Loading...
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