Loading...
HomeMy WebLinkAbout9th Task Order 02/19/2025 GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: February 20, 2025 TO: Mark Gongre, Senior Safety and Security Administrator Employee Services Kelly Cummings, Executive Administrator Employee Services FROM: Liz Yongue, Deputy Clerk SUBJECT: February 19, 2025 BOCC Meeting The following item has been executed, redacted, and added to the record: C9 9th Task Order for $351,092.26 under Master Agreement with Safeware, Inc. to install access control and video systems at a County workplace, as part of the County's Building Security Plan. Per Section 119.0701(3)(a), Florida Statutes (2023) information that would identify the locations where the work will be performed or specific components of the security system to be installed have been redacted. The Task Orders call for the work to be accomplished by Sept. 30, 2025. Should you have any questions, or require the unredacted version, please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 TASK ORDER NO. 9 TO THE MASTER AGREEMENT FOR THE PURCHASE AND INSTALLATION OF PUBLIC SAFETY AND SECURITY SYSTEMS This Task Order No. 9 ("Task Order") is issued by Monroe County Florida, a political subdivision of the State of Florida("County"), to Safeware, Inc. ("Contractor"). County and Contractor shall each be known as a "Parry" and collectively shall be known as the "Parties." This Task Order is directly related to and subject to the Master Agreement for the Purchase and Installation of Public Safety and Security Systems ("Agreement") executed by the Parties on December 8, 2021. All terms and conditions of the Agreement apply to this Task Order, unless this Task Order amends, adds, or modifies a provision or an Article of the Agreement, in which case the provision or Article of the Agreement will be specifically referenced in this Task Order and the amendment, addition, or modification shall be precisely described. This Task Order is effective upon the date on which the last Parry has executed this Task Order("Effective Date"). WHEREAS, Article 2.1 of the Agreement provides that the County will issue individual task orders for specific projects executed by the Contractor under the Agreement; and WHEREAS, the Contractor has provided a quote for installation of a security system at (Attachment 1); and WHEREAS, the pricing provided for the purchase and installation of security system is no greater than the pricing offered by the Contractor under the two contracts attached as Attachment A to the Agreement, which were awarded by the local governments after full and open competitive procurements, and the County is therefore entitled to utilize these contracts and associated pricing pursuant to Chapter 7, paragraph (C)2. of the Monroe County Purchasing Policy. NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree as follows: 1. County and Contractor agree that the services and deliverables for this Task Order are as set forth in Attachment 1 to this Task Order(Quotation 10196618). 2. This Task Order shall be effective upon the date on which the last Parry has executed this Task Order. The end date for this Task Order will be the earlier of September 30, 2025, or the completion of the Services set forth in this Task Order, 1 whichever comes first. The Task Order is subject to early termination in accordance with the terms of the Agreement if the Services are no longer required. 3. Monroe County's contact for this Task Order shall be: ,„ _ Mark A. Gongre . ,, Safety and Security Administrator f- "{ a' 1100 Simonton'St. r. ' . ' Key West, F1.33040 4:7, ._'• rat w�-' � 1 k� .. .. .. .. . Gongre Markf/�.monroecount7�i f1.gov P cs4 - ') (office) . 305-395-03.89(cell) 1 4. All other terms and conditions of the Agreement remain in full force and effect. 5. County and Contractor certify by their undersigned authorized agents that they • have read this Task Order and agree to be bound by its terms and conditions. IN WITNESS WHEREOF,each party caused this.Task Order to be executed by its duly authorized representative.: � ti' env -:fy r.cN (SEAL) BOARD OF COUNTY ,�� {Attest,\Kevin Madok; COMMISSIONERS OF MDNROE r f FLORIDA V. ,, �, � � \ ,w..C)ei :�� COUNTY, o �� � it. y� .. .. .. .. 7 tea_ } r-{ � ,�qy.*�` 1 � %,, ui, (4l q - i it r y.d a�� 5 .. .. By: . K ur''''::::4:','-!:'..'‘ c:fi'-'-2:''75 '-'::: .):;',.,;: :(1/ AA'V 1V14 01( . 'i .'''' ' -' '— '' r 4111.::' ''.'''—... `.-:_ ' s Deputy Clerk IF , Mayor h ,1�. :,d �. ,i i`'�P' or' �� max i �� :�'�'� : �vuv�:, r~. . �., (Seal) CONTRACTOR: SAFEWARE, INC. ,' ,•. Attest:,17 .'..��.f. .. fir- '•. N /i ir ., :2 irlr}tt‘% By: Byii).)11/4....jr...0 : Thomas F Nairn Jr. Title:. Title: 14tt-o, ____Ghiefoperatidg Cij Officer Approved as to form and legal sufficiency: Monroe County Attorney's Office Digitally s grved by. VICKIE CA1 N Public Maryland Anjelica Harden An elica.Hardeh-vanarki 0. 0p r o w S. Notary . u Date'2025.01,23 Sete '0 C0Ui 7 ' Anne At'U11d� CO tY Ivanoski -• ;r 13:20:19-05OC,'. , to(o i�before me on My Cohesion Exp8 s [9j23/2O25 of . , • ThZ:KIXON ; to me on the beets Attachment 1 (Quotation) 3 SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 1 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Bill To: Customer ID: 110344 Ship To: Monroe County Safety and Security Monroe County BOCC 1100 Simonton Street 42-268 1100 Simonton St,Room 2-226 Attn:Mark Gongre Attn:Mark Gongre Key West,FL 33040 Key West,FL 33040 305-294-4641 Requested By:Mark Gongre PO Number Taker Email Lori Orantes lorantes(&/safewareinc.com Freight Terms Phone Fax Freight Paid 301-683-1212 301-683-1200 Sales Representative Peter Van Kirk Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM ° Item Description Price Price Unit Size q Unit Size Order Note: SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 2 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 3 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 4 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 5 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 6 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 7 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 8 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 9 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 10 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 11 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 12 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 13 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size Unit Size SAFEWARE QUOTATION Safeware,Inc. Order Number 4403 Forbes Blvd. 10196618 Lanham,MD 20706-4328 Order Date Page USA 12/26/2024 13:36:32 14 of 14 301-683-1234 www.safewareinc.com Quote Expires On: 01/25/2025 Contract No: OMNIA Contract 44400008468 Quantities Pricing Item ID UOM Unit Extended Ordered Allocated RenzaininR UOM Item Description Price Price Unit Size 4 Unit Size ","'," °, rt'Ze about the ,ettszrtg tttt znttttatrtg options that Safettre t� er�,d ..-..-. Total Lines: 190 SUBTOTAL: 351,092.26 TAX. 0.00 AMOUNT DUE: 351,092.26 Actual freight added per freight terms Attachment A-Scope of Services The Scope of Services shall consist of all services covered under County of Fairfax (Virginia) Contract Number 4400008468 and Port of Portland (Oregon) Contract# 159469 as reflected in the attached contracts. Attachments: - County of Fairfax (Virginia): Acceptance Agreement Attachment A from RFP2000002547 (Detailed Specifications for Public Safety Categories), incorporated by reference in County of Fairfax (Virginia) Contract Number 4400008468 Port of Portland (Oregon) Contract# 159469 County of Fairfax , Virginia I To protect and enrich the quality of life for the people,neighborhoods and diverse communities of Fairfax 1742 County G1 Date of Award: JUN _ 7. 