Contract - Safeware, Inc. - 2/14/2019 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
is referred to herein as the "Agreement." This Agreement is made and entered into on this the
14*day of the month of , 2019, by and between the CITY OF ROUND ROCK,
TEXAS, a home-rule 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:
00415375/ss2
tz-24(q ,oIo�- 1
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, and/or 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 are
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.
2
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 are 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(b). 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 may be 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:
http://www.roundrocktexas.j4ov/wp-contegL/uploads/2014/12/corr insurance 07.20112.pdf.
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
abanks@roundrocktexas.gov
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 stormwater control measures, good
housekeeping practices and any facility specific stormwater 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:
1. 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 party 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 construed 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 construed 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 parties' 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:
0�
Printed Na e: J. I (�
Title:
Date Signed:
City of Round ck,Texas
By: _ YIN
Printed Name: MAV
Title: ZA
Date Signed:
For City,Attest:
By: k`.AWL
Sara L. White, City Clerk
For City, roved as to orm:
A 11
By:
Step an . Sheets, City Attorney
8
Exhibit "A"
County of Fairfax , Virginia
SVIA44
Date: JUN _ 7 2018
CONTRACT TITLE: Pubfic Safety and Emergency Preparedness Equipment
and Related Services
RFx NUMBER: RFP2000002547
CONTRACT NUMBERS: 4400008#68—Safeware, Inc.
4400008405— Mallory Safety and Supply LLC.
NIGP CODES: 34020, 34054, 34072, 34080, 34087, 34540, 34574,
68008, 68068, 680670 89029
CONTRACT PERIOD: October 1, 2018 through September 30, 2023
RENEWALS: Five (5)Orae-Year Options
(or a combination of the years)
SUPERSEDES CONTRACTS: 4400001839 (Safeware, Inc.);
4400001840 (Mallory,Safety and Supply LLC.)
CONTRACTOR: SUPPLIER CODE:
Safeware, Inc. 1000011775
4403 Forbes Blvd
Lanham, MD 20706
Contact: Rick Bond, Vice President of Sales
Phone: 301-542-3268
E-mail: rbond@safeareinc.com
For ordering, go to m4w.safewareinc.com
Mallory Safety and Supply, LLC 10000/7276
1040 Industrial Way
Longview, WA 98632
Contact: Allison Windsor, Director of Government Sales
Phone: 818-644-9484
E-mail: allison,windsor(abmalloryco.com
i
Department of Procurement&Material-Management
1200,7 Govemment Ccntcr Parkway,Suite 427
Faiffax,VA 220.35-0013
Website: u^a %-.FairE'a.Kcountv.e % d�?�im i
Phone(703)324-3201. 171Y: 1-800-928-1140,]Fax; (703)321-3228
r
Notice of Award Exhibit "A"
4400008458 (Safeware)
4400008495 (Mallory)
Page 2
DELIVERY: NIA
TERMS: Net 30 Days
FOB: Destination
PRICES: See Attached Pricing Schedule
DPSIVI CONTACT: Jamie Pun, VCO, CPPB, Contract Specialist [l
Telephone: 703-324-3653
Fax: 703-324.3228
E-mail: Jamie.Pun@fairfoxcounty.gov
ORDERING INSTRUCTIONS:
Any county department may enter into FOCUS (Fairfax County Unified Systems) a shopping
cart indicating the itemiservice 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) wili be routed to bPMM and a purchase order will be
executed.
Jamie Pun, VCO, CPPB
Contract Specialist U
4
I
i
f
1
DISTRIBUTION: i
Finance—Accounts Payablele Contractor-rbond@safeareinc.com
FRD--Jason Stanleyle Contract Specialist—J. Run
FCPD®-Mike Estellele ACS,Team I —J. Waysorne-Torre in
FGPD— Kerene Gordonle
DPSC—Robert Turnerle +
DPWES, Noman Control Pollution Plant—Cliff Davisle i
Sheriff's Office Kevin Burnste
COG—Rick Konrad (rkonradQmwcog.orQ0mwcog.oro)
U.S. Communities—Alexis Turner(aturnerpuscommunities;Q
I
i
i
i
1
I
1
Notice of Award Exhibit "A"
4400008458(Safeware)
4400008495(Mallory)
Page 3
% -1sc�unt frpm
6��Ption afetniar
M illo 's List Prase
Personal Protective Equipment(PPE) 41%
Explosive Device Mitigation and Remediation Equipment 41%
Environmental Monitoring 41%
CERNE Search & Rescue Equipment 41%
Interoperable Communications Equipment 41%
Detection Equipment 41%
Decontamination Equipment 41 /0
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 `0
Medical and First Aid Supplies 41%
CBRNE Reference Materials 41%
Automated External Defbrllators (AEDs) 41%
AmmunitionlLess than Lethal Munitions 411/10 j
Civil Disturbance Gear 41¢x, �
Dive Gear/Underwaler Recovery/Water Safety € 41%
Police Fleet Management Products 41%
i
Lawn Enforcement Software 41%
I
Public Safety Aviation— Helicopters 41%
I
f
r
Notice of Award Exhibit "A"
4400008498 (Safeware)
4400008495 (Mallory)
Page 4
%.Discount€ratvi
Iesriptionifewar .
Mal(6 's List PJi e
Public Safety Uniforms 41%
Vehicles 41%
Trainers and Training Equipment 419
Vending Solutions 41%
Deleted Services 41%
Other Non listed Public Safety, Law Enforcement and
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.
i
i
i
r
Safeware-MallooyTechnical 'VIC@ Rates Contract44dlf008469
Contract"00009495
Sertifan Yy� Description Detsiils unit Price Discount USC Price MY
d Posichek Bench Test for the folfawin4 Repairs&Batteries Not included,Onsite
Flow Testing Manufacturers;Avon,Draeger,MSA,Scott service fees may a & $ fls'00 109E 58.50 ea
&Surviyair pp y
Flow Testi ng-I nterspl ro Posichek 3 Bench Test for the fail lowing Repairs&Batteries Not Included,onsite
Manufacturer's; interspiro Service fees may apply $ 95.410 10% $ 85.50 ea
Hydrostatic Testing Pressure testing up to 4500 psi,includes E=xcludes refill; Pick-up and delivery fees
devalving &o-ring replacement may apply 27`00 10% $ 24.30 ea
b
Hazmat shipping fees apply to refilled 6
Cylinder Refill 4500 psi Breathable air cylinders up to 4500 psiI cylinders, Rick-up&delivery tees may $ 8.00 10% $ 7.20� ea
apply
DOT Hydrostatic Testing Hydrostatic testing 600.0 Ib Hydro Testing $ 75.00 141% $ 67.50 ea
Wazmat shipping fees apply to refilled -
Cylinder Refill 6000 psi Breathable air cylinders up to 6000 psi cylinders,Pick-up&delivery fees may $ 32.00 10% $ 28.80 ea m
apply X
Comprehensive maintenance service as Operati®nal evaluatlon,Parts&labor for
Compressor Service 1&SO Mhr pre-tentative maintenance, (1)ea.Air
per manufactures recommendations to sample,Calibration&certification service.
2,470.00 1G% $ 2,223.00 ea
Maintenance
include:Bauer, Eagle&Scott models
Additional repairfees not Included. _
Operational evaluations performed
Comprehensive maintenance service as quarterly,darts&tabor for 50hr
Corepressor Service 4&50 h preventative maintenance,(4)ea.Air
Maintenance
r, per manufactures recommendations to samples,calibration&certifications $ 3,895.00 10% $ 3'505'50 ea
Include:Bauer,Eagle&Scott maclels
service.Additional repair fees not
included.
Operational evaluations performed
Comprehensive maintenance service as monthly,Farts&labor for 50hr
Camp ressor Service 12&50 per manufactures recommendations to Preventative maintenance,(4}ea.Air
Maintenance samples, calibration&certifications $ 5,415.Cb0 1096 $ 4'873.Sfl ea
include:Bauer,Eagle&Scott models service. Additional repairfees not
included. n
Air Sample Breathable Air Testing,Grade D Air Quality Air Sample Draw $ 285.00 10% $ 256.50 ea
i
1 aL`3
3."3�40L&
Sa#eware-Mallory Technical Services Rates Contract
onttra t440000 95
Service Type pescriptian ®hey Unit Prica Discsuot USC prlm
Fit Testing,Qualitative Respiratory Manual fit test service,Bitrex Per Maskf
45,00 Il096 $ 40.50 ea
Fat Testing,Quantitative Respiratory Computer aided fit test service Per Mask � ' $ 45.00 n 10% $ 40.50 ea
Mask Cleaning Cleaning&disinfecting of face mask only � Replacement parts not included $ 50.00 10% $ 45.00 ea r
SCBA Cleaning Clean,disinfect&inspection service
i; _ includes Case Replacement parts not included $ 45.00 10% 85,50 ea
Fire Hose Testing — pressure Testing Price per linear foot up to 4'hose $ 0.55 10% $ 4,86 LF
- --
Fire Hose Repair Nozzle&appliance repair Call for Quote
Fire Nose Coupling Repair Hose recouping Call for Quote r $ - ea
Breather Rot Air Systems Breather Box service. (1)Each Air sample certification& Y w
Function test $ 350.00 P x.096 $ 315.00 ea rn
Calibration service � mm _ X
A Letter of decontamination certification
Level A Suit Testing Pressure testing with annual certification must be attached to each suit prior to $ 105,00 104 $ 94,50 ea
_ service
Evaluation
TE'valuatlon Fee for Gas Detection service Fee is walved if new instrument Is
-refused re air $ 75.00 10% $ 67.50 ea
only- _ p l purchased through Safeware s
Portable Gas Detection service to include
Calibration Service ! preventative maintenance,calibration& Price based on standard 4 gas mix,Repair j
software upgrades
Barts&labor not included $ 95.00 10% $ 85.50 ea
Preventative Maintenance,calibration& Pride per sensor site;Onsite Service Fee I f
Fixed Systema Gas Detection software upgrade will apply to this service, Repair parts& � $ - ea
labor not included;Call for Quote
Emoergerfcy Shelter Cleaning Clean&disinfect,less then 350 sq foot Pick u &del fees not incleided
Small _ deployment area p [very $ (70.40 10a $ 60 .fl0 ea
Emergency Sheller Cleaning Clears&disinfect;551 to 499 sci foot
Pick t fees not included
Medium ; deploVment area p&delivery f $ 950,00 109b I $ 855.00 ea
Emergency Shelter Cleaning[Clean&disinfect,500+sq foot deployment
_ Large area Pick up&&delivery fees not included $ 1,170.001 1G% $ 1,053.00 ea
Fixed Fall Protection Deslgn,install&training service for !
Systems - Horizontal Lifeline/fixed system Call for Quote � $ _ ea
f
2 of 3 Ii
f
Safeware-Mallory .
Technical @ Services Rates Contract 4400008468
Contract 4400013$95 `
I
i
i
i
Service T I
� Qnlpilnn R�teils 9lnitPriee Diacmwt USC Prim Q,tb
Labor Price per hour;balled in 15 minute
Hourly Technician rate I $ 95.00 10?b $ 85.50 ea
increments _
E Service is dependent upon part and
Rush Charge Expedited repairservice;per unit fee I technician availabil}t-y. This charge is in $ 1060.00 io% $ 90.001 ea
addition to other a pllcabre fees m
Pick up/Delivery Fee Per Occurrence Fee Call for Availability � $ 150.00 105 $ 135.00 ea X
On-Site Service-Daily RateCvstorrrer site; per occurrence Tra'v'el&accommodation fees not �
_ included.Please Call for availability_ $ 650.00 10% $ 585.00 ea
Anter Hour Response After standard business hours; Emergency This charge is in addition to®cher
_ Hourly Response Free applicable fees 125.00 10% $ 112.50 ea —
Travel Rate s Hourly Tavel Rat Price per hour,per technician � d $ 95.00 109 $ 15,50 ea
Travel/Lod"ing I Lodging Fee � Per night{Per technician
$ 200.00 10% $ l«0.690feaa
TRAVELMILEAGE Mileage Charge Per Mile over 60 mile radius from Service
Center S 0.52 10% $ 0.56
PLEASE NOTE THAT ALL SERVICES MAY NOT BE AVAILABLE IN ALL LOCATIONS. ONSIITE SERVICE FEES MAY APPLY TO SERVICES LISTED. CONTACT
YOUR LOCAL,SERVICE CENTER FOR DETAILS.
Standard or Expedited Shipping casts are not included. Syne mateaial may require hazardous material shipping, Other rental
equipment availabfe,call for Information
3 o63
3�,r2:llx
i
Exhibit "A"
Safeware-Mallory Public Safety and Emergency PreparadnEss Equipment and Related Services
Related Services&Tr`airting Price List Cffntract 4400DQ08468
Cc n1rigl;4A00-0008g5f
28.TRAINERS AND TRAINING EQUIPMENT
Training Equipment—42%off List Price
Train Ing Classes—10 off List Price—see be16r'J
30.RELATED SERVICES
•■ •
Simlar
fd • �
Iia If Day $ 975.00 100
877.54
Full _Day 5 11500.00 103 S 1,350.00
Travel Rate Half Day $ 487.50 1096 438.75
Travel Rate Full Day $ 750.00 1096 $ 675.00
SET Public Order Training* $ 788.89 10% $ 710.40
*SET Public Order Training-Foundation Cotirse for Public Order&Crowd Management Policing
(Basichntermed'rate)4 day Class. Price per student,minimum of 32 students per class.
Training Classes;
• Aerrof Work/Lift Pfatfnrrns + Hazardous NlateriaPsAwa runess{initial ani:
+ back safety a fresher)
• Woodda;arnt Pathogens • FWOrdous matefials Qparatirnc J 51aUI Responso
• Hucket Truck Safety Team(initial and refresher)
+
Chainsaw Safety * Hazardous A9aterials 24 Hour Feclutician(instlal
• Confined Space Entry Awaiencss and refre:,htr)
• Confined Space Entry Operitfuns • Hazardous Waste Phanagerntint{initial and
+ Confined Space(fescue refreshet)
• Crane$,Hoists&Lifts + Heafing Conservation
• Crane Safety Awareness • High Voltngu F(ectrical Safety
* Defensive Driver(National Safety Council • Hoists&Ove;rhCad Crams
Certification) • Job Safety AnalvsisJJob Hazard Analysis
• Devvelopir%Effective Safety Action Teams • Ladder Safety
• Do Your awn MA Inspection • Ltad Safety
• Electrical Siff Work Practices • Lackout.+7agout Electrical Safety(;Juthurfzed,
• EmergencyActfonPlans effected and:ather)
• Evacuation Plans thtit Work • Law Enforcement Pubiic Ord&Civil Unrest
• Ergonomics Hazard Assessment • Lasa Enforcement Public Order Command
•
Establishing a Safety&Health Committee Forrndatlm Course
• Fall Protedian Awareness • Machine Owirding
• Falf Protection CornpOent Person • Material Handling.
• Fire Prevention&Fire Extinguishcrs • Nt.ohile Cranes&RiRgine
• First Aid CPR ACD(National Safet)'Council • NrPA70E
Certification) • USHA 10-hour General Industry
• Flogger Certification(National Sijis ty Council • OSHA ID-hour Construction
CertMcaticn) • OSHA 30-hour General industry
• Forklift flpieratcr(industrial/warehouse) • OSNA 30-hour Construction
• Forklift Train the Trainer • OSHA Overview for HA Managers
• Iland&Pora�le Powier'lools • OSHA Recordkeeping Requiremenbs
• 1-1,1,nird Com rnunication/Right to Know • Overhead Crane operator s
• Hazard Idientificatlon • PersortiaI Protective Equipment
1 j
l
j
i
i
Exhibit "A"
5afeware-Mallory I ubllc Safety and Emergency Preparedness NuBpment and Related Sen?.ces
i Related Services&Tralnfnp Price List Contract 44000o$463
I
• Power ToolSofety • Scaffold User
F'FC Hazard Assmssrneats • Scaffold Compatent Peron
• WISPirator Fi-Tester Course • Slingng and Rigging
' RL'spiratory Frdtection • Spill[response Team Training
• ROSOr8 M Protectlori Progran7 Administrator • TB&Airbame Pathogens
• SM.e Lifdo g + Trenching&Ewcawition Competent.Person
• Safety Orientation Programs 0
Work Zone Safety Sei per•rlsor
Training Classes Terms:
MaxiMUM quantity of student varies with course.
Customized Classes available.
Basic Training material inclelded.
Additional equipment may be required and is not included in the rates.
Travel and Accommodations not included.
Half-day minimum.
Training facili'tles provided tty customer.
Some courses may require multiple days.
I
l
i
I
i
2 i
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lofl
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place of Certificate Number:
business. 2019-439502
Safeware Inc.
Lanham, MD United States Date Filed:
2 Name of governmental entity or state agency that is a party to e contract for which the form is being 01/09/2019
th
filed.
City of Round Rock Date.Acknowledged:
01/09/2019
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the
services,goods,or other property to be provided under the contract.
4400008468
Purchase of Public Safety Equipment
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party.
x
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of ,20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.28ab6150
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 0f 1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place of Certificate Number:
business. 2019-439502
Safeware Inc.
Lanham, MD United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is being 01/09/2019
filed.
City of Round Rock Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the
services,goods,or other property to be provided under the contract.
4400008468
Purchase of Public Safety Equipment
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party.
X
6 UNSWORN DECLARATION p (�
My name is titiYR� ��c/� POWE/VK® and my date of birth is 's
/Z
My
My address is �¢03 ADW ES B&D MiU980 IUI), C;?0704 VSA-
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct. M
�,i o /
Executed in !�/� �7 $ County, State of / � on the / day of 20 .
(month) (year)
—&4j' v�7
(/7
Signatr of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.28ab6150