' or dislocation event. These services consist of prime power installation, operation and
maintenance; sheltering (evacuation, recovery, animal, etc.); catering; laundry, shower, and
bathroom facilities and ablution; pumps and pump mission support; base camps, mobile field
hospitals and medical clinics (with personnel);transportation and heavy lift. Equipment is tracked
with our GPS tracking system illustrating usage history and location, and data can be integrated
into various client reporting systems.
Garner Environmental deploys personnel including field logisticians, IT specialists, equipment
operators, electricians and mechanics, field clerks, Incident Command & Command staff
personnel, Project managers and supervisors. Subject Matter Experts (SME) are utilized as
warranted, to include medical personnel such as RNs, ICU RNs, Physicians, Nurse Practitioners,
Respiratory Therapists, EMTs, LVNs, LPNs, etc.
Garner also performs pandemic/biological disinfection response (to include COVID-19) using
UV light, electrostatic spraying equipment, and heavy-duty spray drones.
The prices shown below include the Industrial Funding Fee (IFF) of 0.75%.
Contract No. GS-07F-0403X 6 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
Garner
POWER GENERATOR NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3)days constitutes a week on
equipment; Seven(7)days constitutes a week on personnel.
Rental Rates Only-Transportation rates to and from point of origin,point of delivery and/or point of use are not
included.
Customer is responsible for any/all fuel,personnel and transportation costs associated with project.
Fuel will be determined by load and charged IAW and associated to the Task Order at that time.
Minimum of two(2)electricians are required per site assessment and installation.
GPS units are required for each generator and charged per rate schedule. (Messaging not included.)
Any items requested of GESI not appearing within these rates will be subject to Open Market pricing including a FEMA
allowable administrative fee.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price Weekly
Rate
SCHEDULE A-POWER GENERATION
611430ST 20KW Generator $1,148.78
611430ST 25KW Generator $1,148.78
611430ST 30KW Generator $1,234.26
611430ST 35KW Generator $1,362.32
611430ST 36KW Generator $1,362.32
611430ST 40KW Generator $1,621.81
611430ST 45KW Generator $1,621.81
611430ST 48KW Generator $1,621.81
611430ST 50KW Generator $1,621.81
611430ST 56KW Generator $1,621.81
611430ST 60KW Generator $1,675.87
611430ST 70KW Generator $2,027.27
611430ST 75KW Generator $2,027.27
611430ST 80KW Generator $2,219.87
611430ST 90KW Generator $2,333.52
611430ST 10OKW Generator $2,289.29
611430ST 125KW Generator $2,838.18
611430ST 150KW Generator $2,838.18
611430ST 174KW Generator $2,957.38
611430ST 175KW Generator $2,957.38
611430ST 176KW Generator $2,957.38
611430ST 180KW Generator $3,107.81
611430ST 20OKW Generator $3,088.20
611430ST 225KW Generator $3,649.09
611430ST 240KW Generator $3,649.08
611430ST 250KW Generator $3,649.08
611430ST 300 KW Generator $3,768.02
611430ST 320KW Generator $3,768.01
611430ST 350KW Generator $4,298.63
611430ST 40OKW Generator $5,287.56
Contract No. GS-07F-0403x 7 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
SIN Product Description GSA Price Weekly
Rate
611430ST 450KW Generator $5,287.56
611430ST 480KW Generator $5,789.87
611430ST 50OKW Generator $5,789.87
611430ST 550KW Generator $6,206.14
611430ST 575KW Generator $6,461.31
611430ST 60OKW Generator $7,427.76
611430ST 640KW Generator $7,427.76
611430ST 675KW Generator $7,589.45
611430ST 728KW Generator $7,589.45
611430ST 750KW Generator $7,589.45
611430ST 80OKW Generator $8,310.44
611430ST 850KW Generator $9,517.36
611430ST 1000KW Generator $9,517.36
611430ST 120OKW Generator $13,325.04
611430ST 1250KW Generator $13,325.04
611430ST 140OKW Generator $14,590.91
611430ST 150OKW Generator $15,174.56
611430ST 160OKW Generator $15,515.35
611430ST 1750KW Generator $16,616.14
611430ST 2000KW Generator $17,742.64
611430ST 45 kVA Transformer $324.36
611430ST 75 kVA Transformer $432.48
611430ST 100 kVA Transformer $651.43
611430ST 150 kVA Transformer $651.43
611430ST 225 kVA Transformer $867.67
611430ST 300 kVA Transformer $1,589.38
611430ST 400 kVA Transformer $2,112.41
611430ST 500 kVA Transformer $2,112.41
611430ST 750 kVA Transformer $2,448.94
611430ST 1000 kVA Transformer $2,871.96
611430ST 1500 kVA Transformer $3,796.40
611430ST 2000 kVA Transformer $4,476.21
611430ST 600 Amp Line Panel $756.85
611430ST 800 Amp Line Panel $994.71
611430ST 1200 Amp Line Panel $1,492.07
611430ST 4000 Watt Generated Light Plant $513.57
611430ST Power Distribution Box(Spider Boxes $493.70
611430ST S ider Boxes 400 $767.66
611430ST S ider Boxes 800 $993.36
611430ST Power Distribution Box(Spider Box)with 50'cable $640.83
611430ST Pigtails-4/0 Male&Female Camlock Connectors $59.24
611430ST Power Cord,50' Extension Cord $29.62
611430ST Generator Cable(price per foot) $2.47
Contract No. GS-07F-0403x 8 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
PUMPS AND HOSES NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Rental Rates Only-Transportation rates to and from point of origin,point of delivery and/or point of use are not
included.