2018 Safeware, Inc. 4403 Forbes Blvd Lanham, MD 20706 Attention: Rick Bond, Vice President of Sales Reference: RFP2000002547; Public Safety and Emergency Preparedness Equipment and Related Services Dear Mr. Bond: Acceptance Agreement Contract Number: 4400008468 This acceptance agreement signifies a contract award for Public Safety and Emergency Preparedness Equipment and Related Services. The period of the contract shall be from October 1, 2018 through September 30, 2023 with renewals of five (5) additional years, one (1) year at a time or a combination of the years, by mutual agreement of both parties,. The contract award shall be in accordance with: 1) This Acceptance Agreement; and 2) The Attached Memorandum of Negotiations. Please note that this is not an order to proceed. A Purchase Order, which constitutes your notice to proceed, will be issued to your firm. Please provide your Insurance Certificate according to Fairfax County Special Provisions, Section 1 (Insurance) within ten (10) days after receipt of this letter. Sincerely, Cathy A. Mub, CPPO Director/County Purchasing Agent Department of Procurement&Material Management 12000 Government Center Parkway,Suite 427 Fairfax,VA 22035-0013 Website, www.fairfaxcounty.eov/dpiiini Phone 703-324-3201,TTY: 1-800-828-1140,Fax: 703-324-3228 County of Fairfax , Virginia To protect and enrich the quality of life fur the people,neighborhoods and diverse communities of Fairfax 1742 County Gi I MEMORANDUM OF NEGOTIATIONS RFP 2000002547 Public Safety and Emergency Preparedness Equipment and Related Services The County of Fairfax(hereinafter called the County) and Safeware, Inc. and Mallory Safety and Supply, LLC. (hereinafter called the Contractor) hereby agree to the following in the execution of Contract 4400008468 with Safeware, Inc. and Contract 4400008495 with Mallory Safety and Supply, LLC. (hereinafter called the Contract) for the provision of public safety and emergency preparedness equipment and related services. The final Contract contains the following documents: a. The County's Request for Proposal RFP 2000002547 and all Addenda; b. The Contractor's Technical Proposal and Cost Proposal dated March 8, 2018; C. The Contractors response to clarification questions dated March 28, 2018. d. The Contractors response to items for negotiation dated April 12,2018. e. This Memorandum of Negotiations; f. County's purchase order; g. Any subsequent amendments to the Contract. In addition,the County and the Contractor agree to the following: 1. The parties to this Contract acknowledge that Safeware, Inc. submitted a proposal,on behalf of Safeware, Inc. and Mallory Safety and Supply, LLC., in response to RFP2000002547. Mallory Safety and Supply, LLC. acknowledges and agrees to provide public safety and emergency preparedness equipment and related services to Participating Public Agencies of the states of Alaska, Hawaii,Washington,Oregon,California,Arizona, Nevada, New Mexico, Wyoming, Idaho, Montana, and Utah and to assume all responsibilities and obligations under this Contract for its designated territory. Safeware, Inc. acknowledges and agrees to provide public safety and emergency preparedness equipment and related services to Participating Public Agencies located in all other states of the United States, not identified above and to assume all responsibilities and obligations under this Contract for its designated territory. Contract number 4400008468 has been assigned to Safeware, Inc. and Contract number 4400008495 has been assigned to Mallory Safety and Supply LLC.to facilitate ordering. 2. The Contractor shall provide eCommerce rebates as outlined below. • If 30%-69.99%of total invoiced sales are received by website orders at the conclusion of each contract year, a 0.5% rebate will be provided on purchases made through ecommerce. • If 70%or greater of total invoiced sales are received by website orders at the conclusion of each contract year, a 1% rebate will be provided on purchases made through ecommerce. o Conditions: The agency total purchases for the annual contract period must be greater than$20,000. Ecommerce is defined as any order placed through Safeware or Mallory's website or fully integrated third party marketplace where the Participating Public Agency's orders and Safeware-Mallory's invoices are transacted via EDI,XML or cXML. Ecommerce rebates cannot be combined with other rebates, early payment discounts, or where the buying agency or procurement platform charges an administrative or transaction fee. Department of Procurement&Material Management 12000 Government Center Parkway,Suite 427 Fairfax,VA 22035-0013 Website: www.fkirfhxcouRty.gov1dpmm Phone 703-324-3201,TTY: 1-800-928-1140,Fax:70 3-324-3228 Memorandum of Negotiations RFP2000002547 Page 2 3. Large sales greater than$20,000 may be eligible for additional price discounts from manufacturers and will be automatically flagged in the Contractor's system to seek additional price concessions from manufacturers. 4. For purchase of services under this Contract,the Contractor shall provide a minimum of 10%discount from Safeware and Mallory's list price. The pricing for services may be negotiated to a lower price. 5. The Contractor acknowledges and agrees that the County and the Participating Public Agencies reserve the right to review and negotiate the license and maintenance terms and conditions prior to any purchase of software under this Contract and that the Contractor will provide full support for executing the negotiated license/maintenance agreement(s)by the County/Participating Public Agencies and the software publisher. The Contractor also agrees to obtain agreement from its software publishers that their shrink wrap, browse wrap, click through, or similar processes are for access purposes only,and any terms and conditions offered in or referenced by those procedures will have no force or effect. 6. The Contractor shall hold the discount rate of 41%for equipment and 10%for services firm for the entire contract term including renewal periods, 7. The parties mutually agree that the first sentence of Paragraph 1.3 of Section 1 titled Insurance(Fairfax County Special Provisions) is deleted and is replaced with the following language: No change, cancellation, or non-renewal shall be made in any insurance coverage without a thirty-day written notice to the County Purchasing Agent and/or Risk Manager. 