Loading...
HomeMy WebLinkAboutC2012-178 - 6/12/2012 - ApprovedSERVICE AGREEMENT No. SAl2 -082 THIS SERVICE AGREEMENT (this "Agreement ") is entered into by and between Garner Environmental Services, Inc. (the "Contractor ") and the City of Corpus Christi, a Texas home -rule municipal corporation (the "City ") effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide EMERGENCY/DISASTER RESPONSE SERVICES in compliance with General Services Administration (GSA) Contract Number GS -07F- 0403X and the terms and conditions of this SERVICE AGREEMENT, including the insurance requirements incorporated by reference and attached hereto as Exhibit A; and WHEREAS the City has determined Contractor to be a GSA Contractor; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide EMERGENCY/DISASTER RESPONSE SERVICES in compliance with GSA Contract Number GS- 07F -0403X and the terms and conditions of this SERVICE AGREEMENT, including the insurance requirements incorporated by reference and attached hereto as Exhibit A; and 2. Pricing for Services. The City agrees to pay the Contractor in compliance with the pricing established in GSA Contract Number GS- 07F- 0403X, incorporated herein as Exhibit B. The Contractor may adjust pricing pursuant to the GSA Contract Number GS- 07F- 0403X, incorporated herein as Exhibit B. 3. Term. This Agreement commences on the date signed by the last signatory hereto and shall continue through March 31, 2016. 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement. All of Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Fire Chief. 5. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant, or employee of Contractor be considered an employee of the City. 6. Insurance. Before activities can begin under this Agreement, Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages to the Contract Administrator. Additionally, the Certificate must state that the Contract Administrator will be given written notice of cancellation, material change in the coverages, or intent not to renew any of the policies in accordance with policy provisions. The City must be named as an Additional Insured. The City Attorney must be allowed to inspect all insurance policies within fifteen (15) days of the City Manager's written request. Insurance requirements are incorporated herein as Exhibit A. 202- 1 M20101 ssignment of this Agreement or any right or interest therein by Contractor is 2 -1it gives its written consent to such assignment. 612/12 g gnment. The performance of this Garner Environmental Services Inc. INDEXED Agreement by Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City. 8. Fiscal Year. All parties recognize that the continuation of'any contract after the close of any fiscal year of the City, which fiscal year ends on July 31 annually, is subject to appropriations and budget approval providing for such contract item as an expenditure in that budget. The City does not represent that the budget item for this agreement will be actually adopted, since that determination is within the sole discretion of the City Council at the time of adoption of each budget. 9. Waiver. No waiver of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 10. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws, rules and regulations. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas. 11. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, Contractor must obtain prior written approval from the Contract Administrator In using subcontractors, Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 12. Amendments. This Agreement may be amended only by written agreement signed by duly authorized representatives of the parties hereto. 13. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified herein. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give Contractor at least 5 work -days' advance 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 Manager may terminate this Agreement immediately thereafter. Alternatively, City may terminate this Agreement, with or without cause, upon twenty (20) days' advance written notice to Contractor. However, City may terminate this Agreement on 24- hours' advance written notice to Contractor for failure to pay or provide proof of payment of taxes as set out in Section 14 of this Agreement. 14. Taxes. Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other related taxes according to Circular E Employer's Tax Guide, publication 15, as it may be amended. Contractor must provide proof of payment of these taxes within thirty (30) days after City Manager's written request therefore. Failure to pay or provide proof of payment is grounds for the City Manager to terminate this Agreement after providing 24 hours' advance written notice to Contractor. 15. Drug Policy. Contractor must adopt a Drug Free Workplace and drug testing policy that substantially conforms to the City's policy. 16. Violence Policy. Contractor must adopt a Violence in the Workplace policy that substantially conforms to the City's policy. 17. Notice. Notice may 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 deposit in the U.S. Mail, if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Fire Chief P. O. Box 9277 Corpus Christi, Texas 78469 -9277 IF TO CONTRACTOR: Contractor Name: Garner Environmental Services. Inc. Contact Person: Neal Overstreet / Chris Walker Address: 1717 W. 13 Street City, State, Zip: Deer Park 1 77536 18. Month -to -Mouth Extension. If the City has not awarded a new EMERGENCY/DISASTER RESPONSE SERVICES contract upon the expiration of this Agreement, then Contractor must continue to provide services under this Agreement, at its then- current fee under the term of this Agreement, on a month -to -month basis for up to six months. This Agreement automatically expires on the effective date of a new contract; the Contract Administrator will provide written notice of the effective date of the new contract to Contractor. 