Customer is responsible for any/all fuel,personnel and transportation costs.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price
Weekly Rate
SCHEDULE B—PUMPS&HOSES
611430ST 2"x 2"Diesel Pump $778.47
611430ST 3"x 3"Diesel Pump $1,431.25
611430ST 4"Diesel Pump $810.91
611430ST 6"Diesel Pump $1,405.57
611430ST 8"Diesel Pump $1,778.93
611430ST 10" Diesel Pump $2,025.24
611430ST 12" Diesel Pump $2,757.19
611430ST 16" Diesel Pump $7,027.86
611430ST 18" Diesel Pump DSL Flange w/Quick Disconnect $10,509.35
611430ST 24" Diesel Pump $13,969.22
611430ST 2"Suction Discharge Hose 50'Section $94.61
611430ST 3"Suction Discharge Hose 50'Section $70.28
611430ST 4"Suction Discharge Hose 50'Section $100.72
611430ST 6"Suction Discharge Hose 50'Section $124.34
611430ST 8"Suction Discharge Hose 50'Section $248.14
611430ST 10"Suction Discharge Hose 50'Section $383.15
611430ST 12"Suction Discharge Hose 50'Section $401.40
611430ST 6"Vacuum Assist Pump $2,128.63
611430ST 12"Vacuum Assist Pump $2,898.99
611430ST 3"Submersible Hydraulic Pump $749.48
611430ST 4"Submersible Hydraulic Pump $1,283.63
611430ST 6"Submersible Hydraulic Pump $1,732.90
611430ST 8"Submersible Hydraulic Pump $2,310.53
611430ST 12"Submersible Hydraulic Pump $4,120.44
611430ST 8"Bauer Pipe, 10'Section $53.91
611430ST 12" Bauer Pipe, 10'Section $53.91
611430ST 4"Strainer/T-Joint/Elbow $47.40
611430ST 6"Strainer/T-Joint/Elbow $64.18
611430ST 8"Strainer/T-Joint/Elbow $67.58
611430ST 3"Sub-Dewater 5hp 460v $343.37
611430ST 4"Sub-Dewater 10hp 460v $386.37
611430ST 6"Sub-Dewater 35hp 460v $617.76
611430ST 8"Sub-Dewater 95hp 460v $1,339.78
611430ST 4"Sub-Trash 20hp 460v $430.02
611430ST 6"Sub-Trash 40hp 460v $617.75
611430ST 8"Sub-Trash 70hp 460v $1,339.79
611430ST 3"Suction Hose-20'Section $56.16
Contract No. GS-07F-0403x 9 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
UrflBr
SIN Product Description GSA Price
Weekly Rate
611430ST 4"Suction Hose-20'Section $72.21
611430ST 6"Suction Hose-20'Section $72.21
611430ST 8"Suction Hose-20'Section $160.45
611430ST 10"Suction Hose-20'Section $202.73
611430ST 12"Suction Hose- 10'Section $160.45
611430ST 6"to 18" Pipe Fusion Machine $3,311.20
611430ST 12"to 36"Track Mounted Fusion Machine $11,352.70
ENVIRONMENTAL CONTROLS NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Rental Rates Only-Transportation rates to and from point of origin,point of delivery and/or point of use are not
included.