8, The parties mutually agree that the Paragraph 1.2 b. of Section 1 titled Insurance(Fairfax County Special Provisions)is deleted and is replaced with the following language: The contractor agrees to maintain Commercial General Liability insurance in the amount of$1,000,000 per occurrence/aggregate, to protect the contractor, its subcontractors, and the interest of the County, against any and all injuries to third parties, including bodily injury and personal injury,wherever located, resulting from any action or operation under the contract or in connection with contracted work. ACCEPTED BY: Ldtg Safeware, Inc. Date Mallory Safety and SLYpply, LLC. Date Cathy A. Must CPrPO Date Director/County Purchasing Agent RFP2000002547 ATTACHMENT A DETAILED SPECIFICATIONS FOR PUBLIC SAFETY CATEGORIES PUBLIC SAFETY CATEGORIES The following categories are by way of example only and are not meant to limit the broad range of products that might be available from potential offerors. Product Category Examples(Note: Items 1-31 are compiled,in part, from the Office of Domestic Preparedness' Authorized Equipment List and The InterAgency Board's Standardized Equipment List): 1. Personal Protective Equipment Equipment worn to protect the individual from hazardous materials and contamination in the workplace including,a chemical/biological threat environment. Examples include the following:chemical resistant suits, escape masks, gloves, coveralls, helmets, eye protection, hi-visibility clothing, safety footwear, respiratory protective equipment, SCBAs, etc. 2. Explosive Device Mitigation and Remediation Equipment Equipment providing for the mitigation and remediation of explosive devices in a CBRNE environment, such as: o Bomb Search Protective Ensemble for Chemical/Biological Response o Chemical/Biological Undergarment for Bomb Search Protective Ensemble o Cooling Garments to manage heat stress o Ballistic Threat Body Armor& Helmets (not for riot suppression) o Blast and Ballistic Threat Eye Protection (not for riot suppression) o Blast and Overpressure Threat Ear Protection (not for riot suppression) o Fire Resistant Gloves o Disarmer/Disrupter o Real Time X-Ray Unit; Portable X-Ray Unit o CBRNE Compatible Total Containment Vessel (TCV) o CBRNE Upgrades for Existing TCV o Robot; Robot Upgrades o Fiber Optic Kit (inspection or viewing) o Tents, standard or air inflatable for chem/bio protection o Inspection mirrors o Ion Track Explosive Detector 3. Environmental Monitoring Items such as: chip measurement systems, passive dosimeter badges, diffusion tubes, detector tube systems, air sampling pumps, gas detection monitors, confined space monitors, photo-ionization detectors, and protection against additional unseen hazards (radiation and noise levels). 4. CBRNE Search and Rescue Equipment Equipment providing a technical search and rescue capability for a CBRNE environment, such as: o Hydraulic tools; hydraulic power unit o Listening devices; hearing protection o Search cameras (including thermal and infrared imaging) o Breaking devices (including spreaders, saws and hammers) o Lifting devices (including air bag systems, hydraulic rams,jacks, ropes and block o and tackle) o Blocking and bracing materials o Evacuation chairs (for evacuation of disabled personnel) o Ventilation fans 30 RFP2000002547 ATTACHMENT A 5. Interoperable Communications Equipment Equipment and systems providing connectivity and electrical interoperability between local and interagency organizations to coordinate CBRNE response operations. Includes system design, installation, service and maintenance. Products include: o Land Mobile,Two-Way In-Suit Communications(secure, hands-free,fully duplex,optional), including air-to-ground capability(as required) o Antenna systems o Personnel Alert Safety System (PASS) - (location and physiological monitoring systems optional) o Personnel Accountability Systems o Individual/portable radios, software radios, portable repeaters, radio interconnect systems, satellite phones, batteries, chargers and battery conditioning systems o Computer systems designated for use in an integrated system to assist with detection and communication efforts (must be linked with integrated software packages designed specifically for chemical and/or biological agent detection and communication purposes) o Portable Meteorological Station (monitors temperature, wind speed, wind direction and barometric pressure at a minimum) o Commercially available crisis management software o Mobile Display Terminals 6. Detection Equipment Equipment to sample, detect, identify, quantify, and monitor for chemical, biological, radiological/nuclear, and explosive agents throughout designated areas or at specific points.Such items include: o Detection Kits/Paper for all chemical agent identification and detection o Multi-Gas Meters o Hazard Categorizing (HAZCAT) Kits o Surface Acoustic Wave Detector o Spectrometers o Colormetric Tube/Chip Kit specific for TIC s and CBRNE applications o Leak Detectors (soap solution, ammonium hydroxide, etc) o pH Paper/pH Meter o Protective cases for sensitive detection equipment storage &transport o Point Detection Systems/Kits (Immunoassay or other technology) o Radiation detection equipment (electronic or other technology that detects alpha, beta, gamma, and high intensity gamma), Personal Dosimeters, Scintillation Fluid (radiological) pre-packaged 7. Decontamination Equipment Equipment and material used to clean, remediate, remove or mitigate chemical and biological contamination. Such items include: o Decontamination system for individual and mass application with environmental controls, water heating system, showers, lighting, and transportation (trailer) o Deco n/Extractio n Litters/roller systems o Runoff Containment Bladder(s), decontamination shower waste collection with intrinsically- safe evacuation pumps, hoses, connectors, scrub brushes, nozzles o Spill Containment Devices o Overpak Drums o Cadaver Bags o Hand Carts o Waste water classification kits/strips o HEPA(High Efficiency Particulate Air)Vacuum for dry decontamination 31 RFP2000002547 ATTACHMENT A 8. Hazardous Materials Storage o Storage cabinets o Safety cans 9. Spill Control and Containment o Spill treatment agents o Infectious materials cleanup kits o Sorbents o Non-sparking tools o Hazardous material vacuums o Environmental containment 10. Physical Security Enhancement Equipment Includes equipment and installation necessaryto enhance the physical securityof critical infrastructure such as system design, installation, service and maintenance. 11. Surveillance,Warning,Access/Intrusion Control Ground o Motion Detector Systems: Acoustic; Infrared; Seismic; Magnetometers o Barriers: Fences; Jersey Walls o Impact Resistant Doors and Gates o Portal Systems; locking devices for access control o Alarm Systems o Video Assess ment/Cameras: Standard, Low Light, IR, Automated Detection o Personnel Identification: Visual; Electronic; Acoustic; Laser; Scanners; Cyphers/Codes o X-Ray Units o Magnetometers o Vehicle Identification —Visual, Electronic, Acoustic, LASER, RADAR, 12. Explosion Protection o Blast/Shock/Impact Resistant Systems o Protective Clothing o Column and Surface Wraps; Breakage/Shatter Resistant Glass; Window Wraps o Robotic Disarm/Disable Systems 13. Fire and Emergency Response o Firefighting/Rescue/EMS - apparel (structural, suspenders, wildland, rescue EMS, station wear, high visibility, gear racks), helmet/hoods, gloves, boots, SCBA/respirators, eyewear, ear plugs/muffs, knee/wrist/back protectors, communications, RIT/RIC/escape devices, accountability, rehab, incident command, bags/packs/web gear, thermal imagers, search cameras/listening systems, flashlights/scene lighting, hand tools, ladders, ventilation, extinguishers, dry chemicals/foam, hoses/nozzle/appliances, rescue tools, rope/rigging, patient care, and traffic safety o Hazmat/WMD: Apparel, gloves, boots, SCBA respirators, instrumentation, lead repair/control, sorbents/neutralizers, overpacks, containment, vacuums, and decon o Law Enforcement: Apparel, eyewear, headsets/ear plugs, gloves, SCBA/respirators, flashlights/scene lighting, thermal imaging, traffic safety o Mass Casualty: Shelters/trailers, incident command, med/surge, decontamination, fatality management, multi-use/temporary housing, environmental controls/support equipment, patient management, and scene management 14. Traffic Safety o Traffic safety apparel: Class I, II, and III o Traffic safety tapes (delineator tapes and warning and barricade tapes) 32 RFP2000002547 ATTACHMENT A o Traffic control products: cones, delineator posts, flags, triangles, signs and the stands that hold them, paddles, vests for road crews, law enforcement, and emergency response