19. Indemnification. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY AND ITS OFFICERS, EMPLOYEES AND AGENTS (INDEMNITEES) FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, WHEN THE INJURIES, DEATH OR DAMAGES ARE CAUSED BY THE NEGLIGENCE, WILLFUL ACT OR OMISSION OF CONTRACTOR. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL SUCH CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. 20. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or :future applicable law, such invalidity shall not impair the operation of or 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 thereof had been omitted. SIGNED this day of -t-- , 2012. Cl: OF HRISTI MiNa"el Barrer Assistant Director of Financial Services r APPROVED THIS DAY OF , 2012. CARLOS VALDEZ, CITYiATTORN Y By: (a Veronica Ocanas, Assistant City Attorney Incorporated by Reference: Exhibit A: Insurance Requirements Exhibit B: GSA Contract Number GS- 07F -0403X SIGNED this LQ day of 1 , 2012. IL Contractor: Signature I Name: Neal Overstreet Title: Executive Vice President w 2 AU ff OMCIL MOMEMMM $WW . Mow6 1 Z EXHIBIT A INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor shall not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee. Contractor must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. B. Contractor shall furnish to the Risk Manager or designee two (2) copies of Certificates of Insurance and applicable policy endorsement(s), showing the following minimum coverage by an insurance company(s) acceptable to the Risk Manager or designee. The City must be named as an additional insured for the General Liability policy, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day written notice of cancellation, non- Bodily Injury and Property Damage renewal, material change or termination and a 10-day written notice of cancellation for non- payment is required on all certificates, subject to actual policy provisions COMMERCIAL GENERAL LIABILITY including: $1,000,000 Per Occurrence 1. Commercial Form 2. Premises – Operations 3. Products/ Completed Operations Hazard 4. Contractual Liability 5. Broad Form Property Damage 6. Independent Contractors 7. Personal Injury AUTOMOBILE LIABILITY — OWNED, NON- $1,000,000 COMBINED SINGLE LIMIT OWNED OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS'COMPENSATION WORKERS' COMPENSATION ACT AND SECTION II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 C. In the event of accidents of any kind, Contractor shall furnish the Risk Manager with copies of all reports of such accidents within ten (10) days of the accident. II. ADDITIONAL REQUIREMENTS A. Contractor must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. If workers' compensation coverage is not written in accordance with Texas law, "All Other States" endorsement must be indicated on the certificate of insurance. B. Contractor's financial integrity is of interest to the City, therefore, subject to Contractor's right to maintain reasonable deductibles in such amounts as are approved by the City, Contractor shall obtain and maintain in full force and effect for the duration of this agreement 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. The City shall be entitled, upon request and without expense, to inspect copies of the policies and receive copies of declarations page and all endorsements thereto as they apply to the limits required by the City All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 Fax No.: (361) 826 -4555 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: • Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy to the extent of the obligations assumed by Contractor in connection with Contractor's operations; • 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 to the extent of the obligations assumed by Contractor in connection with Contractor's operations; and Provide thirty (36) 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, subject to actual policy provisions. 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 agreement. 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 stop work hereunder, and/or withhold any payment(s) 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 under this agreement to the extent of the obligations assumed by Contractor in connection with Contractor's operations. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. EXHIBIT B �r Garner Environmental Services Inc. 1717 West 13th Street Deer Park, TX 77536 Phone: 281 - 930 -1200/ Fax: 281 -478 -0296 E-mail Noverstreet0aarner- es_com Internet: htt :ffwww_ arner- es_com Business Size: Large Business Federal. Supply Schedule 084 Law Enforcement, Security, Faciliti Management, Fire, Rescue, Special Purpose Clothing, Marine Craft and Emergency/ Disaster Response FSC Class: R414 Authorized Pricelist GS-07F-0403X Advantage!* gs AdvantaW I7iis Srimde��e CamnrtP�izplisr u �Qitrrim� apn71. 