Loading...
HomeMy WebLinkAboutC2018-378 - 7/24/2018 - Approved 13 C� :$ i 1 ; "ii SERVICE AGREEMENT NO. 1369 tq il ... 1. r.,,,,,- i Emergency or Disaster Response Services �M ` ' I'R� xs__ 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. N/A ("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. This Agreement is for 48 months, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Purchasing Division. The parties may mutually extend the term of this Agreement for up to zero additional zero-month periods ("Option Period(s)"), provided, the parties do so in writing and prior to the expiration of the original term or the then- current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. The total value of this Agreement is not to exceed $200,000, subject to approved extensions and changes. Payment will be made for Services completed 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. 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 nnvmPnt ThP c qty's Contract Administrator for this Agreement is as follows: C 2018-378 7/24/18 :orm Page 1 of 7 M2018-111 /15/17 Garner Environmental Services SCANNED Billy Delgado Fire Department 361 .826.1 106 BillyD@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 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. 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. Any Services 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. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form 12/15/17 (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. 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 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. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid or proposal, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form 12/15/17 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 related 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: Billy Delgado Emergency Management Coordinator 2406 Leopard Street, Corpus Christi, Texas 78408 361 .826.1 106 Fax: 361.826.3971 IF TO CONTRACTOR: Garner Envorinmental Services, Inc. Attn: Kenneth Hayes Program Manager 1717 West 13th Street, Deer Park, Texas 77536 281.930.1200 Fax: 281.478.0296 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, Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form 12/15/17 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 Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator 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 Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager 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. 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. 20. 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. 21. 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; Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form 12/15/17 C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 22. 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. 23. Verification Regarding Israel. In accordance with Chapter 2270, Texas Government Code, the City may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of the Contractor verifies that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 24. Governing Law.This Agreement is subject to all 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, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 25. 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. (SIGNATURE PAGE FOLLOWS) Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form 12/15/17 CONTRACTOR Signature: � Le t- Printed Name: Maria M Ledet Title: Contracts Administrator Date: June 25 2018 CITY OF CORPUS CHRISTI Signature: Y Printed Name: ( Lk. 13 Title: 1 t \- . tt rcr.4r e:1F �7.:npndilt 5layiteS Date: 6. 1 . L t� ATTEST: RE ECCA HUEPTA rITY SECRETARY Attached and Incorporated by Reference: kUTHOKI Attachment A: Scope of Work sY -21-1-- Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements - ---------•• �� Attachment D: Warranty Requirements SECRETA 7' Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. N/A Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form 12/15/17 Attachment A: Scope of Work 1. Contractor to secure the City with the required equipment and services on an as-needed basis in the event of an emergency or disaster. 2. Rental rates shall be priced weekly. 3. Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth: a. Delivery Time (Days ARO) 10 days ARO b. Expedited Delivery: Negotiate between Contractor and City. Page 1 of 1 Attachment B: Bid/Pricing Schedule *GARNER The Emergency Response Company Garner Environmental Services, Inc. 1717 West 13th Street Deer Park, TX 77536 Phone: 281-930-1200/ Fax: 281-478-0296 E-mail: khayesaciarner-es.com Internet: http://www.garner-es.com Business Size: Large Business Federal Supply Schedule 084 Law Enforcement, Security, Facilities Management, Fire, Rescue, Special Purpose Clothing, Marine Craft and Emergency/Disaster Response FSC Class: R414 Authorized Pricelist GS-07F-0403X GSA Advantage! R wwvv;g saA dvantage.gov This Schedule Contract Pricelist includes Modifications through Number PO-0011.dated March 23 2016. Page 1 of 19 GARNER The Emergency Response Company GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG/PRICE LIST General Description Garner Environmental Services, Inc. (Garner Environmental)established in 1981, is a full- service environmental company offering emergency response for oil spills and hazardous materials,soil remediation,vacuum truck services, roll-off equipment rental and transportation, 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 tanks, retention ponds,pipelines,storm drains and sewers lines,vessels drilling rigs,piers,wharves, docks,and other harbor facilities. In addition to the services mentioned above,Garner Environmental also offers chandler services and product supplies for production and drilling platforms, offshore and inshore vessels and the petrochemical industry. Garner Environmental brings over 500 cumulative years of experience and expertise to the oil and chemical industry in these specialized fields of endeavor. Garner Environmental 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 I, 2011 --March 31, 2021 For more information on ordering from Federal Acquisition Schedules.click on the FSS Schedules button at tato- nvn.Iss.zsaeor. General Services Administration Federal Acquisition Service Online access to contract ordering information, terms and conditions, 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 http://www.GSAAdvantage.gov CONTENTS 1 CUSTOMER INFORMATION 2 2 SCHEDULE PRICELIST 6 Contract No. GS-07F-0403X i Modification P0-0012,dated March 23,2016 Page 2 of 19 GARNER The Emergency Response Company 1 CUSTOMER INFORMATION 1. SPECIAL ITEM NUMBERS (SINS): a. Table of awarded SINs SIN 426-4F Emergency Preparedness and First Responder Equipment,Training and Services (Includes but not limited to Continuance of Operations Planning (COOP)services,decontamination kits and showers,mass casualty containment trailers,survival/disaster and rapid deployment kits,hazardous material detection equipment and clothing,and emergency response training. b. Lowest priced model number and price for each SIN. SIN Model Price SIN 426-4F ORBITRAX Per Message $0.27 c. Hourly rates: $5.92 2. MAXIMUM ORDER GUIDELINE The maximum order threshold is $200,000 for SIN 426-4F. The maximum order is a dollar amount at which it is suggested that the ordering agency request higher discounts from the contractor before issuing the order. The contractor 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 Maximum Order provisions contained in the Schedule, a delivery order may be placed against the Schedule contract even though it exceeds the maximum order. 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: None: (Professional Training and Equipment rentals only) 6. Prices shown are NET Prices; Basic Discounts have been deducted. Contract No. GS-07F-0403X 2 Modification P0-0012,dated March 23,2016 Page 3 of 19 illi-GARNER The Emergency Response Company 7. DISCOUNTS: a. Quantity--None b. Dollar Volume-- None 8. PROMPT PAYMENT TERMS: Net 30 days. 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 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) SIN 426-4F 10 days ARO b. EXPEDITED DELIVERY: As negotiated between Gamer and Ordering Activity. c. OVERNIGHT and TWO-DAY DELIVERY: As negotiated between Gamer and Ordering Activity. d. URGENT REQUIREMENTS: 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(FTR)or the Joint Travel Regulation(JTR) 13. ORDERING INFORMATION: a. Agencies should address all orders to the following address: Gamer Environmental Services, Inc. 1717 West 13th Street Deer Park,TX 77536 Kenneth Hayes,Program Manager khayes@garner-es.com Contract No. GS-07F-0403X 3 Modification P0-0012,dated March 23,2016 Page 4 of 19 ilk-GARNER The Emergency Response Company b. For supplies and services, the order procedures, information on Blanket Purchase Agreements(BPA'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. 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 Contract No. GS-07F-0403X 4 Modification P0-0012,dated March 23,2016 Page 5 of 19 GARNER The Emergency Response Company 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 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 System for Award Management. Registration valid until 10/22/2013. Contract No. GS-07F-0403X 5 Modification P0-0012,dated March 23,2016 Page 6 of 19 *GARNER The Emergency Response Company 2. GSA SCHEDULE PRICELIST SIN Product Description GSA Price Weekly Rate SCHEDULE A-POWER GENERATION 426-4F 20KW Generator $1,148.78 426-4F 25KF Generators $1,148.78 426-4F 30KW Generators $1,234.26 426-4F 35KW Generators $1,362.32 426-4F 36KW Generators $1,362.32 426-4F 40KW Generators $1,621.81 426-4F 45KW Generators $1,621.81 426-4F 48KW Generators $1,621.81 426-4F 50KW Generators $1,621.81 426-4F 56KW Generators $1,621.81 426-4F 60KW Generators $1,675.87 426-4F 70KW Generators $2,027.27 426-4F 75KW Generators $2,027.27 426-4F 80KW Generators $2,219.87 426-4F 90KW Generators $2,333.52 426-4F 100KW Generators $2,289.29 426-4F 125KW Generators $2,838.18 426-4F 150KW Generators $2,838.18 426-4F 174KW Generators $2,957.38 426-4F 175KW Generators $2,957.38 426-4F 176KW Generators $2,957.38 426-4F 180KW Generators $3,107.81 426-4F 200KW Generators $3,088.20 426-4F 225KW Generators $3,649.09 426-4F 240KW Generators $3,649.08 426-4F 250KW Generators $3,649.08 426-4F 300 KW Generators $3,768.02 426-4F 320KW Generators $3,768.01 426-4F 350KW Generators $4,298.63 426-4F 400KW Generators $5,287.56 426-4F 450KW Generators $5,287.56 426-4F 480KW Generators $5,789.87 426-4F 500KW Generators $5,789.87 426-4F 550KW Generators $6,206.14 426-4F 575KW Generators $6,461.31 426-4F 600KW Generators $7,427.76 426-4F 640KW Generators $7,427.76 426-4F 675KW Generators $7,589.45 426-4F 728KW Generators $7,589.45 426-4F 750KW Generators $7,589.45 426-4F 800KW Generators $8,310.44 426-4F 850KW Generators $9,517.36 426-4F 1000KW Generators $9,517.36 Contract No. GS-07F-0403X 6 Modification P0-0012,dated March 23,2016 Page 7 of 19 *GARNER The Emergency Response Company SIN Product Description GSA Price Weekly Rate 426-4F 1200KW Generators $13,325.04 426-4F 1250KW Generators $13,325.04 426-4F 1400KW Generators $14,590.91 426-4F 1500KW Generators $15,174.56 426-4F 1600KW Generators $15,515.35 426-4F 1750KW Generators $16,616.14 426-4F 2000KW Generators $17,742.64 426-4F 45 kVA Transformer $324.36 426-4F 75 kVA Transformer $432.48 426-4F 100 kVA Transformer $651.43 426-4F 150 kVA Transformer $651.43 426-4F 225 kVA Transformer $867.67 426-4F 300 kVA Transformer $1,589.38 426-4F 400 kVA Transformer $2,112.41 426-4F 500 kVA Transformer $2,112.41 426-4F 750 kVA Transformer $2,448.94 426-4F 1000 kVA Transformer $2,871.96 426-4F 1500 kVA Transformer $3,796.40 426-4F 2000 kVA Transformer $4,476.21 426-4F 600 Amp Line Panel $756.85 426-4F 800 Amp Line Panel $994.71 426-4F 1200 Amp Line Panel $1,492.07 426-4F 4000 Watt Generated Light Plant $513.57 426-4F Power Distribution Box(Spider Boxes) $493.70 426-4F Spider Boxes;400, $767.66 426-4F Spider Boxes 800; $993.36 426-4F Power Distribution Box(Spider Box)with 50ft cable $640.83 426-4F Pigtails-4/0 Male&Female Camlock Connectors $59.24 426-4F Power Cord,50'(Extension Cord) $29.62 426-4F Generator Cable price per foot $2.47 POWER GENERATOR NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 days constitutes a week on equipment;7 days constitutes a week on personnel. Rental Rates Only-Transportation rates from to point of origin and/or 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(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 billed at the invoiced amount plus a 15%handling fee. Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis. Contract No. GS-07F-0403X 7 Modification P0-0012,dated March 23,2016 Page 8 of 19 GARNER The Emergency Response Company SIN Product Description GSA Price Weekly Rate SCHEDULE B—PUMPS&HOSES 426-4F 2"x 2"Diesel Pump $778.47 426-4F 3"x 3"Diesel Pump $1,431.25 426-4F 4"Diesel Pump $810.91 426-4F 6"Diesel Pump $1,405.57 426-4F ' 8"Diesel Pump $1,778.93 426-4F 10"Diesel Pump $2,025.24 426-4F 12"Diesel Pump $2,757.19 426-4F 16"Diesel Pump $7,027.86 426-4F 18"Diesel Pump Dsl Flg w/QD $10,509.35 426-4F 24"Diesel Pump $13,969.22 426-4F 2"Suction Discharge Hose 50'Section $94.61 426-4F 3"Suction Discharge Hose 50'Section $70.28 426-4F 4"Suction Discharge Hose 50'Section $100.72 426-4F 6"Suction Discharge Hose 50'Section $124.34 426-4F 8"Suction Discharge Hose 50'Section $248.14 426-4F 10"Suction Discharge Hose 50'Section $383.15 426-4F 12"Suction Discharge Hose 50'Section $401.40 426-4F 6"Vacuum Assist Pump $2,128.63 426-4F 12"Vacuum Assist Pump $2,898.99 426-4F 3 Inch Submersible Hydraulic Pump $749.48 426-4F 4 Inch Submersible Hydraulic Pump $1,283.63 426-4F 6 Inch Submersible Hydraulic Pump $1,732.90 426-4F 8 inch Submersible Hydraulic Pump $2,310.53 426-4F 12 Inch Submersible Hydraulic Pump $4,120.44 426-4F 8"Bauer Pipe,10'section $53.91 426-4F , 12"Bauer Pipe,10'section $53.91 426-4F 4"Strainers/T-Joints/Elbows $47.40 426-4F 6"Strainers/T-Joints/Elbows $64.18 426-4F 8"Strainers/T-Joints/Elbows $67.58 426-4F 3"Sub-Dewater 5hp 460v $343.37 426-4F 4"Sub-Dewater 10ph 460v $386.37 426-4F 6"Sub-Dewater 35hp 460v $617.76 426-4F 8"Sub-Dewater 95hp 460v $1,339.78 426-4F 4"Sub-Trash 20hp 460v $430.02 426-4F 6"Sub-Trash 40hp 460v $617.75 426-4F 8"Sub-Trash 70hp 460v $1,339.79 426-4F 3"Suction Hose-20' $56.16 426-4F 4"Suction Hose-20' $72.21 426-4F 6"Suction Hose-20' $72.21 426-4F 8"Suction Hose-20' $160.45 426-4F 10"Suction Hose-20' $202.73 426-4F 12"Suction Hose-10' $160.45 426-4F 6"to 18"Pipe Fusion Machine $3,311.20 426-4F 12"to 36"Track Mounted Fusion Machine $11,352.70 Contract No. GS-07F-0403X 8 Modification P0-0012,dated March 23,2016 Page 9 of 19 110.-GARNER The Emergency Response Company PUMPS AND HOSES NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;7 Days constitutes a week on personnel. Rental Rates Only-Transportation rates to and from point of origin and/or 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 SCHEDULE C—ENVIRONMENTAL CONTROLS 426-4F 5-Ton Air Conditioner Unit N/A $1,148.78 426-4F 10-Ton Air Conditioner Unit N/A $1,405.57 426-4F 15-Ton Air Conditioner Unit N/A $1,924.55 426-4F 20-Ton Air Conditioner Unit N/A $2,024.56 426-4F 25-Ton Air Conditioner Unit N/A $2,169.18 426-4F 30-Ton Air Conditioner Unit N/A $2,703.02 426-4F 40-Ton Air Conditioner Unit N/A $4,324.84 426-4F 50-Ton Air Conditioner Unit N/A $7,348.17 426-4F 60-Ton Air Conditioner Unit N/A $5,297.92 426-4F 75-Ton Air Conditioner Unit N/A $7,568.46 426-4F 80-Ton Air Conditioner Unit N/A $8,649.67 426-4F 100 GPM Pump N/A $778.47 426-4F 200 GPM Pump N/A $778.47 426-4F 300 GPM Pump N/A $852.43 426-4F 400 GPM Pump N/A $888.66 426-4F 500 GPM Pump N/A $898.54 426-4F 750 GPM Pump N/A $1,621.81 426-4F 800 GPM Pump N/A $1,621.81 426-4F 1000 GPM Pump N/A $1,621.81 426-4F 1200 GPM Pump N/A $1,444.14 426-4F Polyethylene Pollution Bags(per Roll) _ $113.53 N/A 426-4F Polyethylene Sheeting Per Roll(20'x100'x6 mil) $118.93 N/A ` 426-4F Level A Responder Suit(each) $1,243.39 N/A 426-4F Level B Responder Suit(each) $243.27 N/A 426-4F Level 3(CPC 3)PPE(each) $113.53 N/A 426-4F ' Level D PPE(each) $48.65 N/A ENVIRONMENTAL CONTROLS NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;7 Days constitutes a week on personnel. Rental Rates Only-Transportation rates from to pt.of origin and/or pt.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. Contract No. GS-07F-0403X 9 Modification P0-0012,dated March 23,2016 Page l0 of 19 *GARATER The Emergency Response Company SIN Product Description GSA Price Weekly Rate SCHEDULE D-MATERIALS HANDLING EQUIPMENT(MHE) 426-4F Forklift Carpet Poles $111.90 426-4F Pallet Grabbers w/Chain $40.54 426-4F Pallet Jack $111.90 426-4F Electric Pallet Jack $318.96 426-4F Forklift Loading ramps $923.09 426-4F ' Dock Plates $454.21 426-4F 5k Diesel Forklifts $676.37 426-4F . 6000 Lb.Forklift $2,899.58 426-4F 8000 Lb. Forklift $3,138.72 426-4F 9,000-10,000 lb. Forklift $3,713.09 426-4F 15,000 lb.Forklift $8,006.94 426-4F 25,000-35,000 Lb.Forklift $14,823.51 426-4F 4400 lb Extended Reach Forklift $1,892.12 ROUGH TERRAIN FORKLIFTS 426-4F Straight Mast $987.35 426-4F 5K Extended Reach Forklift $1,297.45 426-4F 6K Extended Reach Forklift $1,675.87 426-4F 8K Extended Reach Forklift $1,600.19 426-4F 9K Extended Reach Forklift $1,838.06 426-4F 10K Extended Reach Forklift $2,108.36 426-4F Forklift Propane Tank w/o fuel $12.97 426-4F Portable Loading Dock,20 X 20'w/ramp and stairs $1,325.76 MATERIALS HANDLING EQUIPMENT(MHE)NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;7 Days constitutes a week on personnel. Rental Rates Only-Transportation rates from to pt.of origin and/or pt.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: 426-4F 1000 Gallon Fuel Tank $1,892.12 426-4F 2000 Gallon Fuel Tank $1,750.21 LOADERS: 426-4F 1/2 yard $1,062.29 426-4F 3/4 yard $994.71 426-4F 1 yard $1,027.15 426-4F 21/2 yard $2,063.76 426-4F 2 3/4 yard $2,063.76 SKID-STEERS: 426-4F 1750 Lb. $767.66 426-4F 2400 Lb. $1,215.01 Contract No. GS-07F-0403X 10 Modification P0-0012,dated March 23,2016 Page 1 1 of 19 GARNER The Emergency Response Company SIN Product Description GSA Price Weekly Rate 426-4F 1900 Lb.Track $1,297.45 SKID ATTACHMENTS: 426-4F Grapple $260.84 426-4F Forks $151.37 426-4F Sweeper $260.84 OTHER HEAVY EQUIPMENT: 426-4F Single Smooth Drum Vibratory Roller $1,489.37 426-4F D3 Cat Small Track-Type Tractor $1,717.77 426-4F D4 Cat Small Track-Type Tractor $2,077.27 426-4F D5 Cat Small Track-Type Tractor $2,277.30 426-4F D6 Cat Medium Track-Type Tractor $3,378.78 426-4F Ditch/Trench Digger $1,215.01 426-4F Large Excavator $3,378.78 HEAVY EQUIPMENT NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;7 Days constitutes a week on personnel. Rental Rates Only-Transportation rates from to pt.of origin and/or pt.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 Description GSA GSA Weekly GSA Mobilization Price Demobilization Price Price SCHEDULE-F EQUIPMENT SERVICES&DISASTER RESPONSE BASE CAMPS 426-4F NIMS TYPE 11000 Person Base Camp $546,244.39 $1,441,154.38 $444,575.60 426-4F NIMS TYPE 11750 Person Base Camp $508,515.60 $1,169,241.11 $413,659.78 426-4F NIMS TYPE Ill 500 Person Base Camp $375,334.97 $800,889.40 $306,847.13 426-4F NIMS TYPE IV 250 Person Base Camp $305,244.24 $513,202.64 $249,416.01 KITCHEN SERVICES: 426-4F NIMS TYPE 11000 Person Kitchen/Meals $185,540.88 $466,447.11 $131,188.50 426-4F NIMS TYPE II 750 Person Kitchen/Meals $179,699.65 $402,761.19 $130,669.52 426-4F NIMS TYPE III 500 Person Kitchen/Meals $132,481.90 $285,843.30 $95,980.28 426-4F NIMS TYPE IV 250 Person Kitchen/Meals $110,890.15 $193,676.98 $83,891.01 SHOWER SERVICES: 426-4F NIMS TYPE 11000 Person Showers $30,246.82 $173,262.40 $37,784.20 426-4F NIMS TYPE II 750 Person Showers $24,582.64 $149,906.93 $28,783.14 426-4F NIMS TYPE III 500 Person Showers $18,959.00 $89,214.61 $21,989.09 426-4F NIMS TYPE IV 250 Person Showers $18,959.00 $65,859.15 $18,653.56 LAUNDRY SERVICES: 426-4F NIMS TYPE 11000 Person Laundries $82,671.95 $237,551.09 $67,779.64 426-4F NIMS TYPE II 750 Person Laundries $66,318.66 $184,802.96 $53,313.07 426-4F NIMS TYPE III 500 Person Laundries $48,184.08 $124,111.99 $39,273.57 426-4F NIMS TYPE IV 250 Person Laundries $36,884.10 $74,919.68 $29,692.70 Contract No GS-07F-0403X 11 Modification P0-0012,dated March 23,2016 Page 12 of 19 *GARNER The Emergency Response Company SIN Product Description GSA Price Weekly Rate SCHEDULE-G CIVIL SUPPORT 426-4F Portable Storage Containers $320.91 426-4F Tent, 10'x10' 242.21 426-4F Tent,20'X 20' $463.84 426-4F Tent,40'X 40' 2,108.31 426-4F Tent,10'X 10'Pop-Up $291.23 426-4F Tent,10'X 15'Pop-Up $380.15 426-4F Chairs-folding $8.11 426-4F 6'Table-folding $20.27 426-4F 8'Table-folding $27.03 426-4F 50'String Lighting $96.98 426-4F 100'String Lighting $185.27 426-4F Power Distro-Spider Box $162.92 426-4F 24"portable fans on stands $172.80 426-4F 48"2-speed warehouse fan $167.59 426-4F Tents-30'x 90'x 7' $2,691.61 426-4F ' Tents-30'x 60'x 7' $1,869.29 426-4F Tent,60'x 100'x 7' $6,870.89 SIN ' Product Description GSA Price Per Case HeaterMeals Self-Heating Entrees w/up to 2 year shelf life 426-4F 1-Pallet=70 Twelve Count Cases(840 meals)HM Entrees $61.22 426-4F 2-Pallets=140 Twelve Count Cases(1680 meals, HM Entrees $58.56 426-4F 3-Pallets=210 Twelve Count Cases(2520 meals:HM Entrees $58.56 426-4F 5-Pallets=350 Twelve Count Cases $55.74 426-4F Greater than 5 Pallets FIM Entrees $53.90 HeaterMeals Plus Full Course Meal Kits w/up to 1 year shelf life 426-4F 50 Twelve Count Cases I 1-Pallet $103.81 426-4F ' 100 Twelve Count Cases/ 2-Pallets $101.32 426-4F 200 Twelve Count Cases / 4-Pallets $101.32 426-4F 350 Twelve Count Cases/7-Pallets $98.48 426-4F Greater than 7 Pallets HM Plus Meal Kits $98.48 SIN Product Description GSA Price Per Case Heater Meals EX Self-Heating Entrees w/up to 5 yr.shelf-life 426-4F 1-Pallet=60 Twelve Count Cases(720 meals)HM EX Entrees $63.22 426 4F 2-Pallets=120 Twelve Count Cases(1440 meals)HM EX $60.38 Entrees 426-4F 3-Pallets=180 Twelve Count Cases(2160 meals)HM EX $57.56 Entrees 426-4F 6-Pallets=360 Twelve Count Cases(4320 meals)HM EX $55.57 Entrees 426-4F Greater than 6 Pallets HM EX Entrees $55.57 Contract No. GS-07F-0403X 12 Modification P0-0012,dated March 23,2016 Page 13 of 19 *GAIZNER The Emergency Response Company SIN Product Description GSA Price Per Case Heater Meals 3 Full Course Meal Kits w/up to 3 yr.shelf life 426-4F 50 Twelve Count Cases / 1-Pallet $74.69 426-4F 100 Twelve Count Cases/ 2-Pallets $72.37 426-4F 200 Twelve Count Cases 14-Pallets $72.37 426-4F 350 Twelve Count Cases/7-Pallets $70.54 426-4F 600 Twelve Count Cases / 12-Pallets $70.54 426-4F 1200 Twelve Count Cases/24-Pallets $68.21 426-4F Greater than 24 Pallets HM 3 Kits $68.21 Cafe2Go Self-Heating Beverage Kits wlup to 1.5 yr.shelf life 426-4F 18 Six Count Cases / 1-Pallet $140.74 426-4F 36 Six Count Cases / 2-Pallets $133.25 426-4F 54 Six Count Cases ! 3-Pallets $124.69 426-4F Greater than 3 Pallets Cafe2Go Beverage Kit $124.69 Cafe2Go Self-Heating SOUP Kits wlup to 1.5 yr shelf-life 426-4F 18 Six Count Cases/ 1-Pallet Cafe2Go Soup Kits $205.12 426-4F 36 Six Count Cases/2-Pallet Cafe2Go Soup Kits $194.64 426-4F 54 Six Count Cases/ 3-Pallet Cafe2Go Soup Kits $182.66 426-4F Greater than 3 Pallets Cafe2Go Soup Kits $182.66 SIN Product Description GSA Price Per Bag Ice 426-4F Ice 8 lb Bag $3.24 SIN Product Description GSA Price Per Case Bottled Water 426-4F 24 count 16.9 oz per Bottle/Case $8.15 SIN Product Description GSA Price Weekly Rate Type I(1000)Person Portalet Package 426-4F 100 Standard Restrooms $61,493.77 426-4F 4 Wheelchair Accessible $5,108.71 426-4F 30 Station Sink $35,477.17 426-4F 100 Daily Service Fees -- 426-4F 30 Daily Sink Service Fees -- 426-4F 5%Fuel Surcharge+Tax -- Type II(750)Person Portalet Package 426-4F 75 Standard Restrooms $46,120.32 426-4F 4 Wheel Chair Accessible $5,108.71 426-4F 22 Station Sinks $26,016.59 426-4F 75 Daily Service Fees -- 426-4F 22 Daily Sink Service Fees -- 426-4F 5%Fuel Surcharge+Tax -- Type III(500)Person Portalet Package 426-4F 50 Standard Restrooms $30,746.88 426-4F 2 Wheel Chair Accessible $2,554.36 Contract No. GS-07F-0403X 13 Modification PO-0012,dated March 23,2016 Page 14 of 19 *GARNER The Emergency Response Company SIN Product Description GSA Price Weekly Rate 426-4F 15 Station Sinks $17,738.59 426-4F 50 Daily Service Fees -- 426-4F 15 Daily Sink Service Fees -- 426-4F 5%Fuel Surcharge+Tax -- Type IV(250) Person Portalet Package 426-4F 25 Standard Restrooms $15,373.44 426-4F 1 Wheel Chair Accessible $1,277.18 426-4F 7 Station Sinks $8,278.01 426-4F 25 Daily Service Fees -- 426-4F 7 Daily Sink Service Fees -- 426-4F 5%Fuel Surcharge+Tax -- Type V(100)Person Portalet Package 426-4F 10 Standard Restrooms $6,149.38 426-4F 1 Wheel Chair Accessible $1,277.18 426-4F 10 Daily Service Fees -- 426-4F 7 Daily Sink Service Fees -- 426-4F 5%Fuel Surcharge+Tax -- CIVIL SUPPORT NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;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 H-TRANSPORTATION EQUIPMENT/PERSONNEL 426-4F Power Only Truck $14,190.87 426-4F RollBacks-Equipment local short-haul $12,337.63 426-4F Equipment Service Vehicle $2,081.33 426-4F r Bobtail Fuel Truck&Driver(Fuel,Lube Truck or Transport)Does $56,763.48 not include Fuel 426-4F Fuel Truck&Trailer Combo(Less than 2000 gallons)Does not $56,763.48 include Fuel 426-4F Fuel Trailer w/Attendant(Trailer Dropped,8500 gallons with $56,763.48 pumps)Gasoline&Diesel;Does not include Fuel 426-4F Fuel Tank on Trailer;6,000 gallon;Diesel Only;4 pumps and Spill $56,763.48 Kit with Attendant(ISO Unit);Does not include Fuel 426-4F Dry Van $5,179.67 426-4F Reefer Trailer $1,658.84 426-4F Drop Deck Trailer $14,190.87 Contract No. GS-07F-0403X 14 Modification P0-0012,dated March 23,2016 Page 15 of 19 *GARNER The Emergency Response Company SIN Product Description GSA Price Weekly Rate 426-4F Removable Drop Deck(RGN) $17,029.04 426-4F Double Drop Trailer $14,190.87 426-4F Flat Bed Trailer $6,622.41 426-4F Low Boy Trailer $14,190.87 426-4F Water Trailer 300 Gal $362.21 426-4F 60 Ton Landall Trailer $16,584.24 426-4F 26'Straight Truck w/lift gate and driver $14,190.86 426-4F Water truck(non-potable)W/operator $32,999.46 426-4F Variable Message Boards,trailered,solar powered $2,301.64 426-4F Traffic Barricades,folding $89.85 426-4F Traffic Cones $18.66 426-4F Traffic Barriers,8' $18.66 426-4F Traffic Barricades,Barrel $48.38 426-4F Barricades,Jersey-Composite $186.62 TRANSPORTATION SERVICES NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;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 waved. 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 426-4F Information Officer $148.11 426-4F Safety /Security Officer $148.11 426-4F Liaison Officer $148.11 OPERATIONS SECTION 426-4F Operations Section Chief $148.11 426-4F Staging Areas Manager $133.30 426-4F Air Operations Branch Director $133.30 426-4F ' Air Support Group Supervisor $133.30 426-4F Air Tactical Group Supervisor $133.30 426-4F Branch Director $133.30 426-4F Divisions/Groups Supervisor $133.30 426-4F Strike Force/Teams Leader $133.30 426-4F Single Resource Leader $133.30 426-4F Military Support Liaison $133.30 PLANNING SECTION 426-4F Planning Section Chief $148.11 426-4F Resource Unit Leader $133.30 Contract No. GS-07F-0403X 15 Modification P0-0012,dated March 23,2016 Page 1 6 of 19 *GARNER The Emergency Response Company SIN Description GSA Price Per Hour 426-4F Status Recorder $133.30 426-4F Situation Unit Leader $133.30 426-4F Documentation Unit Leader $133.30 426-4F Demobilization Unit Leader $133.30 426-4F Environmental Unit Leader $133.30 426-4F Documentation Clerk $133.30 426-4F Field Observers $133.30 426-4F Technical Specialists Leader $133.30 LOGISTICS SECTION 426-4F Logistics Section Chief $148.11 426-4F Service Branch Director $133.30 426-4F Support Branch Director $133.30 426-4F Communications Unit Leader $133.30 426-4F Medical Unit Leader $133.30 426-4F Food Unit Leader $133.30 426-4F Supply Unit Leader $133.30 426-4F Facilities Unit Leader $133.30 426-4F Ground Support Unit Leader $133.30 426-4F Ordering Manager $133.30 426-4F Receiving&Distribution Manager $133.30 426-4F Security Manager $133.30 426-4F Camp Manager $133.30 426-4F Base Manager $133.30 426-4F Ground Support Unit Leader $133.30 426-4F Vessel Support Unit Leader $133.30 426-4F Equipment Manager $133.30 FINANCE/ADMINISTRATION SECTION 426-4F Finance/Admin Section Chief $148.11 426-4F Time Unit Leader $133.30 426-4F Cost Unit Leader $133.30 426-4F Procurement Unit Leader $133.30 426-4F Personnel Time Recorder $133.30 426-4F Resource Support Team Leader $133.30 426-4F Energy Team Coordinator(Generator) $133.30 426-4F Transportation Coordinator $133.30 426-4F Public Works Coordinator(Pumps&Light Tower) $133.30 426-4F Equipment Time Recorder $133.30 Contract No. GS-07F-0403X 16 Modification P0-0012,dated March 23,2016 Page 17 of 19 * I?JR The Emergency Response Company SIN Product Description GSA Price Hourly Rate SCHEDULE J LSA PROJECT PERSONNEL SUPPORT: LSA POD Personnel 426-4F Incident Management Team Leader $148.11 426-4F Project/Operations Manager $133.30 426-4F Project/Operations Task Leader $123.43 426-4F Hazardous Material Technical Specialist $117.25 426-4F Waste Management Specialist $117.25 426-4F POD Team Leader $117.25 426-4F Project Administrator $74.06 426-4F Project Supervisor $133.30 426-4F Warehouse Supervisor $117.25 426-4F Project Field Clerk $49.37 426-4F LSA,Warehouse and General Labor(Non Union) $59.24 426-4F Resource Supervisor $117.25 426-4F Resource Technician $117.25 426-4F GIS Data Liaison $133.30 426-4F Resource/Equipment Operator(Includes Forklift Operator(Non $117.25 Union) 426-4F Electrician $117.25 426-4F Security $78.99 426-4F Per Diem CONUS 426-4F Personal Airfare LSA PROJECT PERSONNEL SUPPORT NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;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 50 miles from employee's normally assigned Gamer office. Charges are due and payable in the amount invoiced. Invoicing typically occurs on a weekly basis. Contract No. GS-07F-0403X I7 Modification P0-0012,dated March 23,2016 Page 18 of 19 Ali-GARNER The Emergency Response Company SIN LSA SUPPORT EQUIPMENT GSA Price Weekly Rate 426-4F Mobile Command Post w/communications $12,342.57 426-4F Response Vehicle (Per Vehicle) $1,123.17 426-4F 4-Wheelers(i.e.,Rhino) $1,351.51 426-4F LSA Orbitrax Trailer $9,874.06 426-4F Orbitrax $108.12 426-4F Orbitrax Per Messaging $0.27 426-4F Orbitrax Report $108.12 LSA SUPPORT EQUIPMENT NOTES Minimum One(1)Week Operation Phase Duration excluding Mob/Demob.3 Days constitutes a week on equipment;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 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. 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 18 Modification PO-0012,dated March 23,2016 Page 19 of 19 Attachment C: Insurance Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance 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 endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 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) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this not domiciled in Texas) Exhibit. Employers Liability $500,000/$500,000/$500,000 3. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 B. ADDITIONAL REQUIREMENTS 1. 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 statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. 2. 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. 3. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit 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 4. 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, and volunteers, as additional insureds by endorsement with regard to operations, completed 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; • 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, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. Page 2 of 3 5. Within five (5) calendar days of a cancellation, non-renewal, material change or termination 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. 6. 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. 7. 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 contract. 8. 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 contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2017 Insurance Requirements Purchasing Disaster Emergency Services and Equipment Rental 10/27/2017 sw Risk Management Revised 11/03/2017 Page 3 of 3 ATTACHMENT D: WARRANTY REQUIREMENTS Section 8. is null for this Service Agreement. Page 1 of 1