personnel, fences, wind socks, and emergency kits o Message boards, flares 15. Facility Safety and Maintenance o Communications o Eyewashes and showers (portable, mounted, combinations, and mixing valves) o Fire extinguishers o Label Makers (portable and benchtop) o Lighting (hand lights, headlamps, personal, and lanterns and area lighting) o Lockout/Tagout (stations, padlock and hasps, electrical, confined space, and valve) o Maintenance (abrasives, adhesives, sealants and tapes, electrical, HVAC and plumbing, janitorial, lubricants and penetrants, MRO, paint, tarps, hand tools, power tools, measuring and leveling, lawn and garden, and welding) o Material handling and storage (bins, bottle carriers, carts, chests and lockers o Matting (antifatigue and specialty) o Signs and tags o Waste disposal o Wipers 16. Fall Protection and Confined Space Systems and equipment to protect from death and injury when working in a confined space,or working at height aiding in fall arrest,worker positioning, restraint,suspension, rescue. Including,but not limited to items such as: o Self-Retracting life lines (SRLs), tripods, blowers, harnesses, rope, carabiners, etc. 17. Medical and First Aid Supplies o First aid kits, refills, and blood borne pathogen response kits o Burn care o Medicinals such as antacids, aspirin and non-aspirin pain relief, cold and sinus medication o Skin care products such as heavy-duty cleansers, medicated and protective skin creams, insect repellents, poison ivy relief, sunscreen o Heat-Stress relief such as fluid replacement drinks and coolers 18. CBRNE Reference Materials Reference materials designed to assist emergency first responders in preparing for and responding to a CBRNE incident. This includes but is not limited to the following: o NFPA Guide to hazardous materials o NIOSH Hazardous Materials Pocket Guide o North American Emergency Response Guide o Jane's Chem-Bio Handbook o First Responder Job Aids 19. AEDs Portable, personal, and medical automatic external defibrillators, AED trainers, accessories and replacement parts. 20. Ammunition/Less than Lethal Munitions Including ammunition for police weapons and munitions such as OC Spray, rubber bullets,flash bangs, crowd and riot suppressants. 21. Civil Disturbance Gear All gear necessary for officer protection and control during civil disturbance events/riots. Including, but not limited to: 33 RFP2000002547 ATTACHMENT A o Shields, riot helmets, pad, FR outerwear, FR base layer, boots, gloves, duty belts, batons, animal protection (horses, canine) 22. Dive Gear/Underwater Recovery/Water Safety o dive suits, underwater robots, boats, dry suits, Personal Flotation Devices (PFDs) 23. Police Fleet Management Products Equipment relating to the outfitting and maintenance of vehicles, including but not limited to sirens, lights, speed cameras, RADAR. 24. Law Enforcement Software Including but not limited to facial recognition products,shot tracking software, license plate recognition, any criminal investigative software. 25. Public Safety Aviation - Helicopters Equipment and services related to the purchase of helicopter and associated maintenance, UAV, UAW, and accessories, aviation software, aircraft. 26. Public Safety Uniforms Class A uniforms, Class B uniforms, BDUs, NFPA compliant footwear. 27. Vehicles Any public safety vehicles including but not limited to: armored vehicles, ATVs, Command vehicles, bomb trucks. 28. Trainers and Training Equipment For example fire trainers, simulators, training props. 29. Vending Solutions Service and equipment to supply and manage an on-site vending program with contract relevant contents for refill, such as PPE, eyewear, ear plugs, gloves, etc. Solution to include: o Real time usage reporting by employee, item, department, or cost code o Low stock/out of stock alert for both supplier and customer o Ability to restrict items by time, item, employee, or usage o Ability to dispense both large and small items 30. Related Products and Services Any related public safety and emergency preparedness products and services offered by supplier. 31. All Other Non-listed Public Safety, Law Enforcement and Fire Equipment available through your company Equipment,supplies and materials(such as general Fire Turn-out gear and Law Enforcement Tactical equipment)that Bidder offers but does not appear specifically in the above categories. 34 Port of Portland, OR Contract # 159469 for Public Safety, Preparedness, Safety Equipment and Solutions with Safeware, Inc. Effective: April 1 , 2021 The following documents comprise the executed contract between the Port of Portland and Safeware, Inc., effective April 1 , 2021 : I. Vendor Contract — Price Agreement: Goods & Services II. Supplier's Response to the RFP, incorporated by reference DocuSign Envelope ID:238DB,5D7-ED7A-444E-A953-18A6F64A2B4F Contract No. 159469 This number must appear on all invoices PORT OF PORTLAND PRICE AGREEMENT — GOODS & SERVICES Public Safety, Preparedness, Safety Equipment and Solutions. Parties: Port of Portland ("Port") P.O. Box 3529 Portland, Oregon 97208 Safeware, Inc. ("'Provider") 4403 Forbes Blvd Lanham, MD 20706 RECITALS A. The Port issued a Request for Proposals, No. 2020-9189 (the "Solicitation"), inviting offers from potential providers for Public Safety, Preparedness, Safety Equipment and Solutions. B. Provider submitted an offer in response to the Solicitation, offering to provide the item or items described on the attached Schedule 1, Pricing, collectively the ("Goods & Services") under the terms and conditions of this Price Agreement (the "Contract"), C. The Port evaluated all offers and selected Provider as a provider for the Goods and Services. D. The Port of Portland has partnered with OMNIIA Partners, Publlic Sector ("OMNIA Partners") to make the Contract (also known as the "Master Agreement" in materials distributed by OMNIA Partners) available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. AGREEMENT 1 NATURE OF CONTRACT 1.1 This Contract is for Provider's supply of the Goods and Services to the Port, on an as-required basis upon the Port's order. The Port does not guarantee the purchase of any specific quantity of Goods under this Contract and reserves the right to order similar goods and services from other suppliers if it is in the Port's best interests to do so. 1.2 Similar items purchased but not listed Schedule 1 shall be supplied at a minimum 41% discount from the Provider's published list(s) price for goods and a 10% discount for Services. Page I of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 2 TERM The term of this Contract shall commence on April 1, 2021 or the date that this Contract is fully executed by both parties, whichever is later, and shall expire on April 1 , 2026, unless sooner terminated under the provisions of this Contract. The Port shall have 2 options, exercisable sequentially and unilaterally by the Port, in its sole discretion, to extend the term of this Contract for one year at a time. The Port may exercise an option to extend the term by giving Provider written notice no later than fourteen calendar days prior to the then-current expiration date. Expiration of the Contract term does not excuse Provider's duty to deliver Goods and Services that were ordered prior to expiration . The Provider shall have the right to enter local "service" agreements with Participating Public Agencies ("PPA") accessing the contract through OMNIA Partners, so long as the effective date of such agreement is prior to the expiration of the Contract. All local agreements may have a full potential term (any combination of initial and renewal periods) not to exceed seven years. 