2011_ * GARAFER M - 0 e w V—y N-Pame comp "y GENERAL SERVICES AME1NISIRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCEDEDULE CATALOG/PRICE LIST General Description Gamer Environmental Services, Inc. (Gamer Environmental) established in 1981, is a fdl service environmental company offering emergency respo for oil spills and hazardous materials, soil remediation, vacuum truck services, roll -off e( 14mmeIIt rental and umnpomtion, as well as disaster response for natural and man -made disasters- Other services offered are training, industrial hygiene consultation, cleaning services for oil and chemical storage tacks, retention ponds, jxpelrnes, storm dram and sewers limes, vessels drilling ngs, pien, w}arves, docks, and other harbor facilities. In addition to the services mentioned above, Garver Environmental also offers chandler services and product supplies for production and drilling platforms, oflshare and inshore vessels and the petrochemical industry . Ganef Envu mmmental brings over 500 cumulative years of experience and expertise to the oil and chemical industry in these specialized fields of endeavor_ Gamer Eavuermental is a certified Oil Spill Response Organization (OSRO), by the United States Coast Guard and as a Discharge Cleanup Organization (DCO) by the Texas General Land Office as related to the Oil Pollution Act of 1990. Contract Number: GS-07F -0403X Period Covered by Contract: April 1, 2011 —March 31, 2016. F- more ftOrneQad- - ordw ftJYam F0Awal.lcpdsi a 5cleMWC. fir* r 1heFSS Stha z fmr= ar General Services Administration Federal Acquisition Service Online access to contract ordering i formation, terms and condition% up-to-date pricing and the option to create an electronic delivery order are available through GSA Advantage!, a menu driving s database system. Agencies can access GSA Advantage! via the Internet at h :flwww.GSAAftnta v 1 CUSTOMR11 RMA nOrr...---•-•-•••••--•-•------- •----------- •--- •- •-- ...... 2 2 SCHEDULE PRICELIST .. . . . .. ...... 6 Cam=Nm GS- 07F -W3X 1 APO L 2011 4&GWRAFER 7At. f�weg�ner lerspoa+e 1 C USTOMER INFORMATION I. SPECIAL. ITEM NUMBERS MS): a. Table of awarded SINs SIN 4264F Emergency Preparedness and First Responder Equipment, Trai and Services (fides but not limited to Contimmee of Operations Plamning (COOP) services, decontamination kits and showers, mass casualty containment traders, survir-alldisaster and rapid deployment kits, hazardous material detection moment and cLoAng and ewer b. Lowest priced model number and price for each SIN_ SIN I 1Vlodei I Price SIN 42& 4F 0"NFLAX Per Messaging $0.25 c. Hourly rates: $5.92 2. MAXIMUM ORDER GUIDELINE The maxiM um order threshold is $200,000 for SIN 426-0 The maximum order is a dollar amount at winch it is suggested that the ordCMg agency request higher discounts from the contractor before issuing the order_ The Contra= may_ 1) Offer a new lower price 2) Offer the lowest price available under the contract 3) Decline the order within five (5) days_ In accordance with the ALummm Order provisions contained in the Schedule, a delivery Order may be placed against the Schedule contract even though it exceeds the maximum order. 3. MQNIMUM ORDER None 4. GEOGRAPHIC COVERAGE: The 48 contiguous states Alaska, Hawaii, Puerto Rico, Washington DC, and U_S. terr*njes 5. POINT(S) OF PRODUCTION: None: (Professional Training and Equipment rentals 6. Prices shown are NET Paces; Basic Discounts have been deducted_ ecma<ar1Nk GS -M-W3X 2 air1.2011 *a4RAFER n►+ r r B-Pome Co-pow 7. DISCOUNTS: a. Quantity — None b. Dollar Volume — None 8. PROMPT PAYMENT TERMS: Net 30 clays. 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_ b. Credit cards are acceptable for payment at or above the micro - purchase threshold In additiM bank account information for wire transfer payments will be shown on the invoice_ 10. FOREIGN ITEMS: Not applicable_ 11. DELIVERY SCHEDULE: a_ TJME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below= SPEaAL ITEmNu mm Danmy Tpa (DAYS ARO) SIN 426-4F 10 days ARO b. EXPEDITED DELIVERY: As negotiated between Garner and Ordering Activity. c_ OVERNIGHT and TWO -DAY DELIVERY: As negotiated between Garner and Ordering Activity- d. URGENT REQUHU NII M: As negotiated between Gamer and Ordering Activity. 12. FOB: Origin (Shipping/Transportation cost for equipment only) - Travel costs will be in compliance with the Federal Travel Regulation (F R) or the Joint Travel Regulation (JTR) 13. ORDERING INFORMATION: a. Agencies should address all orders to the following address: Cramer Environmental Services, Inc. 1717 West 13tH Street Deer Park, TX 77536 Neal Overstreet, Executive Vice President Novamft et er-es.com Compact too. GS-M-M3x 3 ApW L 2011 AkGOMFER ru. r�n.rgw,gr Arayoas• cater b. For supplies and services, the order procedures, infom,ation on Blanket Purchase Agreements (BRV s) are found in Federal Acquisition Regulation (FAR) 8.405 -3. 14. PAYMENT INFORMATION: a_ Agencies should address all payments to the following address: Gamer Environmental Services, Inc. 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_ 17, TE tMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE ABOVE THE MICROPURCHASE THRESHOLD 552.232 -77 PAYMENT BY GOVERNMENT COM3d ERC7AL PURCHASE CARD (MAR 2000) (ALTERNATE I MAR 2000) (a) Definitions "Government -wide commercial purchase card" means a unignelynvmbered credit card issued by a contractor under GSA's Government wide Contract for Fleet, Travel, and purchase Card Services to named individual Govt employees or entities to pay for official Goat purchases_ "Oral order" means an order placed orally either in person or by telephone. (b) The Contractor most 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 contxact. (c) The Contractor and the ordering agency may agree to use the Government-wide official purchase card far dollar amounts over the micro- purccliase 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 ordeung agency withm 24 hours of receipt of the order. (d) The Contractor shall not process a transaction for payment through the credit card clearinghouse until the pu rdlased supplies have been shipped or services c --ctl*. GS -M-M3x 4 Aprd r.2o11 *GARAFER performed. Unless the cardholder requests correction or replacement of a defective or faulty item under other contact requirements, the Contractor must immediately credit a cardholder's account for items retuned 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, MAEVIU4ENACE, AND REPAIR Not applicable_ 19. TERMS AND CONDITIONS OF INSTALLATION: Not applicable_ 24. TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF PARTS PRICE LISTS AND ANY DISCOUNSTS FROM LIST PRICES: Not applicable_ 20a. TERMS AND CONDITIONS FOR ANY OTHER SERVICES: Not applicable_ 21. SERVICE AND DISTRIBUTION POINTS: Not applicable. 