R-2023-185 - 6/22/2023RESOLUTION NO. R-2023-185
WHEREAS, the City of Round Rock ("City") has previously entered into a "City of Round
Rock Agreement for Purchase of Public Safety Equipment with Safeware, Inc." ("Agreement") on
February 14, 2019, by Resolution No. 2019-0107; and
WHEREAS, City is a participating public agency in the US Communities Government
Purchasing Alliance, a cooperative purchasing program; and
WHEREAS, City has purchased said goods subject to the Agreement and intends to continue
to purchase said goods through US Communities Cooperative Contract No. 4400008468; and
WHEREAS, City and Safeware, Inc. desire to increase the Contract Amount by an additional
$140,000.00; and
WHEREAS, the City Council desires to enter into Supplemental Agreement No. 1 with
Safeware, Inc., 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 Supplemental
Agreement No. 1 to "City of Round Rock Agreement for Purchase of Public Safety Equipment with
Safeware, Inc.," a copy of same being attached hereto as Exhibit "A" and incorporated herein for all
purposes.
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.
0112.20232;4887-3552-5481
RESOLVED this 22nd day of June, 2023.
ATTEST:
MEAGAN $RINKS, (tity Clerk
EXHIBIT
"All
SUPPLEMENTAL AGREEMENT NO. 1
TO "CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF PUBLIC SAFETY EQUIPMENT
WITH
SAFEWARE, INC."
CITY OF ROUND ROCK §
STATE OF TEXAS §
COUNTY OF TRAVIS §
COUNTY OF WILLIAMSON §
KNOW ALL BY THESE PRESENTS:
THIS SUPPLEMENTAL AGREEMENT NO. 1 to "City of Round Rock Agreement for
Purchase of Public Safety Equipment' called "Supplemental Agreement No. 1," is made by and
between the CITY OF ROUND ROCK, TEXAS, a home -rule municipality, with offices
located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the
"City"), and SAFEWARE, INC., whose offices are located at 4403 Forbes Boulevard, Lanham,
Maryland 20706 (referred to herein as the "Vendor").
WHEREAS, the City and Vendor previously executed the referenced "City of Round
Rock Agreement for Purchase of Public Safety Equipment," hereinafter called the "Agreement'
on February 14, 2019, by Resolution No. 2019-0107; and
WHEREAS, City is a participating public agency in the US Communities Government
Purchasing Alliance, a cooperative purchasing program; and
WHEREAS, City has purchased said goods subject to the Agreement and intends to
continue to purchase said goods through US Communities Cooperative Contract No.
4400008468; and
WHEREAS, the Agreement states that the total amount of costs to be paid to Vendor
shall not exceed $275,000.00 for the term of the Agreement; and
WHEREAS, the parties desire to increase the Contract Amount by an additional
$140,000.00 as set forth herein;
NOW THEREFORE, in consideration of the mutual promises and obligations in the
Agreement and this Supplemental Agreement No. 1, the City and Vendor agree that said
Agreement is amended and supplemented as follows:
4884-151 I-1011/ss2
I.
Section 4.01(b), Costs, is amended to read as follows:
B. The City shall be authorized to pay the Vendor an amount not -to -exceed Four
Hundred Fifteen Thousand and No/100 Dollars (5415,000.00) for the term of this Agreement.
IL
This Supplemental Agreement No. I shall amend the original Agreement only as set forth
herein with no other changes in terms or conditions of the original Agreement.
IN WITNESS WhIEREOF, the City and Vendor have executed this Supplcmcntal
Agreement No. 1 to be effective as of the last date of due execution by both parties.
CITY OF ROUND ROCK, TEXAS
By:
Printed Name:
Title:
Date Signed:
ATTF,ST:
By:
Meagan Spinks, City Clerk
F012 CITY, APPROVED AS 1.0 FORM:
By:
Stephanie L. Sandre, City Attorney
2
SAFEWARE, INC.
By: /
Printed Name: Mary Pelfrey
Title: Vice President
Date Signed: 5/15/2023
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 Government
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 wliicli this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during wNch 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.
Z /#/
CRAI ORG , Mayor
City of Round Kock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112 1902. 00417711
EXHIBIT
„A»
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 r ferred to herein as the " reement." This Agreement is made and entered into on this the
Is � 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
%N HEREAS, 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
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.
5.0 INVOICES
All invoices shall include, at a minimum, the following information:
Name and address of Vendor;
2. Purchase Order Number;
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:
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
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
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.
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:
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
:iK-iiiks((i)rotiiitlrocktcxas.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 party, 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. 'fhe 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 WITII 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 [-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.
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:
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 he 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.
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, 1
By: 'moo
Printed NA,
Title:
Date Signed:
City of Round Rock, Texas
By: — - - -_...------- -
Printed Name: _
Title: _
Date Signcd:
For City, Attest:
By: - ----- --
Sara L. White, City Clerk
For City, Approved as to Form:
By:
Stephan L. Sheets, City Attorney
8
Exhibit "A"
a Y LSf 1
Cuilty of Fairfax, Virginia
GIN
Date JUN - 7 2018
CONTRACT TITLE Public Safety and Emergency Preparedness Equipment
and Related Services
RFx NUMBER PFP2000002547
CONTRACT NUMBERS
NIGP CODES
CONTRACT PERIOD
RENEWALS
SUPERSEDES CON I (ACTS
CONTRACTOR
Safeware, Inc.
4403 Forbes Blvd
Lanham, ti1D 20706
4400008468 — Safeware, Inc
4400008495 — Mallory Safety and Supply LLC.
34020, 34054 34072. 34080, 34087. 34540, 34574
68008.68068.68067 99029
October 1, 2018 through September 30, 2023
Five (5) One Year Options
(or a combinal on of the years)
4400001839 (Safeware, Inc.),
4400001840 (Mallory Safety and Supply LLC )
Contact: Rick Bond, Vice President of Sales
Phone 301.542-3258
E-mail rbond@safeareinc com
For ordering, go to safewareinc com
SUPPLIER CODE,
1000011775
Mallory Safety and Supply. LLC 100001 7276
1040 Industrial Way
Longview, WA 98632
Contact- Allison Windsor Director of Government Sales
Phone 818-644-9484
E-mai allison vi ndsor(&malloryco com
Department of Procurement B Material Management
170M Gu cnimrnt ('enter Patklt^3y, Suite 4277
t-airfa.x. VA _�_1035-0011
N rhsite u u tairfa-enunlLM%. c!hntrft
Phone (701) 324-1201, T-FV: 1.800- 129-114;), Fax: COD 324-3228
I
Notice of Award Exhibit "A"
4400008468 (Safeware)
4400008495 (Mallory)
Page 2
DELIVERY N?A
TERMS Net 30 Days
FOB: Destination
PRICES. See Attached Pricing Schedu e
DPSM CONTACT Jame Pun. VCO, CPPB. Contract Specialist 11
Telephone: 703-324-3653
rax: 703-324-3228
E-mail: Jamie Pun@fairfaxcounty.gov
ORDERING INSTRUCTIQNS
Any county department may enter into FOCUS (Fairfax County Unified Systems) a shopping
cart 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 DPtvIM and a purchase order will be
executed
Jamie Pun, VCO CPP8
Contract Special st II
DISTRIBUTION
Finance - Accounts Payable;e Contractor - rbond@safeareinc com
FRD - Jason Stanley/e Contract Specialist - J. Pun
FCPD - Mike Estellele ACS, Team 1 - J. Waysorrie-Tomlin
FCPD - Kerene Gordorfe
DPSC - Robert Tumerle
DPWES, Noman Control Pollution Plant - Cliff Davis/e
Sheriff's Office - Kev n Burns/e
COG - Rick Konrad (rkonrad(r)mwcog.orc,, -y cog org)
U S. Communities - Alexis Turner (aturner"d)uscommumbes org)
Exhibit "A"
Nobce of Award
4400008468 (Safeware)
4400008495 (Mallory)
Page 3
Discount from
Description
Safeware &
Mallory's List Price
Personal Protective Equipment (PPE)
41% +
Exposive Device Mitigation and Remediation Equipment
41%
Environmental Monitoring
41%
CBRNE Search & Rescue Equipment
41%
Interoperable Communications Equipment
41%
Detection Equipment
41%
Decontamination Equipment
419.0
Hazardous Materials Storage
Spill Control and Containment
_...
410,0
Physical Socurity Enhancement Equ pment
41%
Fire and Emergency Response
41%
Traffic Safety 41%
Facility Safety and Maintenance
41%
Fall protection and Confined Space
41%
Modical and First Aid Supplies
41%
CBRNE Reference Materials
41%
Automated External Defibrillators (AEDs)
41%
Ammunition/Less than Lethal Munitions
io
4 ro
Civ I Disturbance Gear
41 ga
Dive Gear/Underwater Recovery/Water Safety
41%
Police Fleet Management Products
41%
Law Enforcement Software
41%
fPublic Safety Aviation - Helicopters
41%
Notice of Award Exhibit "A"
4400008468 (Safeware)
4400008495 (Mallory)
Page 4
% Discount from
Description Safeware &
Mallory's List Price
Public Safety Uniforms 41%
Vehicles 41
T,a,ners and Training E:qu pment 41%
Vencrng Solutions 41%
Related Services 41%
O her Non -listed Public Safety, Law Enforcement and q1%
Fire Equipment
The attached technical service rental and tra ping price I sts are added and Contractor agrees
thal the pricing 's the maximum rate and'or pncing allowed under this contract In addition,
pricing may be negot,ated to a lower ra'e andlor price
Safeware-Mallory
Technical
Services Rates
Contract44DO008468
Contract 4400009495
Sert.:a Type
Dnsrrptian
DENls
Unit Pr;ct
I Doccurt
LISE Pr.e
Posichek wench Test for the to [owing
Flow Testing
Manufacturer's: Avon, Draeger, MSA, Scott
ftepa rs & Batteries Not Included, Onsite
$ 65.00 lox 5
_
& Surviva u
Service tees may apply
Flow Testing•intcrsplro
Posichek 3 Bencn Test for the following
Repa rs & Batteries Not Included, Onsite
Manufacturer's; Interspiro
Service fees may apply
5 95.00 10% 5
Hydrostatic .
Testing
Pressure testing up to 4500 ps , nc udes
Exc.udes refill; Pick-up and delivery fees
devalving & o-nng replacement
may apply
S 2J.00 10% $
Hazm3t shipping fees apply to refilled
Cylinder Relvi 4500 psi
I Breathable air cylinders up to 4500 psi
cylinders, Pickup & delive►v `ees may
$ $.00 10% 5
apply
DOT Hydrostatic Test.ng
Hydrostatic testing GOOs7 Ib
Hydro Testing
! $ 75.00__ 10% 5
Hazmat sh pping fees apply to refilled
+—
Cytlnder Will 600U ps
Breathabie air cylinders up to 6000 psi
cylinders, Pick up & delivery fees may
$ 32.00 10°% $
apply
C°mprehens ve maintenance service as
Operationai evaluation, Parts & labor for
�om ressor Service I & SO
P
50hr presentative maintenance. (1) ea. Air
Dtt
58.50 Pa
8S. SO ea
24 30 ca
7 20 ea
67.50 ea
28.80 ea
Maintenance per manufactures recommendations to 5 2,470 00 10% S 7,223 00 ea
include Bauer, Eag e & Scott models sample, calibration & certification service
Additional ; epair tees not Included
Operational evaluations performed
.on, ressor Service d g, 50 Comprehensive maintenance Service as quarterly, Darts & labor for 50hr
p preventative maintenance, (4) ea. A r 5 3,895.00 i076 $ 3,505.50 ea
Maintenance Per manufacturesagle & Scott
m de to samples, calibration & certifications
nclude: Bauer, Eagle &Scott mode s
servce. Additional repair fees not
included.
Operational evaluations performed
Comprehensive maintenance service as
monthly, Parts & labor for 50hr
omoressor Service 12 & 50 preventative maintenance , (4) ea. Air
Maintenance
per manufactures recommendations l0 5 5,415.00 10% $ 4,873.50 ea
samples, calibration & certifcabons
nclude: Bauer, Eagle &Scott models
service. Additional -epxr fees not
included.
Air Sample Breathable Air Testing, Grade D Air quality Air Sample Draw $ 28500 10% $ 256.50 ca
Iofi
R
ig
Safeware-Mallory
Technical Services Rates
So: rice Type I Oe tnPt+se Qrtras
Fit Testing, Qualitative Resoiratory Manual fit test service, Bitrex Per Mask
Fit resting, Quantitative Respiratory Computer aided fit test service Per Mask
Contract 4400GO9468
Contract 4400009495
IUna PM I Ciccu-Int I USE Price
S 45.00 107a S 40.50
S 45.00 10% S 4050
Mask Cleaning
Clearing & disinfecting of face mask only
Realacernent parts not included
5
5000
10% $ 4500
SCBA Cleaning
C earl, disinfect & inspection service
includes Case
Replacement arts not included
P
S
45.00
1036 5 85-50
Fire Hose Testing
Pressure Testing
Prlce per linear foot up to 4' hose
S
095
10% S 0.86
Fire Hose Repa r
Nozzle & appliance repair
Call for Quote
$
Fire Hose Coupling Repair
Hose recouping
Call for Quote
5
Breather Apx
A.• Systems areather [lox service?
(1) each Air sample certification 8.
C; n t
5
350.00
10% 5 315.00
fhr
t
u c or tes
Calibration service
A t etter of decontamination certification
Level A Suit —esting
Pressure test,ng with annua- certification
must be attached to each suit prior to
5 105.00 10% 5 9450 ea
service
Eva uation
Eva uation Fee for Gas Detert on service
Fee is waived if new -nstrument is
onlyrefused re a,r
P
purchased through Safeware
5 75.00 I096 $ 67 SO ea
Portable Gas Detection service to include
Calibration Service
preventative maintenance, calibration &
Price based on standard 4 gas mix, Repa r
$ 9500 10% $ 65.50
Software upgrades
Parts & lat�or not included
ea
Preventat;ve Maintenance calibration &
Price per sensor srte; Onsite Service Fee
Fixed System Gas Detect+or
,
software upgrade
will apply to this service, Repair parts &
$ ea
labor not included; Call for Quote
Emergency Shelter Cfean ng
Clean & disinfect; less then 350 sq foot
Small
deployment area
Pick Lp &delivery fees not included
5 670.00 10%5 603.00 ea
Emergency S e'ter Cleaning
Clean & disinfect; 351 to 499 sq foot
......... ..
Medium
dep oyment area
Pick t.p & delivery fees not included
5 950.00 10% 5 855.00 ea
_
Emergency Shelter Cieaning C can & dis nfect, 500; sq foot deplovrnent
Large
area
Pick up & de very fees not ncluded
S 1,17000 10% 5 1,053.00 ea
Fixed Fall Protection
Design, install & training service for
Systems
Horizontal lifeline/fixed system
for Quote
5
ea
2ot3
.0
m
X
a-
Safeware-Mallory Technical Services Rates Contract4400008468
Contract 4400008495
Serve r type Oest rtpicon Bomb Unr Pr= iiccm it LSC Pricy Rty
Labor Hourly Technician rate Price per hour; billed in 15 minute
ea
increments
5 9.i?0 1055 S 85.50
Service is dependent upon part and
Rush Charge Expedited repair service; per anit fee technician availability. This charge is m 5 100.00 10% S 90.00 ea
adc'ti t II
Pick up/Delivery Fee
otner app cable fees
Per Occurrence Fee Call for Availability
$
250.00 10% i S 135.00
ea
m
X
On -Site Service- Oaily Rate
Customer site; per occurrence Travel & accommodation fees not
_
S
00 10% i -�
650.S
?
included. Please Cali for availability
585.00
ea
After Hour Response
After standard business hours- Emergency This charge is in addition to other
._-.
Hourly Response Fee applicable feet
S
125 00 10% $ 112.50
eaD
Travel Rate
I. ---
Hourly Travel Rate Pr ce per hour, per It
5
95.00 , 10% S 85.50
ea '
Travel/ Lodging
odgtng Fee Per night /Per technician
S
200.001 10% S 180.00
ea
TRAVEL MILEAGE
M leage Charge Per Mile over 60 mile radius from Service
S
Center
062 10% S 0.5 G
ea
PLEASE NOTE THAT ALL SERVICES
MAY NOT BE AVAILABLE IN ALL LOCATIONS. ONSITE SERVICE FEES MAY APPLY TO SERVICES LISTED. CONTACT
—_ YOUR LOCAL SERVICE CENTER FOR DETAILS.
Standard or ExpeifrtrA SlNppm6 costs are not nduded. Some material may require hazardous rndtcr ial shippinP ether ienrai equ:prnent avaiable, cait for information
in'e. u
Exhibit "A"
Safeware foa Inri Puhl!c Sale:y aro Cn'ergency Vreparec;rtrsc FQLIpn tint and Related SPrvicei,
Re ated Services & ',a ning Price Last Contract 4400MOR469
28. TRAINERS A♦ O TRAINING EQUIPMENT
Trairtiig Eq,, pment — 41% off I ist P•Ict
Tram ng Classes —1o%off list Price — zee be ova
30. RELATED SERVICES
run flay_ _
Travel Rata Half Day
Travel Rate Full Day
SET Public Order Training"
1,50000
48750
750.00
788.89
1,350.00
_ 43R 75_
675.00
710.00
'SFT Public Order Training • Foundation Course for Pubic Order & Crowd Management Policing
(Basic/Intermediate) 4 day class. Price per student, minimum of 32 students per class
Training Classes:
• Avi a :Work?lift;•:ttfalrrr
• eacksati.t,
• Bloodl,:,r Pathc¢a=
• Bucket Truk 5 fc.%
• :hainsaw Safety
• Cant nFd Space Entrr, Aw. w : 11
• Confrnr9 trace entry U1.1 i .t gint,
• i_Onf l!.4 Soave Hssc_r
• rrrres,Hom,F.l.i!.S
• 1 rave Wety A mc:rt�5d
• f.lclpnsr:e Di ed• (National S.)fP^r i 7uncd
:.en fu:rt un)
• L'e:cbl:iirl; Fireci•ve Sakti h:t an 7oair•.
• .cYour CeoiiO'crl.In;cecW..,
• Oectricll S,ft: *.-.rk Pnctice;
• (M4EfCE6Cy:.:Irc:nPlat•I.
• rvacuanonrlar .tf7at•.`ro k
• rfMvriomcS Hazard Ai,"srrent
• ttahGshin j a S.aRLy 1S Hoaltt. (.on 11•.ttcc
• (31 PrnteCbOa /u.en•nr�y
• r.il Protecton tonlp::n nt P rscr
• F. a 11tever.rinn 6 F-re cis
• Firit Alit ;:Pa a r I (1.1a1•on-.l S.dr:.• Council
l lrtifii .Ib Cnl
• � aitP.cr Lcrut . t; .-, iMa:•nnal S.dnt� caunui
C�rtN•caucr;
• Fc6hit D,:.•t :tc:, r r.dusio.A.'^ it houscl
• FWI,I& I(.alnItic7 amen
• 11ard&W.-W.1:01, ,••:.¢•'e-,I-;
• H-lrarf 1.Cm11_ni-.itlnn' algh( to 1.1'nv.•
• 4.WidIdentifall.;#
1
• Hazaidn1) �.1at@tat :w�.r rro.•„ Iti2l .Luz
..•irest•Fri
• I1:1t.1n1q,S Mat4rl.tltOno air::: , t• p R •:;._n:o
t.:am (itlR a and •n•r, Sher)
• 11.17ar40115 Alatet •, i4 How "ethrij i., (in tj' I
and •ahP;•1tr I
• Haaardcu•. Waste'Aanae•: rr:t rnaa ana
retresl 1 r)
• HearYrdinn;e-va.on
• •1 0 •0011.1gn F cctrlcal S.,'11ty
• iCrsts .•. O•,I rheld Cr a IES
• kb Waly 4. 1-1:s•s1s/t: b -11—W, Ar1.:ram+s
• Iadder Wvtr
• I Cad safati
• I:>r,r�trri3`ouSilrctrral$af_tylrw,t•r:•ft'...
affectc1 and of +cr1
• Law tnfo� rmmnt Pub c Urcrrl ; i:il I rn.,CSt
• 1 aw : f:,1cC1 ont F1 bbc Grdei C:umn . ,d
1•oand-A ,a• `nurse
• Mach I I•Gu.1rd rtt
• Mater at `ta Cfi-N
• +.4:,b IC C •anes IL RihwM;
• CIFPA7QF
• US►IA 10 hou. 02 eidt Lr:u•., v
• OSHA 1C-hnnr CCnStrUCt
• OSHA30•ho,ir Go,a.al ud -i v
• OSHA3U-tiaul;rrjtr•.:t_n
• OSHA Uvei;iew In• Hr11v1)1aber
• n5sIA ReCJrdkPelnrv, FAQJ le. ie 1,
• Dvrrh . Id Crane C,p.•ratnr
• Pe1sC1 .d Prom:t re Ey. I:•nrnf
Exhibit "A"
Satewa•e Mallury Pub is Sa'ct
y and f nergenc) Prepa'etlnrs5 Cquipme t[ dnd RCId?ed ServrEes
Related Services !f. Troirong Price list
Curtract 4400')0846s
• rown Tool s.,lety
• S•:aff„Id Use/
• %=CWvarIA•.;elime 1. •
• Rr: ScO101,ICDm;etrntpe►wn
pi•2to'r,' Teite, Cot rse
• Rr•%pi•ato,jr,! • Sli¢jr•gandRiir1P
ttiinla,� • �DAIa� ,
• pas; tat•. r Pr r.- tip nse inarn Train"
1 ecthu, Pry-tn a;x+ rst .+U" • TB g Airtkrne Patlwee,ls
• =�'C lth nt
• Trem inn b =Cavalier rpi,;� nt Per.rn
• S.:II'1'/Ii•r�•,LtiOr Prog,..rng
• J.'06ZonpSifftySupM•rl;cr
Training Classes Terms:
t-4aximum quantity of student varies with course
Customized classes availabM.
Basic Training material included.
Additional equipment may be required and is not included in the rates.
Travel and Accommodations not included.
Half -day minimum
Training facilities provided by customer
Some courses tray require multiple days.
2