3 PROVIDER'S OBLIGATIONS Provider's obligations under this Contract include, but are not limited to, the following: 3.1 To sell, furnish, and deliver the Goods and Services anywhere the Port may designate within the greater Portland, Oregon metropolitan area, FOB destination, as specified in the attached Schedule 1,Pricing, and Attachment A, Specifications, upon Provider's receipt of an authorized order from the Port. 3.2 To submit reports of all sales activity under this Contract, including descriptions, quantities supplied, and prices charged, in an MS Excel spreadsheet format to the Port's Manager of Contracts and Procurement upon request, and 3.3 To provide the Port's Contract Administrator for this Contract, Bobbi Matthews„ 503-415-6590, Bobbi.Matthews@portofportland.com a minimum of two (2) contact names for Provider including 24 hour-accessible phone numbers (office, home, cellular and/or pager), with full authority to make all necessary shipping arrangements for Goods. The Port will identify the Port representatives which are authorized to place orders against this Contract. 3.4 To comply with all federal, state, and local laws, regulations, and ordinances applicable to this Contract or to Provider's obligations under this Contract, as they may be adopted or amended from time to time. 4 COMPENSATION 4.1 Basis of Compensation The Port will pay for Goods & Services on a price-per-unit basis, as set forth on Schedule 1. Provider acknowledges that such prices include all delivery costs, tariffs, import charges, duties, and all local, State or Federal taxes required to deliver the Goods & Services in accordance with this Contract. 4.2 Total Compensation The total compensation payable under this Contract shall not exceed $100,000.00 per contract year without a written amendment signed by authorized representatives of both parties. Page 2 of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 5 PAYMENT Payment will be made within 30 days of receipt of a properly completed invoice delivered pursuant to an authorized order under this Contract. Provider shall include the Contract number on all invoices and shall submit invoices to Accounts Payable, Port of Portland, PO Box 3529, Portland, OR 97208. Invoices may also be submitted to Accounts Payable via email to o invoices . oroorlan .co . 6 DUTY TO INFORM Provider shall give prompt written notice to the Port if, at any time during the performance of this Contract, Provider becomes aware of actual or potential problems, faults, or defects in the Goods, any non-conformance with the Contract, or with any federal, state, or local law, rule, or regulation, or has any objection to any decision or order made by the Port. Any delay or failure on the part of the Port to provide a written response to Provider shall constitute neither agreement with nor acquiescence in Provider's statement or claim and shall not constitute a waiver of any of the Port's rights. 6.1 Representations and Warranties All express and implied warranties that are applicable to goods under ORS Chapter 72 apply to Goods delivered under this Contract. Provider represents and further warrants to the Port that: 6.1.1 the Goods will conform to the specifications set forth in this Contract and be free from material defects; 6.1.2 the Goods will comply with all applicable federal health and safety standards; and 6.1.3 Provider has good title to the Goods, and that Provider conveys the Goods to the Port free from any restriction or condition, and free from any encumbrance, including but not limited to any security interest or lien. Provider will defend title to the Goods against the rightful claim of any person. The warranties specified in this Section 6.1 are in addition to, and not in lieu of, any other warranties provided in this Contract. All warranties are cumulative and shall be interpreted broadly to give the Port the greatest warranty protection available. 6.2 Manufacturer Warranties At no charge to the Port, Provider shall transfer or cause the transfer of all manufacturers' warranties for Goods and component parts, if any, to the Port for the Port's benefit when Provider delivers Goods to the Port. If a conflict or inconsistency exists between a manufacturer's warranty and Provider's warranty, the warranty that provides the greatest benefit and protection to the Port shall prevail. 7 INDEMNIFICATION Provider shall indemnify, defend, reimburse, and hold harmless the Port and the Port's commissioners, officers, employees, and agents for, from and against all claims, suits, actions, losses, damages, liabilities, costs, and expenses of any nature whatsoever, including without limitation reasonable attorney fees, accountant fees, paralegal fees, expert witness fees, escrow fees, fines, environmental costs, and penalties resulting from, arising out of, or in anyway connected with the acts or omissions of Provider or Provider's partners, directors, officers, employees, subcontractors, invitees, or agents under this Contract. Page 3 of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 8 DAMAGE TO PORT PROPERTY Provider shall fully compensate the Port for harm to the Port's real or personal property caused by the acts or omissions, negligent or not, of Provider or Provider's partners, directors, officers, employees, subcontractors, invitees, or agents under this Contract. 9 INSURANCE 9.1 Liability Insurance Provider shall maintain occurrence form commercial general liability and automobile liability insurance for the protection of Provider, the Port, its commissioners, employees, and agents. Coverage shall include personal injury, bodily injury, including death, and broad form property damage, including loss of use of property, occurring during or in any way related to Provider's operations, in an amount not less than $1,000,000 combined single limit per occurrence. Such insurance shall reference the Contract number and shall name the Port, its Commissioners, employees, and agents as additional insureds. 9.2 Workers' Compensation Coverage; Employers' Liability Coverage Provider shall maintain workers compensation and employers' liability coverage for all Provider's employees who are subject to Oregon's Workers' Compensation statute (and/or Provider's domicile state, if different), either as a carrier-insured employer or as a self-insured employer as provided by ORS 656.407. If Provider's domicile state is a monopolistic state, employers stop gap liability insurance may be substituted for employers' liability coverage 9.3 Certificates 9.3.1 Certificates Required Prior to full execution of this Contract, Provider shall furnish the Port with: a) certificates referencing this Contract (by number, if known), coverage dates, amount, and type of insurance required by this Contract; and b) a copy of the endorsement or policy provision providing additional insured status under the commercial general liability and automobile liability policies. 9.3.2 Certificate Management; Notice Requirement When the period of Provider's performance under this Contract exceeds the coverage period stated on a certificate, prior to the certificate expiration date Provider or its insurer must furnish updated certificates demonstrating continuous coverage. Provider or its insurer must give the Port not less than thirty (30) days' written notice before cancellation, non-renewal, or material change of any policy (except ten (10) days for non-payment of premium). 