22. PARTICIPATING DEALERS: Not applicable_ 23. PREVENTATIVE MAINTENANCE: Not applicable. 24a. ENVIRONMENTAL ATTRIBUTES: Not applicable. 24b. SECTION 508 COMPLIANCE: Not applicable_ 25. DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER 053554531 26. Contractor HAS registered with the Central Contractor Registration Database. CCR regshaticn valid thru 06/28/2012. C=Aallo. Cm -M-Mx 5 Aprd 1. 2011 *GARAFER 2. APPROVED GSA SCHEDULE PRUCEusT GARNER ENVIRONMENTAL SERVICES 2011 DISASTER RESpoNSE RATE SCHEDULE SfN Product Description ' Y_s GSA Price GSA Price Dom► Rate Weekly hate SCHEDULE A- POVIERGENERATIDN 426.4E 1 . 25KF Generators $419.65 31,049.12 426-4F 30KW Generators $666.50 $1,031.84 426-4F 35KW GeneraWrs $733.15 $1,244.13 42&4F 36KW Gemr&m $783.14 $1,244.13 4264E 40KW Generators $783.14 .$1,481.11 4264E 45KW Generators $59244 $1,481.11 4264E 48l(YI►Generalors $59244 $1,481.f1 4264F 50KW Generators Tt 5592!14 31,48f.t1 4264F 56KW Gmer tors `''` $592 -44 $1,481.11 426E 60KW Generators $59244 31,530.48 4264F 70KW Generators $991.41 $1,599.60 426-4F 75KWGenerators $74061 $1,851.39 4264F 80KW Generators $740.55 $1,651.39 426 -4F 9OKW Generators $740 -55 $1,851.39 4264F 100KW Generators $740 -55 $1,851.39 4264F 110KW Generators $1,14138 $1,869.52 4264F 125KW Generators $863.98 $2,221.66 4264F 144KW Generators $863.98 $2,221.66 4264E 15" Generators $863 -98 $2,221.66 4264E 174KW Generators $1,036.78 $2,591.94 4264F 175KW Generators $1,036.78 $2,591.94 4264E 176KW Generators $1,036-78 $2,591.94. 4264F 180KW Generators $1,036.78 $2,646.25 4264E 204KW Generators $1,036.78 $2,429.02 4264E 225KW Generators $1,23426 33,70277 4264F 24OKW Generators $1,23426 $3,332.49 4264F 25OKW Generators $1,234-26 $3,332.49 4264F 30OKW Generators $1,481.11 $3,189.32 4264F 32OKW Generators $1,481.11 $3,441.11 4264F 35OKW Generators $3,115.89 $3,925.69 4264F 40OKW Generators $2,790.96 35,183.88 4264F 45OKW Generators $2,83262 $5,183.88 4264E 480KW Generators $3,115.89 $5,183.88 4264E 500KW Generators $4,03232 35,183.88 4264E 550KW Generators $3,299.17 35,667.71 4264E .575KWGeneratnrs $4,26559 $5,900.74 4264F Swm Generators $5,398.64 $7,405.54 4264F 640KW Generators $4,265.59 37,405.54 4264F 675KW Generators $5,398.64 $7,405.54 4264F 728KW Genera tom $5,698m $7,440.10 4264F 75WW Generators $5,81521 $7,440.10 SIN Product Description GSA Price Daly Rate GSA Price Weekly Rate 4294F 800KW Generators $6,540 -00 37,440.10 426.4F 85OKW Generators $4,265.59 59,108.82 4NAF 1000KW Generators ' Y` - $5,398.64 59,330.98 426.4E I 12DCKW Generators x 1 69856 $12,959.70' 4264F 125OKW Generators $5,815.82 $12,95970 42W 140OKW Generators $7,582.04 $12,959.70 4264F 1500KW Generators $8.30& 55 $13,063 -38 4264F 1600K N Generators $8,697 -81 $14,169.27 4264F 175OKW Generators '_'' $10,064.13 $14,169.27 4X4F 200OKW Generators $1,460.13 $16,203.32 4264F 46kVATranskmmr ` ;' $98 -74 $29622 426-4F 75 kVA Transformer $123 -43 $394.96 426.4E 100 kVA Transformer $222.17 $594.91 4264F 150 kVA Transformer $245 -62 $594.91 4264F 225 kVA Transformer $29622 $792.39 42611E 300 kVA Transformer $402.37 $1451.49 426 -4F 400 kVA Transformer $694 -89 $1,929.14 42"F SW kVA Transformer $694.89 $1,929.14 4264E 750 kVA Transformer $94421 32,236.47 426 1000kVATrarm kxmer $1,142.92 $2622.80 426-41 1500 kVA Transforrner $1,592.19 33467.03 42W 2000 kVA TrandDr ner $1,994 58 $4,087 -86 426-4F 600 Amp Line Pane! $74.06 $68131 42611E 800 Amp Line Panel $148 -11 $908.41 426.4F 1200 Amp €..ire Panel $148.11 $1,362.62 426 -41F 4000 Wait Generated !& ht Plant $1125.89 $469.02 426AF Power Cards - High V Butt $13.58 $248.83 4264F Power Distftfion Box (Spider Boxes $51.84 $493.70 42MF Spider Boxes 400A11 WA $701.06 426 4F Wder Boxes 800A1i WA $907.18 426-41 Generator Cable price per foot WA $247 POWER GENERATION NOTES 1 kfinenur One (1) Week Operation Phase Duration exdswding kiobMemob. 2 Rental Rates Only - Transportation rates from to paint of origin ardor point of defisrery andlor point of use are not included 3 Cudx mer is responsible for fuel, personnel and transportation- 4 Fuel will be determined by load and charged MW and associated to the Taslt Order at 1lmat time. 5 Two eiewdricians are required per site assessment and insboation- 6 Orbitrax GPS "rails are regWred for each generator. *a4RAFER nt y - Sm Product desarption GSA Price Daily Rate GSA Price wee![fy Rate =MUM B PillIPS 4264F 2' x 2' Diesel Ptsnp $123.30 $710.93 4264F 3` x 3' Diesel Pump $444.33 $1,307.08 4264F 4' Diesel Pump $22217 $740.55 4264E 6' Qresel PAP $444.33 31,283.63 4264F 8' Diesel Pump $629.47 S1, 624.59 426-4F 10' Diesel Pump $629.47 $1,849.53 426-4F 12' Diesel Pump $814.61 $2,17445 4264F 16' Diesel Pump $2,132.80 $5,418.14 426.4E 18' Diesel Pump Del Fig rr?DD $1,399.65 $9,59738 4264F 24' Diesel Pump $2,799.29 512,757 28 426-4F 2' SucWn Discharge Hose 50' Section $11.11 $86.40 4254F 3' Sucfion DWkw9e Hose 50' Section $10.00 $84.18 4264F 4` Suction Disdge Hose 60' Sedon $19.75 $83.93 4264F 6' Suction Discharge Hose 50' Section $29.62 $113.55 4264F 8' Suction age Rase 50' Section $75.54 $226.61 4294F 10' Suction Discharge Hose 50' Section $116.64 $349.91 4264F. 12' Sudan Disdharge Hose 60' Section $122.19 $366.57 4264F 6' Vacuum Assist Pump $777.58 $1,943.95 4264F 12' Vacuum Assist Pump $1,058.99 $2,647.48 4264F 3 htrh Sebmem*e Hydraubc Pump $152.17 b5 76.52 4264F 41nch Submersible Hydraulic Pump $227.72 $987.41 4264F 61nch SubmersNe Hydraulic Pump 5321.03 $1 ,333.00 4264E 8 inch Submersble Hydra k PtanP $453.22 51,777.33 4264E 12 btch Submersible Hydraubc Pump $1,056.40 $3,169.20 4264F 8' Barer Pipe, 10' section $1234 $41.47 4264F . 12' Bauer Pipe, MY section $1234 $4147 4264F 4' SbalvwslT- JomtslEbows $14.81 $37.03 4264F 6'StraiiWdT40in lEbm $73.75 $49.37 4264F $24.69 561.71 4264F 3' Sub - De"er Shp 460v $98.74 $264.13 4264F 4' Sub - Dewater 10ph 460v 51 t 1.08 $29746 4264F 6` Sub - Dewater 35hp 460v $177.73 $475.19 4264F 8' Sub - Dewala 95hp 460v $386.09 $1,030.60 4264F 4' Sub - Trash 20hp 460v $123.43 .$330.78 4264F 6! Sub - Trash 40hp 460v - $177.73 $475.19 4264F 8' Sub - Trash 70hp 460v $385.09 $1,030.60. 426-4F 3' Surdion Hose - 20' $1728 $4320 4264F 4' Suction Hose - 20' $22.22 $56.54 4264F 6' Suction Hose - 20' $22.22 $55.54 4264F 8' Suction How - 2(r. $49.37 $123.43 4264F 10' SLK#on hose - 20' $74.06 1 $186.14 4264F 12' Suction Hose -10' $49.37 $123.43 426-4F 12' DiscMme Fipe -10 51234 $30.86 Cmma=lb. Maw -MIX 8 Apd €, 2011 *GARAFER mm Emwgwbw Arapowt CDE*WW SIN Product Description p -r GSA Price Daily Bate GSA Price Weekly Rate 4264F V to 18' Pipe Fusion Machine 10 -Ton Air Conditioner Unit $431.99 $3,023.93 4264F 12' to 36` Track Mounted Fusion Machine = ' 51,481.11 $10,367.76 PUMP NOTES 1 Minimum One (1) Week Operation Phase Duration excluding Mo6lDemob- 2 Rental Rates Only- Transportation rates 4om to point of origin andi'or point of delivery a mVw point of use are not included 3 Customer is responsidte for W. personnel. and trarrspa t3tio u_ SIN Product DesripUon p -r GSA Price Daily Rate GSJ! Price Week Rate SCHEDULE C -- ENVIRONMENTAL CONTROLS 4264F 10 -Ton Air Conditioner Unit =, $49330 $1283.63 4264F 15- Ton.AirConditimer Unit $925.69 $1,757.58 4264F 20 -Ton AirConditimer Unit $924.46 $1,848.92 4264F 25 -Tan M Conditoner Unit $989.87 $1,980.98 42&4F 30 -Ton Air Conditioner Un8 $1,23426 $2,46851 4264F 40 -Ton Air Conditioner Un8 $1,188.59 $3,949.62 4264F 50 - Ton Air Condtoner Un8 N $2,09824 $6,710.65 426-4F 60 - Tan Air Condtoner Unit 82,098.24 $4,838.29 4264F 75 - Ton Air Condtoner Unit $2 314.23 $6,911.84 4264F 80 - Ton Air Conditioner Un8 $2,406.80 $7,89924 426-41' 40 Ton Air Cooked Chiller Units $1,511.96 $2,122.92 426.41' 50 Ton Air Cooled Chiller Units $1,820.53 52,119.84 426-41' 60 Ton Air Cooled Chiller Una $1,820.53 $2,596.88 42SAF 75 Ton Air Coaled Chiller Units $2,190.81 $2,308.06 4264F 100 Ton Air Cooled Cher Units $2,190.81 $3,458.39 4264F 125 Ton Air Coded Chiller Units ;: $2,591.94 $4,006.40 4264F 150 Ton Air Coded C W Units $3,209.07 $4,845.69 4264F 170 Ton Air Coded Chiller Urirts $3,826.20 $5;182.64 4264F 200 Ton Air Coded Cher Units $4,196.47 $5,954.06 4264E 50 Ton Air Handler $524 $803.43 4264F 100 Ton Air Hamer $987.41 $2,468.51 4294F 120 Ton Air Hander $802.27 $1,676.07. 4264F 20 kW Heater Unit $215.99 $839.29 4264F 40 kW Heater Unh $155.52 $9f18.41 4264F 100 kW Heater Unit $771.41 $1,283.63 426-41' 4264F 4264F 150 kW Heater Una 150 kW High Temperature Heater Unit 1125 CFM Descant Dehumidifier $925.69 $1,049.12 $1,215.74 $1,83040 $1.873.60 $3,455.92 4264F 2250 CFM Desiccant Dehuriudffaer $987.41 $6,91184 4264F 4500 CFM Desiccant Dehumidifier $1,481.11 $10,3$7.76 4264F 15000 CFM Desiccant Dehumidifier $2,952.22 $23,697.73 4264F kwuulated Duclnork := $92.57 $111.08 42641' 426E 100 GPM Pump 200 GPM Pump $148.11 $710.93 $185.14 $710.93 426 41' 300 GPM Pump $234.51 $710.93 000=13x. Gs 4fl3X 9 ApQ 1, 2011 *r jw4j? Ar SDI Product Description GSA Price Daily Rate GSK Price Weekly Rate 4264F 400 GPM Pump :?; $277.71 $710.93 4264F 500 GPM Pwnp Paget Grabbers w/Chain $283.88 $710.93 426.4F 750 GPM Pwnp '.` $401.13 $1,481.11 426-4F 800 GPM Pump $431.99 $1,481.11 42641' 1000 GPM Pump Dods Plates $555.42 $1,481.11 4264F 1200 GPM Pump 5k Deisel ForklilEs 5802.27 $1,110.63 4264F 150D GPM Pump $863.98 $1,624.59 4264F 2000 GPM Pump 51,079.97 $1,624.59 426-4F 3000 GPM Pump $2,221.66 52,173.53 4264E AenClave BADS Unlit 58,886.65 WA 42641' Polyelhyfene Pollution bags (per Role 4400 6 Edended Boons Fod t $103.68 WA 42641' Polefhylene Slreefing Per Ro11 {205c1005c6 mil} $108.61 WA 4264F 2*p Waif Pale (each) $13.82 NIA 426AF Zip-Waff Zipper Door (each) $370.26 39.87 MA 426-4F Zp-Wa0 Quick Chamber (each) $17.77 WA 4264F Level A Responder Suite (each) $1,135.52 WA 426-41F Level 8 Responder Suit (each) $222.17 WA 4264F Level 3 (CPC 3) PPE (each) $103.6$ NIA 42641' Level D PPE (each) $44.43 WA ENYftONMENTAL CONTROLS NOTES: 1 Unknum One (1) Week Operation Phase Duration excluding MoblDemob_ 2 Rend Rates Only- Transportation rates from to point of orWm andlor point of delivery andfor point of use are not included. 3 Customer is responsible for fire), personnel and transportation. SIN Product Description GSA price Dail Rate GSA Price Week) Rate Sf IEDULE D - MATERIALS HANDLING & EQWMENT (MHE) 42W Forfdd Carpet Pules WAS $10220 4264F Paget Grabbers w/Chain $9.87 537.03 426-41' 4264F Paget Jadt Ei r Paget Jack $39.50 $117.25 $10220 $29128 4NAF ForM Loading ramps $336.95 $843.00 4264F Dods Plates $29.62 $45421 4264F 5k Deisel ForklilEs $222.17 $617.13 4264F 5k Personnel Forldiffs $260.43 $651.69 4264F GOOD Lb. Forklift $271.54 52,681.79 4264F. 42641' 4264F 8000 Lb. Forlddt 9,000 - 10,000 b. Forklift 15,000 Ib. Forkift $259.19 $296.22 $493.711 52,902.97 $3,43420 $7,405.54 4264F 25,000. 35,000 Lb. ForkW $691.18 $13,710.13 4264F 4400 6 Edended Boons Fod t $345.5+9 $1,727.96 ROUGH TERRAIN FORKLgrfS. 4264F Straight Mast 5285.it $987.41 426-41' I 5K Shooteg Boom $370.26 51,184.89 Canto No. CZ- M- oa43.x 10 Apid L 2011 Sik ra. tie 960Gy +aspon" r Sim Product Description '„ `xr GSA Price Dail Rate GSA Price Weekly Rate 4264E 6K ShoD* g Boom r $419.65 $1,530.48 4264F 8lf Shooting Boom $466.55 $1,461.36 426.4E 9K S hooting Boom $518.39 51,67859 4264E 10K Shooting Baum s' $622.07 $1,925.44 4294F ForWiit Propane Tank $4.94 $11.85 426 -41' Portable Loafing Dock, 20 X 20`xframp and stairs $336.95 51226.18 MHE NOTES: 1 FAnimtun One (1) Week Operation Phase Duration exsiuding Mobd)enrab. 2 Rental Rates Only - Transportation rates from to point of origin andlor point of delivery andrar port of use are not included. 3 Customer is responsible for fuel, personnel and transportation_ Sim Product Description GSA Price uaity Rate GSA Price wa*hf Rate SCHEDULE E - HEAVY EQUIPMENT 426-41' 2000 Gallon Fuel Tank . $543.07 51,598.36 426 -41' 48 W Traier {No TraCbr} $154.28 $185.14 LOADERS: 4264F . 112 yard 5362.87 $970.13 4264E 314 yard 5311.03 $90841 4264F 1 yard $350.53 $938.04 42641' 2112 yard $699.82 $1,884.71 4264E 2314 yard $699.82 $1,884.71 SKDSTEERS: 4264F 1750 Lb. $296.22 $761.06 4264F 2400 Lb. $362.87 51,109.60 4264F 1900 Lb_ Track $428291 $1,184.69 SKID ATTACt1ENTS_ 4264F Grapple $88.87 $23821 426 -41' Wn1rs 551.84 $13824 42&4F Broom $103.68 $277.71 OTHER HEAVY EQUIPMENT- 426-4F Single Smooth Drwn Vibratory Roger $502.34 $1360.15 4264F D3 Cat Small Track-Type Tractor $&%.62 $1,568.74 4264E D4 Cat Small Trade Type Tractor $667.73 St,897:05 4264E 135 Cat Small Trade Type Tracfior $855.34 52,079.72 4264E 06 Cat Medium Trade -Type Tractor $1,01826 $3,085.64 4264E DitdnlTrendrDigger $414.71 $1,109.60 426-4F Large Excavator $863.98 $3,085.64 4264E Stump Grinder $181.44 $534.43 4264F Brush Chipper $207.36 $588.74 426-417 Cranes, tNabie - 35 Ton $3,702.77 $25,919.40 4264F Cranes, Mobile- 50 Tan $3,707.77 SZ5,919 40 4264F Cranes, Matte - 70 Ton $3,702.77 525,91940 42W Cranes, Truck - mounted telescopic - 35 Ton 53,702.77 $25,919.40 *GARAFER M? K-W"My Rwroars " SIN Product Description y; GSA Price Daily GSA Price SCHEDULE -F CIVIL AFFAIRS 4264F �%_ * Rate Weekly Rabe 4264F Cranes, Truck-nwun d telescopic - 45 Ton Portable Storage Containers S3,702.77 $25,91940 4264F Compresses, Air, trailer mounted, 250 CFM -100 PSI $282.40 $160.45 $580.10 4264E Wekler, Trailer Mourned, 400 Amp $1,334.60 $104.91 $253.02 HEAVY EQUFYM34T NOTES 1 Minimum One (1) Week Operation Phase Duration excludng MobiDemob. Rental Rates Only - Transportation rates from to point of origin anOor point of delivery andlor poinnt of 2 use are not induded 3 Customer is responsbie for fuel, personnel and transportation. FOR GSA CUSTOMERS: These items and rates are only appikable as part of an eawmency or NOTE disaster response service taskldeberylpurchase order SIN I PRODUCT DESCWTION GSA Price Doi Rate GSA Price W Rate SCHEDULE -F CIVIL AFFAIRS 4264F Portable Storage Containers ' $129.60 $13824 4264E Portable Storage Containers $1 29.611 $27711 4264F Tent, 20' X 20' $282.40 $423.60 4264F Tent, 40' X 40' _ $1,334.60 $1,925.44 42641' Tent I (Y X 10' Pop.Up $149-35 $224.02 4264E Tent, IV X 15' Pop -alp 3238.9+5 $353.00 4264F Chairs - Mft $3.70 $7 .41 4264F V Table - M ft $7.41 $18.51 426-4F V Table - M11i ng $9.87 $24.69 4264E 50' String9 312.34 $88.57 42641' 100' String $24.69 6169.19 426-4F Power Dztro - Spider Boxes $51.84 $148.11 4264F 24' portable fans on stands $62.95 $153.05 4264F 48' 2-speed warehouse fan $61.71 $153.05 426-4F Is - 60' x I x 7% Seats 500 k s ', $4,042.19 55,773.85 426.41' Tents - 317 x 90'x7' ; Slops 125 $1,357.68 $2,070.47 4264F Teats - 30` x 6(' x ? ; Sleeps 100 $98123 $1,437.91 SDI Product Description GSA Price PaNN Pricing GSA Price Per Case HeaterMcals SeMeating Enbm 4264F 50 Twelve Count Cases / 1 -Paget 32,843.73 $65.00 4264F 100 Twelve Court Cases 124MIets $51,117.98 66229 4264F 200 Twelve Count Cases 1 34Wets $10,427.00 $59.58 4264F 350 Twelve Count Cases 15- Pallets $16,795.77 $54 -84 426 -41' 6W Twelve Count Cases / 9- )a X28,792.75. $54.84 4264F 1200 Twelve Count Cases 117- Pallets $57,58549 $54.84 4264E 1 1500 Twelve. Count Cases 122-Pallets $71,981.86 $54.84 Heater k%* Plus Full Course Meal Kits 4264F 50 TwreNe Count Cases / 1- Pallet $4,621.06 $105.62 4264F 100 Twelve Count Cases/ 2- Patfets $9,019.95 $103.09 4264F 204 Twelve Count Cases f 44)alets $18,039.90 $103.09 Camawlliu [is- M -0443X 12 April t. 2011 SIN PRODU(;T DESCRPTK?ll =t- :: GSA Dice Dai Rate GSA Price Weekly Rate 426.4F 350 Twelve Count Cases 17- Paiests " =' " % $306,87824 $10021 426 -4F 600 Twelve Carat Cases 112 -Pallek E52,608.97 $10021 426-41' 1200 Twelve Count Cases f 24-Palels $105 ,217.93 $10021 SIN Product Description GSA Price Paget Priming GSA Price Per Case 4264E 1500 Twelve Count Cases 130 -Paklz $131,522.42 $10021 Heahwilkais EX Sslf4bating Ertfrees 4264F 50 Twelve Cant Cases I 14Palet $3,519.11 $67.03 42641' 100 Twelve Count Cases 12-Palets $5,628.21 $64.32 426.417 200 Twelve Court Cases 13-Palets $10,24927 $58.57 426-11' 350 Twelve Cant Cases 164WIm is $17,314.16 $56.54 4264F 600 Twelve Count Cases 110- Pallet& $29,681.41 $56.54 42641' 120D Twelve Count Cases 12D PaAet $59,362.82 $56.54 4264F 1500 Twelve Count Cases 1254W& $74,203.53 $56.54 heater heats 3 Full Course Meal Kits 4264F 50 Twelve Count Cases 1 14Palet $3,325.09 $76.00 426-41' 100 Twelve Cant Cases 12-Palets $6,442.82 $73.63 4264F 200 Twelve Count Cases 14-Palets $12,885.64 $73.63 42641' 350 Twelve Court Cases 17-Paiests $21,979.65 $71.77 42641' 600 Twelve Cornt Cases 112- Pallets $37,679.40 $71.77 4264F 1200 Twehre Count Cases 124- Pallets $72,870.53 $69.40 4264F 1500 Twelve Count Cases 1304Pafiets $91,088.16 $69.40 Cale2Ga Se f4leating Beverage tits 42641' 18 Sic Gourd Cases I 1 -Pallet $2,255.43 $14320 42"F 36 Six Count Cases 124 $4,270.92. $135.58 426417 54 Six Cant Cases 1 3•Pallets $5,994.49 $126.87 42641' 350 Sic Count Cases 110-Patiets $38,653.17 512617 426 4F 600 Sic Count Cases 117- Pallets $66,60544 $126.87 4264F 1200 Sic Count Cases 134JWets 5133210.8$ $126.87 426-4F 1500 Sit Count Cases 1424)alets $166,513.60 $126.67 SIN Product Description �� GSA Price Per Bag ke 8lbs Bags 426.41' Ice 8 m flag 1600,000 $2.96 SiN Product DesaiKM GSA Price Per 24 Pack Bottled Wafer 16oz 24 Pack 426.417 1- 100,000 $7.65 4264F 100,001- 300,000 4264E 300,001- 475,000 St1.64 426-4F 475,0014 0,000 $9.26 42641' 850,001- 1,700,000 $10.18 SIN Product Description GSAPrice Daily Rate GSA Price Weekly Rate TVpe I ltigtl Person Portafet P 42641' 1100 Standard Reshoms $8,022.67 $56,158.69 Camua Nb. GS-M-at X 13 Apff L 2011 *GARAWR n* Y m"povow c4mp=y SIN PRODUCT DESCRIPTION < =j' GSA Prue Daily Rake GSA Price Wee& Rate 4264E 4 Wheelchair AccessMo ,E $666.50 $4,865.49 426-4F 30 Station Sink $4,628.46. $32,39924 42641' 100 Daly Service Fees _ 426-4F 30 Daly Sink Service Fees _ SIN Product Desc:dp#ion GSA Price Daily Rabe GSA Price Weekly Rake 4264F 5% Fuel Surcharge + Tax Type Y 56 Person Portalet Pac 426-1F 75 Standard Resbuom $6,017.00 $42.119.02 42641' 4 Wheel Cha it A e °' $6%.50 $4,665.49 4264F 22 Station Sinks $3,39421 $23,759.45 4264F 75 Daly Service Fees _ 4264F 22 Daily Sink Service Fees 426-41' 75 Restwm Delivery Fees $2,31423 $16,199.62 4264F 5% Fuel Surcharge +Tax _ Type N 1500) Person Portalet Package 42641' 50 Standard: Restrooms $4,011.34 $28,079.35 42641' 2 Wheel Chair Acoesslrle = $333.25 $2,332.75 4264F 15 Station Sinks $2,314.23 $16,199.62 426-41' 50 Daily Service Fees _ 4264F 15 Daly Sink Service Fees _ 426-41' 50 Rectroorn Delivery Fees $1,542.82 $10,799.75 4264F 5% Friel Surcharge + Tax Type N (250) Person Portalet Package 4264F 25 Standard Restrooms $2,005.67 $14,039.67 4264F 1 Wheel ChairAccesm* $166.62 $1,166.37 4264F 7 Station Sinks $1,079.97 $7,559.82 42641' 25 Daly Service Fees — 4264F 7 Daily Sark Service Fees 4264F 25 Restroom Delivery Fees $771.41 $5,V9.87 42&4F 5% Fuel Surcharge + Tax _ Type V (IN) Person Portakt Padrage 4264F 10 Standard Reshooms $60227 $5,615.87 4264F 1 Whed Chair Acceuible $166.62 $1,186.37 4264F 7 5latiarr Sinks $1,079.97 $7,559.82 4264F 10 Daly Service Fees 4264F 7 Daily Sink Service Fees 426-4F 10 Resb•0om Delivery Fees $308.56 95 4264F 5% Fuel Surcharge + Tax _ Camft=Dlk (S -M-M3S 14 April 1, 2011 * GARAFER re+ KANW9MC7 A"POW0 09MPMr SIN Product Description `> GSA GSA ln De0b rzatim Price SCHEDULE — G EQUMNT SERVICES & Dl5AS7m RESmSE BASE CAMPS 4264F Jtt GSA Daily GSA $4136,005.11 4264F N41AS TYPE 11750 Pelson Base Camp MobWbzti(m Staging DemobWm3tim 5377,171.49 42611E NIAAS TYPE 111 500 Person Base Camp Price Mice Price $280225.69 NIMS TYPE It Comfort Stations (500 Person) NIMS TYPE IV 250 Person Base Camp $278,761.85 4264F 25 Oomtort Stations $17,77330 $11,108.31 $8,886 -65 42&4F 40 Comfort Stabons $425,979.09 $23,697.73 $17,773 -30 $11,848.87 426 -4F 50 Comfort St s' $29,62217 $22,216.62 $14,811.08 42&4F 60 Comfort Stations $35,546.60 $26,659.95 $17,773.30 uommn stmaon are tent paaages far 5110 person evacuees persons that iridwe tents, chairs, tans, securiy and generator for evacuee administrative purposes (Le-, Disaster Food Stamps) - CIVIL AFFAIRS EQUIPMENT AND SERVICES NOTES 1 Minimum One (1) Week Operation Phase Duration excluding MobMemob. 2 RenW Rates Only - Transportation rates from to poet of origin anchor point of delivery anchor point of use are not included. 3 Customer is responsible fortuel, personnel and transportation. SIN Descriptiwt `> 65A 1iAlob Zatiwn Price GSA Wee4ufy Price GSA ln De0b rzatim Price SCHEDULE — G EQUMNT SERVICES & Dl5AS7m RESmSE BASE CAMPS 4264F NIMS TYPE 11000 Person Base Camp $498,853.32 $1,316,122 -72 $4136,005.11 4264F N41AS TYPE 11750 Pelson Base Camp 464 $,397 -81 3 5377,171.49 42611E NIAAS TYPE 111 500 Person Base Camp ,; $ 342,771.66 $731,405.84 $280225.69 426-4F NIMS TYPE IV 250 Person Base Camp $278,761.85 $458,57821 $227,777.18 PUTCHEN SERVICES: 4264F NIMS TYPE 1 1000 Person KitcherVMea1s $169,44313 $425,979.09 $119,806.85 4264F NIUE TYPE 11750 Person KAtem%teals $164,10927 $367,818.44 $119,332.90 4264F NIMS TYPE 111500 Pemmn .KitchentMeaEs TC $120,988.04 5261,044.11 $87,653.22 4264F NIMS TYPE IV 260 Person ICitcher Neale $101 69.55 S176,873.95 $76,612.80 SHOWER SERVICES. - ;1 4264F NIMS TYPE 11000 Person Showers $27,52267 $158 ,230.50 $34,506.12 4264F NIMS TYPE 11750 Person Showers $22,449 -90 $136,901.31 $26,285.97 4264F NIMS TYPE 111500 Person Showers 517,314 -16 $$1,474.53 $20,081.36 426.4F NIMS TYPE IV 250 Person Showers $17,314.16 $60,145.34 $17,03521 LAUNDRY SERVICES. 4264F NIMS TYPE 11000 Person Laundries $75,499 -50 $215,941.64 $61,89922 426-41F NIIAS TYPE 11750 Person Laundries $60,564.99 $168,769.82 $48,687.73 4264F NIUS TYPE ill 500 person Laundries $44,003.73 $113,34428 $35,$66.27 426 -4F NIMS TYPE Ill 2.90 Person Laundries $33,684.11 $66,419.80 $27,116.62 UM%bI tK KtbMNbt BASt 4AIIP & EgIJWfIIEHT SERVICES NOTES: 1 Minimum One (1) Week Operation Phase Duration excluding Moblt]emob_ 2 Pricing is ."clursive including transporletion, personnel, expendable commodities, food, etc- See service level agreement. 3 Cost -minus pricing. If certificated potable water. grey water maohofes are provided; pricing will be reduced CGMtWM . GS- M -003x 15 April 1. 