Customer is responsible for any/all fuel,personnel and transportation costs.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price Daily GSA Price
Rate Weekly Rate
611430ST 5-Ton Air Conditioner Unit N/A $1,148.78
611430ST 10-Ton Air Conditioner Unit N/A $1,405.57
611430ST 15-Ton Air Conditioner Unit N/A $1,924.55
611430ST 20-Ton Air Conditioner Unit N/A $2,024.56
611430ST 25-Ton Air Conditioner Unit N/A $2,169.18
611430ST 30-Ton Air Conditioner Unit N/A $2,703.02
611430ST 40-Ton Air Conditioner Unit N/A $4,324.84
611430ST 50-Ton Air Conditioner Unit N/A $7,348.17
611430ST 60-Ton Air Conditioner Unit N/A $5,297.92
611430ST 75-Ton Air Conditioner Unit N/A $7,568.46
611430ST 80-Ton Air Conditioner Unit N/A $8,649.67
611430ST 100 GPM Pump N/A $778.47
611430ST 200 GPM Pump N/A $778.47
611430ST 300 GPM Pump N/A $852.43
611430ST 400 GPM Pump N/A $888.66
611430ST 500 GPM Pump N/A $898.54
611430ST 750 GPM Pump N/A $1,621.81
611430ST 800 GPM Pump N/A $1,621.81
611430ST 1,000 GPM Pump N/A $1,621.81
611430ST 1,200 GPM Pump N/A $1,444.14
611430ST Polyethylene Pollution Bags(per Roll) $113.53 N/A
611430ST Polyethylene Sheeting Per Roll(20'x 100'x 6 mil) $118.93 N/A
611430ST Level A Responder Suit(each) $1,243.39 N/A
611430ST Level B Responder Suit(each) $243.27 N/A
611430ST Level 3(CPC 3) PPE(each) $113.53 N/A
611430ST Level D PPE(each) $48.65 N/A
Contract No. GS-07F-0403x 10 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
Garnir
MATERIALS HANDLING EQUIPMENT(MHE)NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Rental Rates Only-Transportation rates to and from point of origin,point of delivery and/or point of use are not
included.
Customer is responsible for any/all fuel,personnel and transportation costs.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price
Weekly Rate
SCHEDULE D-MATERIALS HANDLING EQUIPMENT(MHE)
611430ST Forklift Carpet Pole $111.90
611430ST Pallet Grabber w/Chain $40.54
611430ST Pallet Jack $111.90
611430ST Electric Pallet Jack $318.96
611430ST Forklift Loading Ramp $923.09
611430ST Dock Plate $454.21
611430ST 5,000 Lb. Diesel Forklift $676.37
611430ST 6,000 Lb. Forklift $2,899.58
611430ST 8,000 Lb. Forklift $3,138.72
611430ST 9,000- 10,000 Lb. Forklift $3,713.09
611430ST 15,000 Lb. Forklift $8,006.94
611430ST 25,000-35,000 Lb.Forklift $14,823.51
611430ST 4,400 Lb. Extended Reach Forklift $1,892.12
ROUGH TERRAIN FORKLIFTS
611430ST Straight Mast $987.35
611430ST 5,000 Lb. Extended Reach Forklift $1,297.45
611430ST 6,000 Lb. Extended Reach Forklift $1,675.87
611430ST 8,000 Lb. Extended Reach Forklift $1,600.19
611430ST 9,000 Lb. Extended Reach Forklift $1,838.06
611430ST 10,000 Lb. Extended Reach Forklift $2,108.36
611430ST Forklift Propane Tank w/o Fuel $12.97
611430ST Portable Loading Dock,20'X 20'w/Ramp and Stairs $1,325.76
Contract No. GS-07F-0403X 11 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
m,
Garner
HEAVY EQUIPMENT NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Rental Rates Only-Transportation rates to and from point of origin,point of delivery and/or point of use are not
included.
Customer is responsible for any/all fuel,personnel and transportation costs.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price
Weekly Rate
SCHEDULE E—HEAVY EQUIPMENT
FUEL TANKS:
611430ST 1,000 Gallon Fuel Tank $1,892.12
611430ST 2,000 Gallon Fuel Tank $1,750.21
LOADERS:
611430ST 1/2 yard $1,062.29
611430ST 3/4 yard $994.71
611430ST 1 yard $1,027.15
611430ST 2 1/2 yard $2,063.76
611430ST 2 3/4 yard $2,063.76
SKID-STEERS:
611430ST 1,750 Lb. $767.66
611430ST 2,400 Lb. $1,215.01
611430ST 1,900 Lb.Track $1,297.45
SKID ATTACHMENTS:
611430ST Grapple $260.84
611430ST Forks $151.37
611430ST Sweeper $260.84
OTHER HEAVY EQUIPMENT:
611430ST Single Smooth Drum Vibratory Roller $1,489.37
611430ST D3 Cat Small Track-Type Tractor $1,717.77
611430ST D4 Cat Small Track-Type Tractor $2,077.27
611430ST D5 Cat Small Track-Type Tractor $2,277.30
611430ST D6 Cat Medium Track-Type Tractor $3,378.78
611430ST Ditch/Trench Digger $1,215.01
611430ST Large Excavator $3,378.78
SIN Description GSA GSA Weekly GSA
Mobilization Price Demobilization
Price Price
SCHEDULE—F EQUIPMENT SERVICES&DISASTER RESPONSE BASE CAMPS
611430ST NIMS TYPE 11,000 Person Base Camp $546,244.39 $1,441,154.38 $444,575.60
611430ST NIMS TYPE 11750 Person Base Camp $508,515.60 $1,169,241.11 $413,659.78
611430ST NIMS TYPE 111500 Person Base Camp $375,334.97 $800,889.40 $306,847.13
611430ST NIMS TYPE IV 250 Person Base Camp $305,244.24 $513,202.64 $249,416.01
Contract No. GS-07F-0403x 12 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
m
Garner
SIN Description GSA GSA Weekly GSA
Mobilization Price Demobilization
Price Price
KITCHEN SERVICES:
611430ST NIMS TYPE 11,000 Person Kitchen/Meals $185,540.88 $466,447.11 $131,188.50
611430ST NIMS TYPE 11750 Person Kitchen/Meals $179,699.65 $402,761.19 $130,669.52
611430ST NIMS TYPE 111500 Person Kitchen/Meals $132,481.90 $285,843.30 $95,980.28
611430ST NIMS TYPE IV 250 Person Kitchen/Meals $110,890.15 $193,676.98 $83,891.01
SHOWER SERVICES:
611430ST NIMS TYPE 11,000 Person Showers $30,246.82 $173,262.40 $37,784.20
611430ST NIMS TYPE 11750 Person Showers $24,582.64 $149,906.93 $28,783.14
611430ST NIMS TYPE 111500 Person Showers $18,959.00 $89,214.61 $21,989.09
611430ST NIMS TYPE IV 250 Person Showers $18,959.00 $65,859.15 $18,653.56
LAUNDRY SERVICES:
611430ST NIMS TYPE 11,000 Person Laundries $82,671.95 $237,551.09 $67,779.64
611430ST NIMS TYPE 11750 Person Laundries $66,318.66 $184,802.96 $53,313.07
611430ST NIMS TYPE 111500 Person Laundries $48,184.08 $124,111.99 $39,273.57
611430ST NIMS TYPE IV 250 Person Laundries $36,884.10 $74,919.68 $29,692.70
CIVIL SUPPORT NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Pricing is all-inclusive including transportation,personnel,expendable commodities,food,etc.
Grey&Black Water Disposal not included. Additional Service Fee(If Applicable)
Hand Sanitizers @$15.00 per unit per week.
Daily service of all Portalet packages is included.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price
Weekly Rate
SCHEDULE—G CIVIL SUPPORT
611430ST Portable Storage Container $320.91
611430ST Tent, 10'x 10' 242.21
611430ST Tent,20'x 20' $463.84
611430ST Tent,40'x 40' 2,108.31
611430ST Tent, 10'x 10'Pop-Up $291.23
611430ST Tent, 10'x 15'Pop-Up $380.15
611430ST Chair-Folding $8.11
611430ST 6'Table-Folding $20.27
611430ST 8'Table-Folding $27.03
611430ST 50'String Lighting $96.98
611430ST 100'String Lighting $185.27
611430ST Power Distro-Spider Box $162.92
611430ST 24" Portable Fan on Stand $172.80
611430ST 48"2-Speed Warehouse Fan $167.59
611430ST Tent-30'x 90'x 7' $2,691.61
611430ST Tent-30'x 60'x 7' $1,869.29
611430ST Tent,60'x 100'x 7' $6,870.89
Contract No. GS-07F-0403x 13 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
SIN Product Description GSA Price
Per Case
HeaterMeals Self-Heating Entrees w/up to 2-Yr Shelf Life
611430ST 1-Pallet=70 Twelve Count Cases 840 meals HM Entrees $61.22
611430ST 2-Pallets= 140 Twelve Count Cases 1,680 meals HM Entrees $58.56
611430ST 3-Pallets=210 Twelve Count Cases(2,520 meals) HM Entrees $58.56
611430ST 5-Pallets=350 Twelve Count Cases(4,200 meals) HM Entrees $55.74
611430ST Greater than 5 Pallets HM Entrees $53.90
HeaterMeals Plus Full Course Meal Kits w/up to 1-Yr Shelf
Life
611430ST 1-Pallet=50 Twelve Count Cases(600 meals) HM Plus Meal $103.81
Kits
611430ST 2-Pallets= 100 Twelve Count Cases(1,200 meals) HM Plus $101.32
Meal Kits
611430ST 4-Pallets=200 Twelve Count Cases(2,400 meals) HM Plus $101.32
Meal Kits
611430ST 7-Pallets=350 Twelve Count Cases(4,200 meals) HM Plus $98.48
Meal Kits
611430ST Greater than 7 Pallets HM Plus Meal Kits $98.48
Heater Meals EX Self-Heating Entrees w/up to 5-Yr Shelf-Life
611430ST 1-Pallet=60 Twelve Count Cases(720 meals) HM EX Entrees $63.22
611430ST 2-Pallets= 120 Twelve Count Cases(1,440 meals) HM EX $60.38
Entrees
611430ST 3-Pallets= 180 Twelve Count Cases(2,160 meals) HM EX $57.56
Entrees
611430ST 6-Pallets=360 Twelve Count Cases(4,320 meals) HM EX $55.57
Entrees
611430ST Greater than 6 Pallets HM EX Entrees $55.57
Heater Meals 3 Full Course Meal Kits w/up to 3-Yr Shelf Life
611430ST 1-Pallet=50 Twelve Count Cases(600 meals) HM 3 Kits $74.69
611430ST 2-Pallets= 100 Twelve Count Cases 1,200 meals HM 3 Kits $72.37
611430ST 4-Pallets=200 Twelve Count Cases 2,400 meals HM 3 Kits $72.37
611430ST 7-Pallets=350 Twelve Count Cases(4,200 meals) HM 3 Kits $70.54
611430ST 12-Pallets=600 Twelve Count Cases(7,200 meals) HM 3 Kits $70.54
24-Pallets= 1200 Twelve Count Cases(14,400 meals) HM 3
611430ST Kits $68.21
611430ST Greater than 24 Pallets HM 3 Kits $68.21
Cafe2Go Self-Heating Beverage Kits w/up to 1.5-Yr Shelf
Life
611430ST 1-Pallet= 18 Six Count Cases 108 Cafe2Go Beverage Kits $140.74
611430ST 2-Pallets=36 Six Count Cases 216 Cafe2Go Beverage Kits $133.25
611430ST 3-Pallets=54 Six Count Cases 324 Cafe2Go Beverage Kits $124.69
611430ST Greater than 3 Pallets Cafe2Go Beverage Kit $124.69
Cafe2Go Self-Heating SOUP Kits w/up to 1.5-Yr Shelf Life
611430ST 1-Pallet= 18 Six Count Cases 108 Cafe2Go Soup Kits $205.12
611430ST 2-Pallets=36 Six Count Cases 216 Cafe2Go Soup Kits $194.64
611430ST 3-Pallets=54 Six Count Cases 324 Cafe2Go Soup Kits $182.66
611430ST Greater than 3 Pallets Cafe2Go Soup Kits $182.66
Contract No. GS-07F-0403x 14 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
SIN Product Description GSA Price Per
Bag
Ice
611430ST Ice 8 Lb. Bag $3.24
SIN Product Description GSA Price Per
Case
Bottled Water
611430ST 24 Count 16.9 Oz.per Water Bottle/Case $8.15
SIN Product Description GSA Price
Weekly Rate
Type 11,000 Person Portalet Package
611430ST 100 Standard Restrooms $61,493.77
611430ST 4 Wheelchair Accessible Restrooms $5,108.71
611430ST 30 Station Sinks $35,477.17
611430ST Daily Service Fees for 104 Restrooms
611430ST Daily Service Fees for 30 Sinks
611430ST 5%Fuel Surcharge+Tax
Type II(750)Person Portalet Package
611430ST 75 Standard Restrooms $46,120.32
611430ST 4 Wheelchair Accessible Restrooms $5,108.71
611430ST 22 Station Sinks $26,016.59
611430ST Daily Service Fees for 79 Restrooms
611430ST Daily Service Fees for 22 Sinks
611430ST 5%Fuel Surcharge+Tax
Type III(500)Person Portalet Package
611430ST 50 Standard Restrooms $30,746.88
611430ST 2 Wheelchair Accessible Restrooms $2,554.36
611430ST 15 Station Sinks $17,738.59
611430ST Daily Service Fees for 52 Restrooms
611430ST Daily Service Fees for 15 Sinks
611430ST 5%Fuel Surcharge+Tax
Type IV(250)Person Portalet Package
611430ST 25 Standard Restrooms $15,373.44
611430ST 1 Wheelchair Accessible Restroom $1,277.18
611430ST 7 Station Sinks $8,278.01
611430ST Daily Service Fees for 26 Restrooms
611430ST Daily Service Fees for 7 Sinks
611430ST 5%Fuel Surcharge+Tax
Type V(100)Person Portalet Package
611430ST 10 Standard Restrooms $6,149.38
611430ST 1 Wheelchair Accessible Restroom $1,277.18
611430ST Daily Service Fees for 11 Restrooms
611430ST Daily Service Fees for 3 Sinks
611430ST 5%Fuel Surcharge+Tax
Contract No. GS-07F-0403x 15 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
TRANSPORTATION SERVICES NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Pricing excludes fuel,personnel,and transportation costs,unless otherwise noted.
Transportation mileage rates may vary based on region of equipment FOB.
Jurisdictional and/or Federal fees will apply unless waived.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price
Weekly Rate
SCHEDULE H-TRANSPORTATION EQUIPMENT/PERSONNEL
611430ST Power Only Truck $14,190.87
611430ST Roll Backs-Equipment Local Short-Haul $12,337.63
611430ST Equipment Service Vehicle $2,081.33
611430ST Bobtail Fuel Truck&Driver(Fuel, Lube Truck or Transport) Does $56,763.48
Not Include Fuel
611430ST Fuel Truck&Trailer Combo(Less than 2,000 Gallons) Does Not $56,763.48
Include Fuel
611430ST Fuel Trailer w/Attendant(Trailer Dropped,8,500 Gallons with $56,763.48
Pumps)Gasoline&Diesel; Does Not Include Fuel
611430ST Fuel Tank on Trailer;6,000 Gallons; Diesel Only;4 Pumps and $56,763.48
Spill Kit with Attendant(ISO Unit); Does Not Include Fuel
611430ST Dry Van $5,179.67
611430ST Reefer Trailer $1,658.84
611430ST Drop Deck Trailer $14,190.87
611430ST Removable Drop Deck(RGN) $17,029.04
611430ST Double-Drop Trailer $14,190.87
611430ST Flat-Bed Trailer $6,622.41
611430ST Low-Boy Trailer $14,190.87
611430ST Water Trailer 300-Gallon $362.21
611430ST 60-Ton Landall Trailer $16,584.24
611430ST 26'Straight Truck w/Lift Gate and Driver $14,190.86
611430ST Water Truck(Non-Potable)w/Operator $32,999.46
611430ST Variable Message Boards,Trailered,Solar-Powered $2,301.64
611430ST Jersey Barricades,Composite $186.62
611430ST Traffic Barricades, Barrel $48.38
611430ST Traffic Barricades, Folding $89.85
611430ST Traffic Barriers,8' $18.66
611430ST Traffic Cones $18.66
Contract No. GS-07F-0403X 16 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
Garner
LSA PROJECT PERSONNEL SUPPORT NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Command Center is for customer personnel,Garner Project Personnel,required for Orbitrax Support and all IT/Cells.
Orbitrax Support is required for all physical equipment to prevent equipment losses and customer chargebacks.
Hourly wages are for straight-time only;overtime and double-time will be applied if required.
Hourly wages will be assessed at no less than twelve(12)hours per day;per person-seven(7)days a week.
Federal Holidays are billed at the double-time rate.
All personnel will be paid IAW regional prevailing wages in accordance with Davis-Bacon and/or SCA where
applicable.
Airfare is a factor of total personnel minus required personnel/service vehicles.
LSA Project Equipment does not include MOB/DEMOB.
Travel-Lodging and Per Diem will be charged at CONUS rate for any/all work more than fifty(50)miles from
employee's normally assigned Garner office.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Description GSA Price Per
Hour
SCHEDULE I-PROJECT SUPPORT PERSONNEL
INCIDENT COMMAND SUPPORT
611430ST Information Officer $148.11
611430ST Safety/Security Officer $148.11
611430ST Liaison Officer $148.11
OPERATIONS SECTION
611430ST Operations Section Chief $148.11
611430ST Staging Areas' Manager $133.30
611430ST Air Operations Branch Director $133.30
611430ST Air Support Group Supervisor $133.30
611430ST Air Tactical Group Supervisor $133.30
611430ST Branch Director $133.30
611430ST Divisions/Groups Supervisor $133.30
611430ST Strike Force/Teams Leader $133.30
611430ST Single Resource Leader $133.30
611430ST Military Support Liaison $133.30
PLANNING SECTION
611430ST Planning Section Chief $148.11
611430ST Resource Unit Leader $133.30
611430ST Status Recorder $133.30
611430ST Situation Unit Leader $133.30
611430ST Documentation Unit Leader $133.30
611430ST Demobilization Unit Leader $133.30
611430ST Environmental Unit Leader $133.30
611430ST Documentation Clerk $133.30
611430ST Field Observer $133.30
611430ST Technical Specialists' Leader $133.30
Contract No. GS-07F-0403x 17 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
SIN Description GSA Price Per
Hour
LOGISTICS SECTION
611430ST Logistics Section Chief $148.11
611430ST Service Branch Director $133.30
611430ST Support Branch Director $133.30
611430ST Communications Unit Leader $133.30
611430ST Medical Unit Leader $133.30
611430ST Food Unit Leader $133.30
611430ST Supply Unit Leader $133.30
611430ST Facilities Unit Leader $133.30
611430ST Ground Support Unit Leader $133.30
611430ST Ordering Manager $133.30
611430ST Receiving &Distribution Manager $133.30
611430ST Security Manager $133.30
611430ST Camp Manager $133.30
611430ST Base Manager $133.30
611430ST Ground Support Unit Leader $133.30
611430ST Vessel Support Unit Leader $133.30
611430ST Equipment Manager $133.30
FINANCE/ADMINISTRATION SECTION
611430ST Finance/Admin Section Chief $148.11
611430ST Time Unit Leader $133.30
611430ST Cost Unit Leader $133.30
611430ST Procurement Unit Leader $133.30
611430ST Personnel Time Recorder $133.30
611430ST Resource Support Team Leader $133.30
611430ST Energy Team Coordinator(Generator) $133.30
611430ST Transportation Coordinator $133.30
611430ST Public Works Coordinator(Pumps&Light Tower) $133.30
611430ST Equipment Time Recorder $133.30
Contract No. GS-07F-0403X 18 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
LSA PROJECT PERSONNEL SUPPORT NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Command Center is for customer personnel,Garner Project Personnel,required for Orbitrax Support and all IT/Cells.
Orbitrax Support is required for all physical equipment to prevent equipment losses and customer chargebacks.
Hourly wages are for straight-time only;overtime and double-time will be applied if required.
Hourly wages will be assessed at no less than twelve(12)hours per day;per person-seven(7)days a week.
Federal Holidays are billed at the double-time rate.
All personnel will be paid IAW regional prevailing wages in accordance with Davis-Bacon and/or SCA where
applicable.
Airfare is a factor of total personnel minus required personnel/service vehicles.
LSA Project Equipment does not include MOB/DEMOB.
Travel-Lodging and Per Diem will be charged at CONUS rate for any/all work more than fifty(50)miles from
employee's normally assigned Garner office.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN Product Description GSA Price
Hourly Rate
SCHEDULE J LSA PROJECT PERSONNEL SUPPORT:
LSA POD Personnel
611430ST Incident Management Team Leader $148.11
611430ST Project/Operations Manager $133.30
611430ST Project/Operations Task Leader $123.43
611430ST Hazardous Material Technical Specialist $117.25
611430ST Waste Management Specialist $117.25
611430ST POD Team Leader $117.25
611430ST Project Administrator $74.06
611430ST Project Supervisor $133.30
611430ST Warehouse Supervisor $117.25
611430ST Project Field Clerk $49.37
611430ST LSA,Warehouse and General Labor(Non-Union) $59.24
611430ST Resource Supervisor $117.25
611430ST Resource Technician $117.25
611430ST GIS Data Liaison $133.30
611430ST Resource/Equipment Operator(Includes Forklift Operator(Non- $117.25
Union)
611430ST Electrician $117.25
611430ST Security $78.99
611430ST Per Diem CONUS
611430ST Personal Airfare
Contract No. GS-07F-0403X 19 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
+ Garner
LSA SUPPORT EQUIPMENT NOTES
Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.Three(3) Days constitutes a week on
equipment; Seven(7) Days constitutes a week on personnel.
Command Center is for customer personnel,Garner Project Personnel,required for Orbitrax Support and all IT/Cells.
Orbitrax Support is required for all physical equipment to prevent equipment losses and customer chargebacks.
Hourly wages are for straight-time only;overtime and double-time will be applied if required.
Hourly wages will be assessed at no less than twelve(12)hours per day;per person-seven(7)days a week.
Federal Holidays are billed at the double-time rate.
All personnel will be paid IAW regional prevailing wages in accordance with Davis-Bacon and/or SCA where
applicable.
Airfare is a factor of total personnel minus required personnel/service vehicles.
LSA Project Equipment does not include MOB/DEMOB.
Travel-Lodging and Per Diem will be charged at CONUS rate for any/all work more than fifty(50)miles from
employee's normally assigned Garner office.
Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis.
SIN LSA SUPPORT EQUIPMENT GSA Price
Weekly Rate
611430ST Mobile Command Post w/Communications $12,342.57
611430ST Response Vehicle(Per Vehicle) $1,123.17
611430ST 4-Wheelers(i.e., Rhino) $1,351.51
611430ST LSA Orbitrax Trailer $9,874.06
611430ST Orbitrax $108.12
611430ST Orbitrax Per Messaging $0.27
611430ST Orbitrax Report $108.12
ANSI/ISO DOCUMENT FOR FREIGHT CONTAINERS
1496-1 Series 1 Freight Containers-Specifications and Testing-Part 1:General Cargo Containers for General Purposes
1496-2 Series 1 Freight Containers-Specifications and Testing-Part 2:Thermal Containers
1496-3 Series 1 Freight Containers-Specifications and Testing-Part 3:Tank Containers for Liquids,Gases,and
Pressurized Dry Bulk
1496-4 Series 1 Freight Containers-Specifications and Testing-Part 4: Non-Pressurized Container for Dry Bulk
1496-5 Series 1 Freight Containers-Specifications and Testing-Part 5: Platform and Platform Based Containers
1496-6 Series 1 Freight Containers-Specifications and Testing-Part 6: International Cargo-Security Devices
668 Series 1 Freight Containers-Classification and Dimensions,and Ratings
830 Freight Containers-Terminology
2308 Hooks for Lifting Containers up to 30 Tons Capacity-Basic Requirements
1161 Series 1 Freight Containers-Corner Fittings,Specifications
3874 Series 1 Freight Containers
6346 Series 1 Freight Containers-Coding, Identification,and Marketing
9897 Freight Containers-Container Equipment Data Exchange
Contract No. GS-07F-0403X 20 Modification PS-A837,dated November 11,2021
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
Attachment C: Insurance and Bond Requirements
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance
required has been obtained and such insurance has been approved by the City.
Contractor must not allow any subcontractor Agency to commence work until all
similar insurance required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one
(1) copy of Certificates of Insurance (COI) with applicable policy endorsements
showing the following minimum coverage by an insurance company(s)
acceptable to the City's Risk Manager. The City must be listed as an additional
insured on the General liability and Auto Liability policies by endorsement, and
a waiver of subrogation is required on all applicable policies. Endorsements
must be provided with COI. Project name and or number must be listed in
Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-written day notice of cancellation, Bodily Injury and p roperty
required on all certificates or by Damage Per occurrence -
applicable policy endorsements aggregate
Commercial General Liability $1,000,000 Per Occurrence
Including:
1. Commercial Broad Form
2. Premises -Operations
3. Products/Completed
Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury-Advertising Injury
AUTO LIABILITY(including) $500,000 Combined Single Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000/$500,000/$500,000
C. In the event of accidents of any kind related to this agreement, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days
of the accident.
Page 1 of 3
DocuSign Envelope ID: 136606E8E-E978-460C-A1 FA-480F131 D2C14
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on
a policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in an amount sufficient to assure
that all workers' compensation obligations incurred by the Contractor will be
promptly met.
B. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written on an occurrence basis, by companies authorized and admitted
to do business in the State of Texas and with an A.M. Best's rating of no less than A-
VII.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All
notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi,TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all
insurance policies are to contain or be endorsed to contain the following
required provisions:
• List the City and its officers, officials, employees, volunteers, and elected
representatives as additional insured by endorsement, as respects operations,
completed operation and activities of, or on behalf of, the named insured
performed under contract with the City, with the exception of the workers'
compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the
City of Corpus Christi where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide thirty (30) calendar days advance written notice directly to City of any
suspension, cancellation, non-renewal or material change in coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
Page 2 of 3
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of
coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to
provide and maintain any insurance or policy endorsements to the extent and within
the time herein required, the City shall have the right to order Contractor to remove
the exhibit hereunder, and/or withhold any payment(s) if any, which become due
to Contractor hereunder until Contractor demonstrates compliance with the
requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to which
Contractor may be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor's performance of the work covered
under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self insurance carried by the City of Corpus Christi
for liability arising out of operations underthis agreement.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
Bond Requirements:
No bonds are required.
2021 Insurance Requirements
Ins. Req. Exhibit 4-13
Contracts for General Services -Services Performed Onsite
03/25/2021 Risk Management - Legal Dept.
Page 3 of 3
DocuSign Envelope ID: B6606E8E-E978-460C-A1 FA-480F131 D2C14
ATTACHMENT D: WARRANTY REQUIREMENTS
No Warranty Required for this Service Agreement.
Page 1 of 1