10 BREACH OF CONTRACT 10.1 Generally Provider acknowledges that its breach of its obligation to deliver promised quantities of Goods within the time periods set forth in this Contract may result in curtailment or cessation of critical Port operations, and that such curtailment or cessation may cause substantial harm to the Port including without limitation incidental and consequential damages 10.2 Cure; Remedies Page 4 of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F Provider must cure any breach of this Contract within the shortest reasonable time after Provider first has actual notice of the breach or the Port notifies Provider of the breach, whichever is earlier. If Provider fails to cure a breach in accordance with this subsection, the Port may exercise one or more of the following remedies: 10.3 Substitute Goods The Port may terminate that part of this Contract affected by the breach upon written notice to Provider, may obtain substitute goods in a reasonable manner, and may recover from Provider the amount by which the price for those substitute goods exceeds the price for the terminated Goods. 10.4 Suspension of Orders Pending a decision to terminate all or part of this Contract under this Section, the Port may unilaterally order Provider to suspend all or part of the ordered Goods. If the Port terminates all or part of this Contract after such a suspension, Provider shall be entitled to compensation only for Goods accepted by the Port and delivered as required by this Contract prior to the date of termination but not for any Goods delivered after the Port- ordered suspension date. If the Port suspends certain orders and later requires Provider to resume the delivery of those Goods, Provider shall be entitled to reasonable damages incurred, if any, as a result of the suspension. 10.5 Default If the breach is material, the Port may declare Provider in default, and the Port may pursue any remedy available for a default. 10.6 Recovery of Amounts Due for Breach To recover any amounts Provider owes to the Port due to Provider's material or non- material breach of this Contract, the Port may withhold such amounts from any Port payments to Provider, including but not limited to payments made under this Contract or under any other agreement between the parties. Provider's default under this Contract will be, at the Port's option, a default under any other agreement between the parties. 10.7 Contractual Remedies Not Exclusive The Port shall have all remedies available to the Port under this Contract, at law, and in equity, including reasonable attorneys' fees and costs incurred in any action to enforce the Port's rights under this Contract. All available remedies are cumulative and may be exercised singularly or concurrently. 11 TERMINATION FOR CONVENIENCE The Port may terminate all or part of this Contract at any time for its own convenience by written notice to Provider. Upon termination under this Section, Provider shall be entitled to compensation for all Goods & Services delivered to and accepted by the Port prior to Provider's actual notice of the termination or the receipt of the written notice of termination, whichever is earlier, plus Provider's reasonable costs actually incurred in closing out the Contract. Provider shall not be entitled to compensation for any Goods & Services ordered but not yet delivered and accepted by Port prior to Provider's actual notice of the termination or receipt of written notice of termination. Page 5 of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 12 STATUTORILY-REQUIRED PROVISIONS 12.1 Taxes Provider represents and warrants that Provider has complied with the tax laws of the State of Oregon or a political subdivision of the State of Oregon, including but not limited to ORS 305.620 and ORS chapters 316, 317 and 318. Provider covenants that Provider will continue to comply with the tax laws of the State of Oregon or a political subdivision of the State of Oregon during the term of this Contract. Provider's failure to comply with the tax laws of the State of Oregon or a political subdivision of the State of Oregon before Provider executed this Contract or during the term of this Contract will be a default for which the Port may terminate the Contract and seek damages and other relief available under the terms of this Contract and under applicable law. [Required by ORS 279B.045] 12.2 Payment for Labor or Material As a condition of this Contract, Provider shall make payment promptly, as due, to all persons supplying to Provider labor or material for Provider's performance under this Contract. [Required by ORS 279B.220(1)] 12.3 Contributions to the Industrial Accident Fund As a condition of this Contract, Provider shall pay all contributions or amounts due the Industrial Accident Fund from Provider or Provider's subcontractor incurred in the performance of this Contract. [Required by ORS 279B.220(2)] 12.4 Income Tax Withholding As a condition of this Contract, Provider shall pay to the Oregon Department of Revenue all sums withheld from employees pursuant to ORS 316.167. [Required by ORS 279B.220(4)] 12.5 Workers' Compensation As a condition of this Contract, all subject employers performing services under this Contract are either employers that will comply with ORS 656.017 or employers that are exempt under ORS 656.126. [Required by ORS 279B.230(2)] 12.6 Medical Care for Employees As a condition of this Contract, Provider shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to the employees of Provider, of all sums that Provider agrees to pay for such services and all moneys and sums that Provider collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for such services. [Required by ORS 279B.230(1)] 12.7 Liens and Claims Prohibited As a condition of this Contract, Provider shall not permit any lien or claim to be filed or prosecuted against the Port, the state, any county, any school district, any municipality, any municipal corporation, or any subdivision thereof, on account of any labor or material furnished. [Required by ORS 279B.220(3)] 13 MISCELLANEOUS PROVISIONS 13.1 Time of Essence Page 6 of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F Time is of the essence with respect to all dates and time periods in this Contract. 13.2 Contingencies Neither party will be responsible for failure to perform the party's obligations under this Contract due to contingencies beyond the party's reasonable control, including but not limited to earthquakes, floods, tornadoes, and other acts of nature, fires, epidemics, wars, riots, revolutions, acts of civil or military authorities, sabotage, or nuclear incidents. If any obligation of a party will be delayed by a contingency, the party will promptly notify the other party. Each party will use commercially reasonable efforts to remove the contingency as soon as practicable. 13.3 Law of Oregon; Venue ORS 15.320 provides that Oregon law applies to this Contract. The parties also agree that Oregon law applies to this Contract, even if ORS 15.320 is determined to be inapplicable or invalid, without reference to any conflict of laws provision that would call for the application of the law of any other jurisdiction. Any suit, action, or other proceeding arising out of or related to this Contract shall only be brought in a state or federal court located in Multnomah County, Oregon, which court's jurisdiction shall be exclusive. To the fullest extent permitted by applicable law, Provider shall be deemed to have irrevocably waived any objections to personal jurisdiction, venue, and objections based on forum non convenience, and further agrees to appear and submit to the jurisdiction of such courts in connection with any suit, action or other proceeding arising out of or related to this Contract. 