2011 7'h�p xWen Ky AWponrr COMP OW SN Product OescripfiW "= GSA Price Daily Rate GSA Price Weekly Rate SCHEDULE H - TRANSPORTATION EQUIPMENTlPERSONNEL 4264F Trucking Detention Charge {Demerge) 4s S4" .32 $31,10327 4264F Trucking lay Over 5663.98 $4,443.32 $31,10327 4264F Track Ordered Not Used 426.4F $308.56 $2,159.95 4264F Parer Only Truck " a $1,851.39 $12,959.70 426-41' RoWadm - Equilxnent local short -had s' $1,481.11 $10,367.76 426-4F Service Truk `4' »# j - E271.54 $7,90D_76 426-4F Fuel Transports; with Operators $3 74 $7,405 -54 $51,838.79 426-117 Fuel Bobtail Trucks; with Operators y' r' 37 ,405.54 $51,838.79 4264F Dry Van $617.13 $4,319.90 42"F Reefier Trailer ;;'< _ $2,221.66 515,551.64 426.4E Drop Deck 31,851.39 $12,959.70 426-4F Removable Drop Deck {RGN} $2,221.66 $15,551.64 426-4F Double Drop Trager 31,85139 $12,959.70 4264F Flat Bed $863.98 $6,047.86 42&4F Flatbed with Il ufiett $1,481.11 $10,367.76 426-4F Law Boy $1,851.39 $12,959.70 4264F Livestock $2,221.66 $15,551.64 4264F Water Trailer $129.60 $330.78 42"F 60 Tan Landal Tracer $2,221.66 $15,551.64 426-4F 26' Sb*ht Truk vOift gate and driver $1,851.39 $12,959.70 42611F Road Grader 55,246:09 $36,722130 42611F Water truck (non-potable) Wt operator 54,30521 $30,136.48 426-4F Bucket Truck $7,983.17 $55,88222 426-41' Pick up Truck. $863.98 $6,047.86 TRANSPORTATION EQUAPMENTIPERSONNEL NOTES I Minumrn One (1) Week Operation Phase Duration excluft MoWemob. 2 Customer is responsiibie for fuel, personnel and kanslmdation. 3 Trucking mileage rates b be estabrkshed at the Erne of Task Order and PO 4 Tn,cking mileage rates may vary based on region of equipment FOB. Siff PROJECT EQUPMENT SUPPORT_ GSA Price Daft Rabe GSA Price Weeldy Rate 426.41' Mobile Command Post wl communications : "_? 51,763.51 512,342.57 426 -41' Response Vehicle (Per Vehicle) $123.43 5663.98 4264F 4- Wheelers (Le., Rhino) $176:75 $123426 426.4F LSWi effower Trailer 51,594.66 $11,157.68 42"F Garner Service Tracks $123.43 5863.98 4264F Orbirarr $14.81 $98.74 4261I1' ORBI TRAX Per Messaging S025 $015 426-4F ORBf W Report WA $3 74 Camaari 130. (i5 07FA403X 16 AprH i. 2011 SL 7 Repromo comps" SIN Product Description GSA Price Hewrly Rate PROJECT PERSONNEL SUPPORT: z' - 4264F Inadent Management Team Leader $148.11 4264F ProjecUOperations Manager 5133.30 426-4F NedK)peratians Task Leader "Mf', $123.43 4264F Nect A alor $74.06 426-41F Project Field Clerk $49.37 426.4F Warehouse I Yard Operator ' ^f 547.89 4264F Resource Supervisor $117.25 4264F Resource Technician -;; $117.25 4264F Resource Operator a�K` $117.25 4264F BeCtriaan 426-4F Security $78.99 INCIDENT MANAGEMENT TEAMS: 4264F Indideut Management Team Leader t�Y =yt _ �`k „sr' $148.11 4264F ESP 1- Transportation Team Member $133.30 4264F ESF 2- Communications Team Member $133.30 42614F ESF 3 - Pubic Works Team Member $13330 426.4F ESF 4 - F"refightaig Team Member n 5 ; °3 $133.30 4264F ESF 5 - k lionrkffi r and Plarnnng Team Member'' $13330 4264F ESF 6 - Mass Care Team Member $133.30 426-4F ESF 7 - Resource Support Team Member $133.30 426 ESP 8 - Health and Medical Team Member $133.311 426-4F ESF 9 - Search and Resale Team Member -^ 5133.30 4264F ESF 10 - Hazardous Materials Team Member $133.30 42&4F ESF 11- Food and Water Team Member 55.92 4264F ESF 12 - EnergyTearn Member $133.30 426�F Per Diem CONS 426�F Personal A6fare CONUS PROJECT LSA PERSONEL & EQUINENNT NOTES: 1 MWmum One (1) Week Operation Phase Duration excluding Mob/Demob. 2 Command Center is for customer field personnel, Garner Project Personnel, required for Orbilrax Supper and ad ITC*k. 3 Orbilrax Support is required for al physirA equipment to prevent equipment losses 8 customer chargebackc- 4 Hourly wages are for sWght4ime oW, overlime and doublefime u7 be applied if required. 5 Hm* wages will be assessed at no less then twelve (12) how per day - seven (7) days per week. 6 Federal Holidays are billed atthe Double Time Rate. AN personnel will be paid lAW regional prevailing rages in acwtdance with Davis -Bacon andlor SCA where 7 applicable. 8 Apron is a factor of total personnel minus mquhA personnelrservice vehicles. Cemsraer llto_ G54N -oaa3x 17 AW L 2011 *a4RAFER M F rm..s.jmy Rein,• ero y ANgVM 11r1L:11MFNF FAR FRFIrJff P_f1N ajwim 1496-1 Series 1 F ' t Containers , SpecftafiDns and T - Part 1: General Car9p Containms for General PUMRWS 1496-2 Series 1 Freight Containers - and Tecft - Part 2 Thermal Containers 1496 -3 Series 1 Freight Cont imm - SPedficalions and Testing - Part 3: Tank Contanem for Liquids, Gases, and Pressurized Dry Bulk 14964 Series 1 Frem JM Corrfainers - SWAmfions. and T -Part 4: Non- Pressurized Contaaux for Dry Bulk 1496.5 Series 1 Freight Containers - Specifications and Testing - Part 5_ Platform and Platform Based Contakm 149" Series 1 Fw4M Containers - Spec ficatians and Testing - Part 6: irternational Cargo - Seamity Devices 668 Series 1 Freight Containers - Classifucafim and Ihmensime and Ratings 830 Freight Cantainem - Tenn 2308 Hooks for Uting Containers up lo 30 Tom Capacity - Basic Requirements 1161 Series i F t Containers _ Corner Bfings Specfficafens 3874 Series 1 Freight Camtakiers 6346 Series 1 Freight Containers - Coding, IdenWimbon and Marketing 3897 Freight Containers - Container Equiprnerd Data Exchange CCU=Pao. Gs-07 -m3R 18 ,tpril1.2011 VAQ City of SUPPLIER NUMBER Corpus TO BE A S DI V I SION B C - Chrsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Piling Requirements, Certifications and definitions. COMPANY NAME: Gar ner. Environmental Services, Inc. I�fa:T�):� STREET ADDRESS: 1717 W. 13 S treet CITY: Deer Park STATE: Texas ZIP: 77536 FIRM IS: 1. Corporation ® 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% fir or more of the ownership in the above named "m." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3 or more of the ownership in the above named "firm." Name Consultant N/A FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will. confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Neal Overstreet Title: Executive Vice President (Type or Print) Signature of Certifying Person: Date: April 6, 2012 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part -time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation.