R-2019-0107 - 2/14/2019 RESOLUTION NO. R-2019-0107
WHEREAS, the City of Round Rock ("City") desires to purchase public safety equipment
needed to support City operations, and related services; and
WHEREAS, City is a participating public agency in U.S. Communities Govemment
Purchasing Alliance,a cooperative purchasing program; and
WHEREAS, the City desires to purchase certain goods and related services from Safeware,
Inc. through U.S. Communities Cooperative Contract No.4400008468,Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Public Safety Equipment with Safeware, Inc., a copy of said Agreement
being attached hereto as Exhibit"A"and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551,Texas Government Code,as amended.
RESOLVED this 14th day of February, 2019.
CRAI0ORGMbd,Mayor
City of Round Rock,Texas
ATTEST:
SARA L. WHITE, City Clerk
" onz.Woiao.mn
EXHIBIT
A„
t
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF
PUBLIC SAFETY EQUIPMENT
WITH
SAFEWARE,INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement is for the purchase of public safety equipment and related services, and
Lis £erred to herein as the " ment." This Agreement is made and entered into on this the
'S r day of the month of�, 2019, by and between the CITY OF ROUND ROCK,
TEXAS, a home-mle municipality wh se offices are located at 221 East Main Street, Round
Rock, Texas 78664, referred to herein as the "City," and SAFEWARE, INC., whose offices are
located at 4403 Forbes Boulevard, Lanham, Maryland 20706, referred to herein as "Vendor."
This Agreement supersedes and replaces any previous agreement between the named parties,
whether oral or written,and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to purchase public safety equipment needed to support City
operations,and City desires to obtain said goods from Vendor, and
WHEREAS, City is a participating public agency in US Communities Government
Purchasing Alliance,a cooperative purchasing program; and
WHEREAS, City desires to purchase certain goods and related services from Vendor
through US Communities Cooperative Contract No. 4400008468, attached as Exhibit "A" and
incorporated herein for all purposes;and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights,duties,and obligations;
NOW,THEREFORE,WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration,the receipt and sufficiency of which are hereby acknowledged,the parties
mutually agree as follows:
UX]5375x1
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to obtain specified goods and Vendor is obligated to provide specified goods. This
Agreement includes any exhibits, addenda,andior amendments thereto.
B. City means the City of Round Rock,Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Goods mean the specified supplies,materials,commodities, or equipment.
E. Vendor means SafeWare, Inc.,or any successors or assigns.
2.0 EFFECTIVE DATE; INITIAL TERM; ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein,or until terminated or extended as provided herein.
B. This Agreement shall expire on September 30,2023.
3.0 SCOPE OF WORK
A. The goods and related services which are the subject matter of this Agreement arc
described generally in the attached Exhibit"A."
B. This Agreement shall evidence the entire understanding and agreement between
the parties and shall supersede any prior proposals,correspondence or discussions.
C. Vendor shall satisfactorily provide all deliverables and services described in
Exhibit"A"within the contract term specified. A change in the Scope of Services or any term of
this Agreement, including bonding requirements,must be negotiated and agreed to in all relevant
details,and must be embodied in a valid Supplemental Agreement as described herein.
4.0 COSTS
A. City agrees to pay for goods and related services during the term of this
Agreement at the pricing set forth in Exhibit"A."
B. The City shall is authorized to pay the Services Provider an amount not-to-
exceed Fifty-Five Thousand and No/100 Dollars ($55,000.00) per year for a total not-to-
exceed amount of Two Hundred Seventy-Five Thousand and No/100 Dollars ($275,000.00)
for the term of this Agreement.
5.0 INVOICES
All invoices shall include, at a minimum,the following information:
1. Name and address of Vendor;
2. Purchase Order Number;
3. Description and quantity of items received;and
4. Delivery dates.
6.0 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then-current fiscal year.
7.0 PROMPT PAYMENT POLICY
Prompt Payment Act. In accordance with Chapter 2251, V.T.C.A., Texas Government
Code,any payment to be made by City to Vendor will be made within thirty(30)days of the date
City receives goods under this Agreement, the date the performance of the services under this
Agreement am completed, or the date City receives a correct invoice for the goods or services,
whichever is later. Vendor may charge interest on an overdue payment at the"rate in effect" on
September 1 of the fiscal year in which the payment becomes overdue, in accordance with
V.T.C.A.,Texas Government Code, Section 2251.025(6). This Prompt Payment Policy does not
apply to payments made by City in the event:
1. There is a bona fide dispute between City and Vendor, a contractor,
subcontractor, or supplier about the goods delivered or the service performed that
cause the payment to be late;or
2. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
3. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds;or
4. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
3
8.0 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition,Vendor maybe subject to penalties stated in Title 8 of the Texas Penal Code.
9.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
10.0 INSURANCE
Vendor shall meet all City of Round Rock insurance requirements set forth at:
ht[ :t'www.rouodrocktcxas, ov'wrcmrtcntiu Ioads2014'12/torr insurance07.20112. dF.
11.0 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Chief Allen Banks
Police Department
2701 North Mays Street
Round Rock, TX 78665
(512)255-8877
aba nksfioround rocktcsas.eov
12.0 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City acquiring the
specified goods elsewhere.
Vendor shall be declared in default of this Agreement if it does any of the following and
fails to cure the issue within thirty(30)days of receipt of written notice:
A. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
B. Becomes insolvent or seeks relief under the bankruptcy laws of the United States,
and is unable to perform its material obligations under the Agreement.
4
13.0 TERMINATION AND SUSPENSION
A. In the event of any uncured default by either parry, the non-defaulting party has
the right to terminate the affected portions of this Agreement for cause, upon ten (10) days'
written notice to the defaulting party following the cure period.
B. In the event City terminates under this section, the following shall apply: Upon
the effective date of the termination, Vendor shall discontinue performance of the affected
Services and will schedule the removal of the affected Equipment. The City will be responsible
only for amounts due and owing for the terminated affected Services and affected Equipment up
through the date of termination.
14.0 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws,the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards,bureaus and agencies.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program(SWMP)and an Illicit Discharge Ordinance, Sections 14-139 through 14-
152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal
Separate Storm Sewer System(MS4)and to be in compliance with the requirements of the Texas
Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination
System (TPDES). The Vendor agrees to perform all operations on City-owned facilities in
compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into
the MS4. The Vendor agrees to comply with of the City's stornwater control measures, good
housekeeping practices and any facility specific stotmwater management operating procedures
specific to a certain City facility. In addition, the Vendor agrees to comply with any applicable
TCEQ Total Maximum Daily Load(TMDL) Requirements and/or I-Plan requirements.
C. In accordance with Chapter 2270,Texas Government Code,a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1)does not boycott Israel;and(2)will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott
Israel during the term of this Agreement.
15.0 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
5
16.0 NOTICES
A. All notices and other communications in connection with this Agreement shall be
in writing and shall be considered given as follows:
I. When delivered personally to recipient's address as stated in this Agreement;or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
SafeWare,Inc.
4403 Forbes Boulevard
Lanham,Maryland 20706
Notice to City:
City Manager Stephan L. Sheets,City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock,TX 78664
B. Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
17.0 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either parry with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and constmed in accordance with the laws and court decisions of the State of Texas.
18.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing.
19.0 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14)or any applicable state arbitration statute.
6
20.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be constmed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
21.0 MISCELLANEOUS PROVISIONS
A. Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
B. Time is of the Essence. The parties agree that, from time to time, certain unique
transactions may have special requirements relative to timing and, accordingly, the parties will
identify those transactions and exercise best efforts to accomplish those transactions within the
stated timeframe. Other timing requirements will be met in a commercially reasonable manner.
Where damage is caused to City due to Vendor's failure to perform in the special timing
requirement circumstances, and subject to the Limitation of Liability provision in the Exhibit
"A" (SSA), City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
C. Binding Agreement. This Agreement shall extend to and be binding upon and
inure to the benefit of the parries' respective heirs, executors, administrators, successors and
assigns.
D. Multiple Counterparts. This Agreement may be executed in multiple
counterparts, any one of which shall be considered an original of this document; and all of
which,when taken together, shall constitute one and the same instrument.
[Signatures on the following page.]
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
SafeWare,Inc.
By:
Printed N ne: t
Title: Vr
Date Signed:
City of Round Rock,Texas
By: — —
Printed Name:
Title:
Date Signed:
For City,Attest:
By:
Sara L. White,City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets,City Attorney
8
Exhibit "A"
County of Fairfax , Virginia
rq�n
Date: JUN — 7 2018
CONTRACT TITLE: Public Safety and Emergency Preparedness Equipment
and Related Services
RFx NUMBER'. RFP2000002547
CONTRACT NUMBERS: 4400008468—Safeware, Inc.
4400008495—Mallory Safety and Supply LLC.
NIGP CODES: 34020, 34054, 34072,34080, 34087, 34540, 34574,
6800&6806& 08067. 99029
CONTRACT PERIOD October 1, 2018 through September 30, 2023
RENEWALS Five (5)One-Year Options
(or a combination of the years)
SUPERSEDES COM RACTS: 4400001839(Safeware, Inc.);
4400001840(Mallory Safety and Supply LLC.)
CONTRACTOR. SUPPLIER CODE:
Safeware, Inc. 10DO011775
4403 Forbes Blvd
Lanham, MD 20706
Contact: Rick Bond, Vice President of Sales
Phone: 301-542-3258
E-mail: rbond@safeareinc.com
For ordering, go to www.safewareinc.com
Mallory Safety and Supply, LLC 1000017276
1040 Industrial Way
Longview.WA 98632
Contact! Allison Windsor, Directorof Government Sales
Phone: 818.644-9484
E-mail. a111son.vendsorftmallorvoo com
Departmeat of Procurement&Material Mauagea t
12000 Govrnimcm Vcnter Parkway,Suite 427
Fairfax.VA 22035-0013
Website wu�",ckl.dpn1"1
Phone(703)124-3201. ITY: 1.800.8211-1140,Pax:(70 31 324-3228
Notice of Award Exhibit "A"
4400008468(Safeware)
4400008495(Mallory)
Page 2
DELIVER . NIA
TERMS: Net 30 Days
FOB: Destination
PRICES: See Attached Pricing Schedule
DPSM CONTACT: Jamie Pun,VCO, CPPB, Contract Specialist II
Telephone: 703-324-3653
Fax: 703-324-3228
E-mail: Jamie.Pun@fairfaxcounty.gov
ORDERING INSTRUCTIONS:
Any county department may enter into FOCUS (Fairfax County Unified Systems)a shopping
can indicating the item/service required, the quantity, the payment terms and the delivery
date. The shopping cart must be annotated with the contract number. Requests exceeding
the small purchase threshold ($10K) will be routed to DPMM and a purchase order will be
executed.
'tee'
Jamie Pun, VCO. CPPB
Contract Special sl II
DISTRIBUTION,
Finance—Accounts Payablele Contractor-rbond@safeareinc.com
FRD—Jason Stanleyle Contract Specialist—J. Pun
FCPD—Mike Estellele ACS, Team 1 —J.Waysome•Tomlin
FCPO—Kerene Gordonfe
DPSC—Robert Tumerle
DPWES, Noman Control Pollution Plant—Cliff Davisle
Sheriffs Office—Kevin Burnsle
COG—Rick Konrad(rkonr d mwcoc.or gmwcog.org)
U.S. Communities—Alexis Tumor(aturner(o.uscommunities.orc)
Notice of Award Exhibit "A"
4400006468(Safeware)
4400008495(Mallory)
Page 3
% DtscouM from
Description 8afewara 8
Personal Protective Equipment(PPE) 41%
Explostve Device MBigation and Remediation Egtipment Mallo 41%st Plies
Environmental Monitoring 41%
CBRNE Search&Rescue Equipment 41%
Interoperable Communications Equipment i 41%
Detection Equipment 41%
Decontamination Equipment 41%
Hazardous Materials Storage 41%
Spill Control and Containment 41%
Physical Security Enhancement Equipment
41%
Fire and Emergency Response 41%
-.Traffic Safety -- _ _. . ... 41%
Facility Safety and Maintenance 41%
Fall protection and Confined Space 41%
1 Modtcal and First Aid Supplies 41%
CBRNE Reference Materials q1q;
-- - 1
Automated External Defibrillators (AEOS) 41%
AmmunitionlLess than Lethal Munitions 41%
Civil Disturbance Gear 41%
Dive Gear/Underwater Recovery/Water Safety 41%
Police Fleet Management Products 41%
Law Enforcement Software 41%
Public Safety Aviation- Helicopters 41%
Notice of Award Exhibit "A"
4400008488(Safeware)
4400008495(Mallory)
Page 4
°h rn
Discount from
Description Safaware 8
. _ -- _ _ I Mallorys.List Price
Public Safety Uniforms . 41%
Vehicles
41%
—_
Trainers and Training Equipment 410
'...... Vending Solutions 41%
Related Ser%dcos 41%
Other Non-listed Public Safety, Law Enforcement and
j Fire Equipment 41%
The attached technical service, rental and training price lists are added and Contractor agrees
that the pricing is the maximum rate and/or pricing allowed under this contract. In addition,
pricing may be negotiated to a lower rate and/or price.
Safeware-Mallory Technical Services Rates Con tract 4400008466
Contract 4400008495
SerYca irye gecipelm Banti Ikkt Prse Ostuni USE Priv glf
Posichek Bench Test for the following
Flow Testing Manufacturer's;Avon,Draeger,MSA,Scott Repairs&Batteries Not Included,Onsite $ 65-00 10% 7 S 56.50 ea
&Survivair Service fees may apply
Flow Testin •In[ Posichek 3 Bench Test for the following Repairs&Batteries Not lnduded,Onsite
ersplro $
g Manufacturer's; Interspeo Service fees may apply 95.00 10% 5 35501 ea
Hydrostatic Testing Pfessuretesdn u to4500 sLindudes j Excludes refill; Pick-up and delivery fees S 27.00 10% ', S 24.30) ea
'devalwng &o-ring replacement ' mayapply
Hazmst shipping fees apoly to refilled
Cylinder Refill 4500 psi Breathable air cylinders up to 4500 psi 1 cylinders,Pick-up&delivery fees may $ 800 10% S 7.20 ea
_ apply
DOT Hydrostatic Testing Hydrostatic testing GOOO Ib Hydro Testing S 75.00_ 10% S 67.50 ea
Hatmat sh pping fees apply to refilled
Cylinder Refill 6000 ps, Breathable air cylinders up to 6000 psi cylinders,Pick-up&delivery fees may 5 32.00 10% I S 28.80 ea m
apply X
Comprehensive maintenance service as Operational evaluatlon,Pans&labor for Q
Compressor Service 1&50 50hr preventative maintenance, (1)ea.Air .--r
Maintenance per manufactures recommendations to (sample,calibration&cerOflcatbn service $ 2'47000 10% S 7223.00_ ea -
Include-8a.
r,Baq Eag:e&Scott models Additional repair fees not included D
-- Operational evaluations performed- —_ -
quarterly,Parts&labor for 50hr
Comprehensive maintenance service as
Compressor Service 4&50 preventative maintenance, (4)ea.Air
Maintenance per manufactures recommendations to samples.calibration&certi0wtions S 3,895.00 10% S 3,505.50 ea
include:Bauer,Eagle&Scott models i
serv•ce.Additional repair fees not I '..
included.
',. Operational evaluations performed i
Comprehensive maintenance service as monthly,Pans&labor for 50hr
Compressor Service 12&50 preventative maintenance,(4)ea.Air
Maintenance Per manufactures recommendations to S 5,415.00. 10% $ 4,873.50 ea
include:Bauer,Eagle&Scott nuddek samples, calibration&certifications
service. Additional epair fees not
_.... �..... ..... included.
_... F. Air Sample Draw I $ 285.001 10% ' $ 2 ea
Air Sample Breathable Air Testln Grade O Air Quality - - L—
i
I of 3 vva u
Safeware-Mallory Technical Services Rates Contract 4400008468
Contract 4400008495
Scars Trye Ooeyaai 0rreir Fet lines alrwimt USC Pros Bit
Fit Testing,qualitative Respiratory Manual Rl test service:8itrcx Per Mask $ 45.00 10% $ 40.50 ea
Fit Testing,Quantitative Respiratory Computer aided Rt test servico Per Mask 5 45.00 10% $ 40.501 ca
Mask Cleaning Cleaning&dlsinfectingoffacamask only Replacement parts not included $ 5000 10% $� 45 OD ea
SOBA CleaningClean,disnfect&inspection service -.....__-_.
I Replacement parts not included $ 95.00 to% 5 85.50as
_
includes Case
_._ _
— _
Fue_H_ Testing
Pressure Testing pike per linear foot up to 4•hose $ 0.951 109 $ 0.86 LF
Fire Hose
—tall' Noak&appliance repair Call for Quote ( $ ca
Fire Hose Coupling Repair Hose recouping Call for Quote $ - ea
Breather Box Art Systems ereather Box service: (1)each Air sample certification&
Calibration service 5 35000 10% $ 315.00 ea
_ Fpn[tion toss -
--� A Letterof decontamination cern on X- ?
Level A Suit Testing Pressure testing with annual certification must be attachedto each suit priorto $ 105.00 10%
$ 94.50 ea
service
Evaluation ISI Evaluation Fee for Gas Detection service Fee is waived If new instrument Is p
_ only-refused repair pwchased through 5aleware $ 7500 10% $ 67.50 ea D
Portable Gas Detection service to include j price based on standartld smix
Calibration Service - preventativemalntenance,calibration& ,Repair
_ jsoftwareu parts&labor not included $ 95.00 10% $ 85,50, ea
.__.._—.. pilrxdes
Preventative Maintenance,calibration& Price per sensor site;Onsite Service Fee
Fired System Gas Detection wB apply to this service,Repair parts& $ ea
software upgrade
labor not Included;Call for Quote
Emergency Sheller Clean ng' Clean&d'ninfM;less then 350 sq foot pick Lis&delivery fees not Included $ 670.00 30% 5 603.01 ea
Small depbymen[area _
Emergency 5herter Cleaning Clean&disinfect,351 to 499 sq foot r.. i
Medium deployment area Pick cp&delivery fees not included $ 95o.00 t0% S 855.01) ea
___ _-
00-
EmerBencyShelterCieaning Clean&disinfect,5area foot depbyment Pwku &delive fe.esnotincluded $ 1.37D 00 10%
Large '� area p ry $ 1,053.00 ea
_ -._. _ _ ._. _L___ ,
Flxed Fall protection Design,Install$trainingservice far VII(prqup[e
Systems Hodtontal ttieline/fixed system j_ 5 - ea
S 013
Safeware-Mallory Technical Services Rates Contract 4400008468
Contract 4400008495
ServiPe ifta 9ntrlplma OnPte Lii Prien I Obmmt DSOPrm I Ory
Labor Hourly Technician rate Price per hour;billed In IS minute
-- ----- S 95.00 SO% $ 85.50 ea
increments
Service is dependent upon part and
Rush Charge Expedited re
B p pair service;per unit fee fechoitian availability. This charge is in I $ 100.0010% '. $ 90.00 ea
acicition to otner applicable fees M
_ Ptck uplDClivdry Fee _ Per Occurrence_Fee Call for Availability _ ___$ 150.00�_ 20% 135.00 ea X
zy-
On-Site Service Oady Rate Customer sale; per occurrence Travel&accommodation fees not $ 650.E{ 30% $ 585.00 ea
included.Please Call for availability__ 1S
—_ _
Atter Hour Response After standard business hours' Emergency i Thisclwrge is in addition to other .--.
_ Hourly Response Fee j applicable fees 5 1)500 10% I $ 112.50. ea D
1 —_
Travel Rafe Hourly Travel Rate Pbce per ,hour,per technician 5 . 95.001 lo% � $ 85.50 ea o
Trawl/Lodging Lo - --- —'
-._ Lodging Fee Per night/Per technician $ 20010% $ 180.00 ea
Mileage Charge ( Per Mak over 60 mile radius from 5ervice S 0.62 30% I.$... 056 ea
TRAVEL MILEAGE �—
_. Center � ,
PLEASE NOTE THAT ALL SERVICES MAY NOT BE AVAILABLE IN ALL LOCATION$. ONSFTE SERVICE FEES MAY APPLY TO SERVICES LISTED. CONTACT
YOUR LOCAL SERVICE CENTER FOR DETAILS.
Standard or Eapedned Shlppma carts are not nduded. Syme material may require hPrardous mutpnal shlppnp,. Other rental equipment avaid6le,call(er informatbn
anti
Mom
Exhibit "A"
Safeware Maanry Public Saftlyara[Wetgenry Preparedress FDslpment a Gd Relaledservitea
Related Senates&,raining Price List Contract 440DOODS468
Contract 440DD008495
28.TRAINERS AND TRAINING EgUIPMENT
Training E4u pment-41%air ttst Poco
Training Classes-10%df List Price-see be'ow
30.RELATED SERVICES
classron.0,0"'he Training Published Price Di'Count USC Price
Half Day $ 975.00 10% $ 877.50
Full Day 1,501 30% $ 1,350.OD
Travel Rano Half Day _ 5 48750 30% S 43975
Tavel Rate Full Day $ 75000 10% $ 675-0
SET Public Order Training- 788,89 LOSS S 710.00
'SF.T Public Order Training• Foundation Course for Public Order&Crowd Management Policing
(Basic/Intermediate)4 day class.Price perstudent,minimum cr 32 students per class.
Training Classes:
• a.•r.y tvorkA,M a+atln'm• Hanr40us".tate[a I A.'.nr:lessinJrlanc
• eaUs"'ty n•F[fYFrl
• Hkod41oe Pitbepae; • naa.rrAous tdxlnal<On=m•irn+e tnx+anPwcr
• xuckel Trurk SMty Tram finita i and mN[therl
• :halnsaw s.dety • 141ratdoM Malm:ais 74 Hour emiript(imval
• LWI ned Spate Entri Aaarr•ne a andreneo,Ti
•
Cleat,-1 Shall Emry Orn•,n:an, • Harardarrl Waste Manapeme.d fniwl a1w
• Catnded spate Rewe mfrell"'J
• Clartr,Hon,w Leas • XU+kra Lnnservaaon
• [ran!larell Awmay:as: • N R''Vanayo Fienrieal Safra,
• ONen1lee Dnee (National sare•.,i Duna➢ • -lasts 3 C—,hcad Li anes
Cen,fK.V nr • bbSafaty Alllvsls/lab Ha:aru Analysts
• O!vel9ePK FircMe.Safety Avt+an Teams • laddersafety
• leyourCnn0'YWnaOettwn • Isad Sif!ty
• Ele[trical safe'ilo Praetl[P_t • IuHMV`ggaDaUl rlettr ral Safety laulharired,
• CnQ'p-(y AfI.'Plans aNMM.'am"rl
• rsaruanon PUas mat walk • Law Lnfoaennrnt Pub',a Ore.Civil Unrest
• DeOnOmia Hand ASscxsment • I aw PPbkt Olde,Conan..end
• ruahlishlna a sahAy A Health bundatnm rourte
• raL P.etc[uon Awmencv • Ma Wee Dxnrdmp
• GI'Prol=lion COriaelvnt Persar • IAateNltla,eRna
• freVre eminn A tw.tol.r • Mots le Cranesg Rixginl'.
Euoem>
• Fint AWCPa Orn(IJandtal S:drty(eun[d • JSlIA1E
CErtdmrH.n • DSII-10 h..,tienerd Im!o,rry
• Pinseer UeM o,to.(Naoanal%.let,(ouxd • (r)HA 10-hm-Ccrmu[brn
Ca"ILWW'+ • OSHA iaAam General lndu.ey
• Falklift OPb'eter(rnduonal,'warzymuael • OSHA 3LLhou Cnnstn,.'.
• Fa41i4 l ran the Trainer • OSHA.Uvervievr lw HR Manager,
• Haxd B PW.lUhe PsIrr tools • nsHA RetafdkeePi..;F........am,
• Ilamrd(ammzni�mion,ralgM to Fnnw • Dv'rYald Crane Out"'.,
• Nda:Yd PHalcal PlanlMoa Equ p,rvn,
1
Exhibit "A"
Sateware-Mallory PublicSafety and Iinsrgency P-pe'edn«5stquipment and Related Servces
Related Services Is Training Price Ler
Contrast 4400fg846B
• hewer Tool Selq'i • S:aflald l/ver
• FK Raeard 4ne5rmeN. • 5aanld tem�21({Penes
• Re,Pi'ator Ff Tearer tnnrn • Sh 19116 and Riggin,
• RrIpwatm I h otwaan ♦ SPORelconae lean Traloma
• Rea rmuy Protectlnn Pagan.stlminrsbatn' • Tag ?Wine Palhodem
• S#e Int to • Tren'hin6g cwcav:rt6-in Conyetint Pnsm
• S.11etl On,' lUlien Pmgrama • 'work Zone Safel S+
Y rmvizor
Training anises Terms:
Maximum quantity of student varies with course.
Customized classes available.
Rask Training material included.
Additional equipment may be required and is not included In the rates.
Travel and Accommodations not included.
Haff-day minimum.
Training facilities provided by customer.
Some courses may require multiple days.
2