13.4 Successors and Assigns This Contract shall bind the parties and their permitted assignees. 13.5 Provider Identification Provider shall furnish to the Port Provider's employer identification number, as designated by the Internal Revenue Service. 13.6 No Waiver of Legal Rights A waiver by a party of any breach by the other shall not be deemed to be a waiver of any subsequent breach. 13.7 Modification This Contract may be modified only by a writing signed by both parties. No oral modification shall be effective. 13.8 Attorney Fees The prevailing party on a claim shall be entitled to reasonable attorney fees with respect to the claim at trial and on appeal in an action brought with respect to this Contract. 13.9 Permissive Cooperative Procurement Allowed Other public contracting agencies may establish contracts or price agreements under the terms, conditions, and prices of this Contract. Provider agrees to extend the terms, conditions, and prices of this Contract to any purchasing contracting agency, as that term is defined at ORS 279A.200 (1)(h). Contracts or price agreements between Provider and purchasing public contracting agencies are entirely independent of and have no effect upon this Contract. Page 7 of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 13.10 Counterparts, Execution, Electronic Signatures This Contract may be executed in counterparts. This Contract may be executed using original signatures, facsimile signatures, or only with the Port's prior approval, Electronic Signatures as defined in the Electronic Signatures in Global and National Commerce Act, that can be authenticated. Under ORS 84.014, Provider's consent is not required for this Contract to be executed using Electronic Signatures. Even if ORS 84.014 is determined to be inapplicable or invalid, Provider grants such consent. 13.11 Integration This Contract contains the entire agreement between the parties regarding the subject matter of this Contract and supersedes all prior written or oral discussions or agreements regarding the subject matter of this Contract. 13.12 Attachments Any exhibits, schedules, and other attachments referenced in this Contract are part of this Contract. 13.13 Authority of Signers The individuals signing below warrant that they have full authority to execute this Contract on behalf of the party for which they sign. [Signature page follows] Page 8 of 9 Contract Number 159469 DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F Provider: Port: Safeware, Inc. Port of Portland DocuSigned by: DocuSigned by: By: By: C63M BC96D41402... 9NUD3972E04AA... Print name: Dar;c Simons Print name: As its: As its: Timolin Abrom C00 Contracts and Procurement Mgr. Date 3/31/2021 Date 3/31/2021 signed: signed: 3016831234 Phone: Approved as to legal sufficiency for the Port of Portland dsimons@safewareinc.com DocuSigned by: Email: i IV Co 4 Port of Portland Page 9 of 9 Contract Number 159469 �7 t r n •., a a,a Ip a a w a »ns a si' ...�....6 . w... ..,...� .A ... d ..em y,,. ..,..d A $ S,a I a. a.,.s ., a Ji 'a ^3x a '� ftl e3�ti�uYd 5333��3� 3 n5 n3. �39�CI ll3(IPn-ESn3 tl3 3d53 3 tltl t�tl 'S�u zG 3j 3�u� nSS�a�.: „3'v '�3�3�g $�3'�S nd_L3 3�3€I13 a b3-E?-. 3j s � I 111111111011111a 111,119111M- I V R_IN 11 , aRa �,-.A ce a �Yd o 6'" dad dw. 6at5$CI ',,.. ida 'e6a 65a3 A ndei 64 U 359 a a� Y p yp Y yy pp y¢ pp . y3GsB',, B�S I`�R «'.Belau$ I �i Mile' -P1 ��, a � � 1� 8 � II I M11 g II II I g da s dgFxa azea:z,eats aea .� � y S { S { b $ S { ttyy e a �C a NabA el91 a £ y � QI �+ of £ £ £ 4 s £fir r � � w r9 s ��a �lR,'. x$ 7 - . j _ •.�•.- as a .,aaa ,as ax'..,,wawa c,aaaa;a::a ea::a' a a laa aa:: *^€.rc d maasa•,tam V x wrjw aaa 7 Q G a' A LO w LO E mM a MIX re r M' MV � IQ�MM I�IJ gP M�A C y� 1 k � r 0 Is Nit 0 CN Rltl a DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F ATTACHMENT A DETAILED SPECIFICATIONS FOR PUBLIC SAFETY CATEGORIES PUBLIC SAFETY, EMERGENCY PREPAREDNESS, SAFETY EQUIPMENT AND SOLUTIONS 1. Personal Protective Equipment Equipment worn to protect the individual from hazardous materials and contamination in the workplace, including a chemical/biological threat environment. Examples include the following: respirators, such as N95 and SCBA; gloves such as medical nitrile gloves and cryogenic gloves; protective clothing, such as isolation gowns and wildland firefighting gear, eye protection, helmets, safety footwear, respiratory protective equipment, SCBA's, and all other protective items worn on the person. 2. Explosive Device Mitigation and Remediation Equipment Equipment providing for the mitigation and remediation of explosive devices in a CBRNE environment such as: • Bomb Search Protective Ensemble for Chemical/Biological Response • Chemical/Biological Undergarment for Bomb Search Protective Ensemble • Cooling Garments to manage heat stress • Robots; Robot Upgrades • Ballistic Threat Body Armor & Helmets • Blast and Ballistic Threat Eye Protection • Blast and Overpressure Threat Ear Protection • Fire Resistant Gloves • Disarmer/Disrupter • Real Time X-Ray Unit, Portable X-Ray Unit • CBRNE Compatible Total Containment Vessel (TCV) • CBRNE Upgrades for Existing TCV • Fiber Optic Kit (inspection or viewing) • Tents, standard or air inflatable for chem/bio protection • Inspection mirrors • Ion Tract Explosive Detector • Z Ray Equipment Page 1 of 7 Contract Number 159469 Attachment A DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F • All other EOD Equipment 3. CBRNE Operational and Search and Rescue Equipment Equipment providing a technical search and rescue capability for a CBRNE environment, such as: • Hydraulic tools; hydraulic power unit • Listening devices, hearing protection • Search cameras (Including thermal and infrared imaging) • Night Vision • Radiological isotope identifying detectors • Breaking devices (Including spreaders, saws, and hammers) • Lifting devices (including air bag systems, hydraulic rams, jacks, ropes, and block and tackle) • Blocking and bracing materials • Evacuation chairs (for evacuation of disabled personnel) • Ventilation fans • All other CBRNE operational and search and rescue equipment 4. Information Technology Equipment and services providing Information Technology, such as: • Servers • Switches • Software • Monitors and wall displays for Real time Crime Centers • Cloud services • All other Information Technology for Emergency and Public Preparedness 5. Cyber Security Enhancement Equipment and Services Equipment and services providing cyber security enhancement, such as: • Secure appliances • Filter switches • Filters • Securer cloud services • All other cyber security enhancement equipment and services for Emergency and Public Preparedness 6. Interoperable Communications Equipment Page 2 of 7 Contract Number 159469 Attachment A DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F Equipment and systems providing connectivity and electrical interoperability between local and interagency organizations to coordinate CBRNE response operations. This includes system design, installation, service, and maintenance. Products include: • CAD / RMS fusion equipment • Software and services • Land/Mobile. Two-way in-suit communications (secure, hands-free, fully duplex, optional), including air-to-ground capability (as required) • Antenna systems • Personnel Alert Safety System (PASS) - (location and physiological monitoring systems optional) • Personnel Accountability Systems • Individual/portable radios, software radios, portable repeaters, radio interconnect systems, satellite phones, batteries, chargers, and battery conditioning systems • Computer systems designated for use in an integrated system to assist with detection and communication efforts (must be linked with integrated software packages designed specifically for chemical and/or biological agent detection and communication purposes) • Portable Meteorological Station (monitors temperature, wind speed, wind direction and barometric pressure at a minimum) • Commercially available crisis management software • Mobile Display Terminals • All other interoperable communications equipment 7. Detection Equipment Equipment to sample, detect, identify, quantify, and monitor for chemical, biological, radiological/nuclear, and explosive agents throughout designated areas or at specific points. Such items include: • Bioassays • PID • Radiation Detection • PCR • All other detection equipment Page 3 of 7 Contract Number 159469 Attachment A DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 8. Decontamination Equipment Equipment and material used to clean, remediate, remove, or mitigate chemical and biological contamination. Such items include: • Decontamination system for individual and mass application with environmental controls, water heating system, showers, lighting, and transportation (trailer) • Decon7/Extraction Litters/roller systems • Runoff Containment Bladder(s), decontamination shower waste collection with intrinsically-safe evacuation pumps, hoses, connectors, scrub brushes, nozzles • Spill containment devices • Overpack drums • Cadaver bags • Hand carts • Waste water classification kits/strips • HEPA vacuum for dry decontamination • Disinfectants • Shelters • Modesty kits • All other decontamination equipment 9. Medical Medical supplies, such as: • Trauma kits • Tourniquets • Tactical medical kits • AED's (Portable, personal, and medical automatic external defibrillators, AED trainers, accessories, and replacement parts) • First aid kits, refills, and blood borne pathogen response kits • Burn care • Medicinals such as antacids, aspirin, non-aspirin pain relief, cold and sinus medication • Skin care products such as heavy-duty cleansers, medicated and protective skin creams, insect repellents, poison ivy relief, sunscreen • Heat-Stress relief such as fluid replacement drinks and coolers • All other medical supplies related to emergency and public preparedness Page 4 of 7 Contract Number 159469 Attachment A DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 10. Power Equipment used to provide power, such as: • Generators • Batteries • All other equipment to provide power 11. CBRNE Reference Materials Reference materials designed to assist emergency first responders in preparing for and responding to a CBRNE incident. This includes but is not limited to the following: • Jane's books • Training books, including but not limited to, NFPA Guide to hazardous materials, NIOSH Hazardous Materials Pocket Guide, North American Emergency Response Guide, First Responder Job Aids, etc. • Reference and training videos • All other CBRNE reference materials 12. CBRNE Incident Response Vehicles Any emergency and public preparedness vehicles, including: Command vehicles, hazmat rigs, bomb trucks, armored vehicles, ATV's, and all other CBRNE incident response vehicles. 13. Terrorism Incident Prevention Equipment Any emergency and public preparedness terrorism incident prevention equipment including: area monitoring, situational awareness equipment, CWA, stand-off detection, and all other terrorism incident prevention equipment 14. Physical Security Enhancement Equipment Any equipment, such as CCTV, access control, LPR, radar and all other physical security enhancement equipment, including installation necessary to enhance the physical security of critical infrastructure such as system design, installation, service, and maintenance Page 5 of 7 Contract Number 159469 Attachment A DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 15. Inspection and Screening Systems • Millimeter • X Ray • Gamma Ray • Thermal • Infrared • Proximity • All other inspection and screening systems 16. Animal and Plants Any animal and plants such as bomb sniffing dogs, drug sniffing dogs and all other animal and plants for the provision of emergency and public preparedness. 17. CBRNE Prevention and Response Watercraft Watercraft equipment and any services such as CBRNE boats, box boats and all other CBRNE prevention and response watercraft. 18. CBRNE Aviation Equipment Aviation equipment and any services such as helicopters and associated maintenance, UAV, UAW and accessories, drones, aviation mapping, software and all other CBRNE aviation equipment. 19. CBRNE Logistical Support Equipment Logistical support equipment and any services such as control and command vehicles, NIMS accessories, traffic control items and all other CBRNE logistical support equipment. 20. Intervention Equipment • Ballistic protection • Situational awareness equipment • All other intervention equipment Page 6 of 7 Contract Number 159469 Attachment A DocuSign Envelope ID:238DB5D7-ED7A-444E-A953-18A6F64A2B4F 21. Related Products and Services Any related emergency and public preparedness equipment, supplies, and services offered by supplier. 22. All Other Non-Listed Emergency and Public Preparedness, Law Enforcement, and Fire Equipment available through Supplier Equipment, supplies, materials, and services supplier offers but does not appear specifically in the above categories. Page 7 of 7 Contract Number 159469 Attachment A DATE(MM/DD/YYYY) A�" CERTIFICATE OF LIABILITY INSURANCE 7/1/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Lauren Serlo HMS Insurance Associates, Inc. PHONE FAX 20 Wight Ave Suite 300 A/C No Ext: 443-632-3380 vc,No):410-337-0551 E-MHunt Valley MD 21030 ADDRESS: Lauren.Serio@MarshMMA.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Aspen Specialty Insurance Company 10717 INSURED SAFEINC-02 INSURER B: Liberty Insurance Corporation 42404 Safeware Inc. 4403 Forbes Blvd INsuRERc:Allied World Assurance Company 19489 Lanham MD 20706 INSURERD:Admiral Insurance Company 24856 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1008699703 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY CR011GF24 7/1/2024 7/1/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED APPROVED BY RISK MANAGEMENT PREMISES Ea occurrence $50,000 MED EXP(Any one person) $ DATE�Y J/t/7.n7rl 1' m PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY❑ JECT PRO � LOC WAIVER N/A_YES _ PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY AS7-Z51-294852-024 7/1/2024 7/1/2025 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident C X UMBRELLALIAB X OCCUR 0314-3273 7/1/2024 7/1/2025 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$1 n nnn $ B WORKERS COMPENSATION WC7-Z51-294852-014 7/1/2024 7/1/2025 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICE R/M EMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Excess Liability- UX000000968-01 7/1/2024 7/1/2025 Limit $2M.Excess$5M. Secondary Excess DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Final Excess Layer-CRC(Westfield Specialty Insurance Company)-XSL464569W00-7/1/2024-7/1/2025-$5M./$10M. The Monroe County Board of County Commissioners is additional insured on the General Liability and Automobile Liability for ongoing and completed operations when required by written contract per attached forms. A Blanket Waiver of Subrogation applies in favor of the Additional Insureds for General Liability and Automobile Liability when required by written contract per attached forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1111 12th St. Suite 408 AUTHORIZED REPRESENTATIVE Key West FL 33040 � @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD