Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
07/16/2025 Agreement
GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: August 5, 2025 TO: Cory Schwisow, Director Emergency Management FROM: Liz Yongue, Deputy Clerk SUBJECT: July 16, 2025 BOCC Meeting The attached item has been executed and added to the record: C25 Contract with Garner Environmental Services, Inc for Emergency Management Logistics Services, effective August 20, 2025. Should you have any questions 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 AGREEMENT BETWEEN MONROE COUNTY AND GARNER ENVIRONMENTAL SERVICE, INC. FOR EMERGENCY MANAGEMENT LOGISTIC SERVICES THIS AGREEMENT ("Agreement") is made and entered into this 16th of July 2025, by MONROE COUNTY("COUNTY"), a political subdivision of the State of Florida,whose address is 1100 Simonton Street, Key West, Florida 33040 and Garner Environmental Services, Inc. ("CONTRACTOR"), whose address is 952 Echo Lane, Suite 400, Houston, TX 77024. This Agreement shall consist of this contract document, the Request for Proposal (RFP) issued by Monroe County for these services, and the Proposal submitted by the CONTRACTOR in response to the RFP, all of which are incorporated by reference. Section 1. SCOPE OF SERVICES CONTRACTOR shall do,perform and carry out in a professional and proper manner certain duties as described in the Scope of Services —Exhibit A —which is attached hereto and made a part of this agreement. The purpose of the services is to provide Emergency Management Logistic Services. Section 2. QUALIFICATIONS NECESSARY OF CONTRACTOR The CONTRACTOR warrants that it possesses the skills and qualifications necessary for the delivery of the scope of services outlined in Exhibit A to this Agreement. Section 3. COUNTY'S RESPONSIBILITIES The County shall provide the information required by the Contractor to perform the Scope of Services. Section 4. TERM OF AGREEMENT The term of this Agreement shall begin on July 16, 2025, and remain in effect for three (3)years ending on July 15, 2028. Section 5. COMPENSATION The Contractor shall submit to the County an invoice with supporting documentation acceptable to the Clerk upon completion of each of the above-referenced Tasks. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. The Contractor will submit such invoice according to milestones for services provided during the period. The invoice will include a record of employee time worked and differentiate time worked at the rate for the different classification. Upon receipt of the Contractor's invoice in the proper form as stipulated above and upon acceptance by the Clerk, Monroe County will make payment in arrears in accordance with the Florida Local Government Prompt Payment Act, Section 218.70, Florida Statutes. Section 6. PAYMENT TO CONTRACTOR By entering into this Agreement, the CONTRACTOR warrants that it understands that the Contract price represents the full compensation for all services under this Agreement. 6.1 Payment will be made according to the Florida Local Government Prompt Payment Act Section 218.70 Florida Statutes. Any request for payment must be in a form satisfactory to the Clerk of Courts for Monroe County (Clerk). The request must describe in detail the services performed, and the payment amount requested. The CONTRACTOR must submit invoices to the appropriate offices marked Group Insurance. The respective office supervisor and the Director of Employee Services, who will review the request, note his/her approval on the request and forward it to the Clerk for payment. 6.2 Monroe County's performance and obligation to pay under this contract is contingent upon annual appropriation by Monroe County Board of County Commissioners. 6.3 The compensation listed in Section 5 will be payable in installments upon completion of the Tasks shown in Scope of Services. Section 7. CONTRACT TERMINATION Termination Without Cause Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days' written notice of its intention to do so. Termination for Cause and Remedies In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this agreement for cause with Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with five (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination,unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. Termination for Convenience The County may terminate this Agreement for convenience, at any time, upon seven (7) days' notice to Contractor. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Article IX, Section 2-721 et al. of the Monroe County Code. Section 8. NOTICES Any notice required or permitted under this Agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other parry by certified mail, returned receipt requested, to the following: To the COUNTY: Monroe County Emergency Management Attn: Cory Schwisow 7280 Overseas Highway Marathon, FL 33050 Schwisow-coLyL&monroecouniy fl.gov. With a copy to: Monroe County Attorney 1111 12th St., Suite 408 Key West, FL 33040 Shillinger-bob@monroecounty-fl.gov To the CONTRACTOR: Danny Maldonado 952 Echo Lane Suite 400 Houston, TX 77024 Section 10. RECORDS CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each parry to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other parry to this Agreement for public records purposes during the term of the agreement and for seven years following the termination of this Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Section 55.03 of the Florida Statutes, running from the date the monies were paid to CONTRACTOR. The Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24, Article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119,Florida Statutes,and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing parry, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701, Contractor and its subcontractors shall comply with all public records laws of the State of Florida, including but not limited to: a. Keep and maintain public records required by Monroe County in order to perform the service. b. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Florida Statutes, Chapter 119 or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d. Upon completion of the contract, transfer, at no cost, to Monroe County all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract,the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to Monroe County, upon request from the public agency's custodian of records, in a format that is compatible with the information technology systems of Monroe County. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH ST., SUITE 408, KEY WEST, FL 33040, publicrecords@monroecounty-fl.gov, (305) 292-3470. Section It. EMPLOYEES SUBJECT TO COUNTY ORDINANCE NOS. 010 AND 020- 1990 The CONTRACTOR warrants that it has not employed,retained or otherwise had act on its behalf any former County officer or employee subject to the prohibition of Section 2 of Monroe County Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 020-1990. For breach or violation of this provision the COUNTY may, in its discretion, terminate this agreement without liability and may also, in its discretion, deduct from the agreement or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. Section 12. CONVICTED VENDOR By signing this agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entities Crime Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto and may result in debarment from County's competitive procurement activities. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on an Agreement with a public entity for the construction or repair of apublic building or public work,may not perform work as a CONTRACTOR,supplier, subcontractor, or CONTRACTOR under Agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for the Category Two for a period of 36 months from the date of being placed on the convicted vendor list. As used herein, the term "convicted vendor list" means a list maintained by the Florida Department of Management Services, as defined in F.S. 287.133. Section 13. GOVERNING LAW,VENUE, INTERPRETATION, COSTS AND FEES This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the COUNTY and CONTRACTOR agree that venue shall lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. Section 14. SEVERABILITY If any term, covenant, condition or provision of this Agreement(or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. Section 15. ATTORNEY'S FEES AND COSTS The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any parry relative to the enforcement or interpretation of this Agreement,the prevailing parry shall be entitled to reasonable attorney's fees, and court costs, as an award against the non-prevailing parry. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the Circuit Court of Monroe County. Section 16. BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. Section 17. AUTHORITY Each parry represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Section 18. ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any parry shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement shall not be subject to arbitration. Section 19. COOPERATION In the event any administrative or legal proceeding is instituted against either parry relating to the formation, execution,performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other parry, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no parry to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. Section 20. NONDISCRIMINATION COUNTY and CONTRACTOR agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any parry, effective the date of the court order. The parties agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1)Title VII of the Civil Rights Act of 1964(PL 88-352)which prohibits discrimination in employment on the basis of race, color, national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686),which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps: 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 29-255), as amended,relating to nondiscrimination on the basis of drug abuse; 6)The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3) as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC ss. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 1201), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race, color, sex, religion, disability, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) All requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation-Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended; and 12) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. Section 21. COVENANT OF NO INTEREST COUNTY and CONTRACTOR covenant that neither presently has any interest, and shall not acquire any interest,which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. Section 22. CODE OF ETHICS The parties understand and agree that officers and employees of the COUNTY are required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. Section 23. NO SOLICITATION/PAYMENT The COUNTY and CONTRACTOR warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset monies owed, or otherwise recover, the full amount of such fee, commission,percentage, gift, or consideration. Section 24. NON-WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28,Florida Statutes,the participation of the COUNTY and the CONTRACTOR in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage,or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any Agreement entered into by the COUNTY be required to contain any provision for waiver. Section 25. NON-RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the COUNTY and the CONTRACTOR agree that neither the COUNTY nor the CONTRACTOR or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. Section 26. ATTESTATIONS CONTRACTOR agrees to execute such documents as the COUNTY may reasonably require, including, but not being limited to, a Public Entity Crime Statement, a Drug-Free Workplace Statement, a Lobbying and Conflict of Interest Clause, a Non-Collusion Affidavit, a Vendor Certification Regarding Scrutinized Businesses, an Affidavit Attesting to Noncoercive Conduct for Labor and Services and a Foreign Entities Affidavit. Section 27. EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. An electronic signature may be used to execute the Agreement. Section 28. SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. Section 29. INSURANCE POLICIES 29.1 General Insurance Requirements for Other Contractors and Subcontractors. As a pre-requisite of the work governed,the CONTRACTOR shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The CONTRACTOR will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the CONTRACTOR. As an alternative, the CONTRACTOR may require all Subcontractors to obtain insurance consistent with the attached schedules; however, CONTRACTOR is solely responsible to ensure that said insurance is obtained and shall submit proof of insurance to COUNTY. Failure to provide proof of insurance shall be grounds for termination of this Agreement. The CONTRACTOR will not be permitted to commence work governed by this contract until satisfactory evidence of the required insurance has been furnished to the COUNTY as specified below. Delays in the commencement of work,resulting from the failure of the CONTRACTOR to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the CONTRACTOR's failure to provide satisfactory evidence. The CONTRACTOR shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced and/or termination of this Agreement and for damages to the COUNTY. Delays in the completion of work resulting from the failure of the CONTRACTOR to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the CONTRACTOR's failure to maintain the required insurance. The CONTRACTOR shall provide, to the COUNTY, as satisfactory evidence of the required insurance, either: • Certificate of Insurance or • A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation,non-renewal,material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on general liability and vehicle liability policies. 29.2 General Liability Insurance Requirements For Contract Between County and Contractor Prior to the commencement of work governed by this contract, the CONTRACTOR shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: • Premises Operations • Bodily Injury Liability • Expanded Definition of Property Damage The minimum limits acceptable shall be: $300,000 Combined Single Limit(CSL) If split limits are provided, the minimum limits acceptable shall be: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. 29.3 Vehicle Liability Insurance Requirements The minimum limits acceptable shall be owner and non-owned and hired vehicles: $100,000 Combined Single Limit(CSL) If split limits are provided, the minimum limit is: $50,000 per Person $100,000 per Occurrence $25,000 Property Damage 29.4 Workers' Compensation Insurance Requirements Prior to commencement of work governed by this contract, the CONTRACTOR shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. In addition, the CONTRACTOR shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease,policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. 29.5 Professional Liability Requirements Recognizing that the work governed by this contract involves the furnishing of advice or services of a professional nature, the Contractor shall purchase and maintain, throughout the life of the contract,Professional Liability Insurance which will respond to damages resulting from any claim arising out of the performance of professional services or any error or omission of the Contractor arising out of work governed by this contract. The minimum limits of liability shall be: $300,000 per occurrence and $500,000 aggregate Section 30. INDEMNIFICATION The CONTRACTOR does hereby consent and agree to indemnify and hold harmless the COUNTY, its Mayor, the Board of County Commissioners, appointed Boards and Commissions, Officers, and the Employees, and any other agents, individually and collectively, from all fines, suits, claims, demands, actions, costs, obligations, attorneys fees, or liability of any kind arising out of the sole negligent actions of the CONTRACTOR or substantial and unnecessary delay caused by the willful nonperformance of the CONTRACTOR and shall be solely responsible and answerable for any and all accidents or injuries to persons or property arising out of its performance of this contract. The amount and type of insurance coverage requirements set forth hereunder shall in no way be construed as limiting the scope of indemnity set forth in this paragraph. Further the CONTRACTOR agrees to defend and pay all legal costs attendant to acts attributable to the sole negligent act of the CONTRACTOR. At all times and for all purposes hereunder, the CONTRACTOR is an independent contractor and not an employee of the Board of County Commissioners. As used in this section, the term "Contractor" shall include any subcontractors used by the Contractor. Section 30. E-Verify (F.S. 448.095). Beginning January 1, 2021, every public employer, contractor and subcontractor shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. By entering in this Agreement, the vendor certifies that it registers and uses the E-Verify system. If the contractor enters into a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The contractor must maintain a copy of such affidavit for the duration of the contract. Section 31. Federal and State Contract Clauses (as applicable). A portion of the funds used to pay for these services are expected to come from federal awards, as that term is defined in 2 CFR part 200. Therefore, the following federal contract clauses from 2 CFR part 200 are incorporated in and made part of this Agreement: A. Equal Employment Opportunity, No Discrimination Provisions: Contractor and County agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any parry, effective the date of the court order. Contractor or County agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92- 255), as amended,relating to nondiscrimination on the basis of drug abuse; 6)The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91- 616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression,familial status or age; 11)Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement,the Contractor, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix 11, ¶ C, agrees as follows: 1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment,without regard to their race, color,religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. 4) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. B. Davis-Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program,Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must comply with the Davis-Bacon Act(40 U.S.C. §§3141-3144, and §§3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. If applicable, the County must place a current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The County must report all suspected or reported violations to the Federal awarding agency. When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program (it does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program), the contractors must also comply with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). As required by the Act, each contractor or subrecipient is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The COUNTY must report all suspected or reported violations to the Federal awarding agency. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R.pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. C. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the County in excess of $100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C.§§ 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each contractor must compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. D. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. E. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387). Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§1251-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). The Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—applies to Contracts and subgrants of amounts in excess of$150,000. F. Debarment and Suspension (Executive Orders 12549 and 12689). A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp.,p. 189) and 12689 (3 CFR part 1989 Comp.,p.235),"Debarment and Suspension."SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. G. Byrd Anti-Lobbying Amendment(31 U.S.C. 1352). Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. H. Compliance with Procurement of recovered materials as set forth in 2 CFR § 200.322. Contractor must comply with section 6002 of the Solid Waste disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Other Federal Requirements: L Americans with Disabilities Act of 1990, as amended (ADA). The Contractor will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. J. Disadvantaged Business Enterprise (DBE)Policy and Obligation._ It is the policy of the County that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C.F.R. § 200.321(as set forth in detail below), applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts. The County and the Contractor and subcontractors shall not discriminate on the basis of race, color,national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 2 C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. If the CONTRACTOR, with the funds authorized by this Agreement, seeks to subcontract goods or services, then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. b. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements,when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontractor are to be let, to take the affirmative steps listed in paragraph(1)through(5) of this section. K. E-Verify. The Contractor shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. L. Access to Records. Contractor and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the Department of Homeland Security (DHS) and the Federal Emergency Management Agency's (FEMA) access to records, accounts, documents, information, facilities, and staff. Contractors must; 1. Cooperate with any compliance review or complaint investigation conducted by DHS, 2. Give DHS access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities,personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance, 3. Submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. M. DHS Seal, Logo and Flags. Contractor shall not use the Department of Homeland Security seal(s), logos, crests, or reproduction of flags or likeness of DHS agency officials without specific FEMA approval. N. Changes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modification, change order or constructive change must be approved in writing by both the COUNTY and Contractor. O. Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that FEMA financial assistance may be used to fund the contract. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. P. No Obligation by Federal Government. The Federal Government is not a parry to this contract and is not subject to any obligations or liabilities to the COUNTY/non-Federal entity, contractor, or any other parry pertaining to any matter resulting from the contract. Q. Program Fraud and False or Fraudulent Statements or Related Acts. If applicable, the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. R. Florida Division of EmergencyRequirements: Management Requirements: The Contractor is bound by any terms and conditions of the Federally-Funded Sub award and Grant Agreement between County and the Florida Division of Emergency Management. The Contractor shall hold the Division and County harmless against all claims of whatever nature arising out of the Contractor's performance of work under this Agreement, to the extent allowed and required by law. S. Scrutinized Businesses: For Contracts of any amount, if the County determines that the Contractor has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has given the Contractor written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. T. Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR § 200.216. Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or(3)Enter into a contract(or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i)For the purpose of public safety,security of government facilities,physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. U. Domestic preference for procurements as set forth in 2 CFR §200.322. The COUNTY and CONTRACTOR should,to the great extent practicable,provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: • (1) "Produced .in the United: States"means; for,iron, and steel products,:that.all manufacturing .; :: .processes,:from the in'itial:melting stage:through the application:of coatings,occurred•in the United: :: . States. :(2) "Manufactured:products" means.items:and construction.materials composed:in whole.. •• :: • •• z or:in part:of non-ferrous metals:such as:aluminum; plastics:and polymer-based products such:as z : of•vin• 1 chloride i p e; Aggregates:such as concrete; glass;:including optical'fiber and.lumber.: •• •: •• • . • . y� y. . . ' :• : • V. Program Fraud:'and False.or Fraudulent Statements or Related Acts. The Contractor :. acknowledges that :31 U.S.C..... Chapter:3.8• .(Administrative :Remedies for False .Claims and : : :: • : • Statements) applies.tote Contractor's actions pertaining:to:t is contract : :: •: • • • IN:WITNE:S S:WHEREOF,the parties.hereto have caused these presents to be executed on • :' • : the 16th day of July 2025.: . :' .. •• • • . A-ttestt,.Kev.in Madok,:Clerk of:Courts • : • MONROE COUNTY.BOARD OF COUNTY: - •. : - -• ,sr.- :�,4:,,,, :COMMISSIONERS ' tti Tn .�.. r . :', .,.....;.. -,) . ,T_„ff,�,P7}ter. • .. ::: .,,,:,:':-7,='1,1,-5:',.,g;:li .,•/' ,_,',:s.,,,-.-t.;,\, • • •• • -: • .• • • • 'lik A. . . r $ 1 isi :. :.: . . • ,. . . :.. . „,. . ..., ... =‘ , . . , , . . . . .. . . .: : r ? Byr.� � I�_,., •p _ By. , � J Iiiii'ti'ol,- -''''''occ':Y . . . ..li ��JI )s9 . ,� As Deputy Clerk .. •: : 7: •• :Mayor . ' .. • 1 • •- ;5. ..F.5 • • . • :.. . * • • ... - i -• . .' . . . . .. . .. :- Date�-yr= r. - -- ,...- , ,.. • • :• Date: 2cis.. • . . : . . : . : ORAA1:1(01- `4b2S7 • :. : : - ' : : - : . : 1 NROE:COUNTY ATTORNEY A , ROVE' .FO 1: : . . . • :. . . : .. . : : - . :. . . -. • . • . :. . • : . . . •.: • :. .. ... . i.. .: : . . .•• • - •• .. • FED°'•0 J:..., r • .B ,.. • AsSI- UNTY•AI1ORN - • Date • :' •6/27/25 :.• :.. . .: _ :- : • 'Print;Name: : • anny..Maldonado, .r•. . .. ' Title:: Executive:Vice.President, Operations: : : ' Date: : June'27,:2025 : : • • . . . : • • •, ,: . . _� - EXHIBIT A SCOPE OF WORK In the event of a disaster, upon Notice to Proceed from the COUNTY, the CONTRACTOR shall be responsible for providing Post Disaster Logistic Services. This notice to proceed will specify the services needed by the County in the aftermath of the designated event. Services may include but are not limited to; Incident Management Team (IMT) Resource Support Staff to operate Logistics Staging Areas, temporary sheltering, mobile units, emergency catering, emergency power,potable water,restrooms, and showers. All disaster response and recovery services shall be performed in compliance with FEMA. Documentation and reports of work performed shall be in a form suitable for FEMA reimbursement. 1. These tasks may include,but are not limited to: a) Incident Management Team Resource Support Staff to stand up and operate Logistics Staging Area: Designated team responsible for managing the operations with a designated logistical staging/ check-in area where goods, supplies, or equipment are properly tracked and staged before being distributing further. b) Temporary Sheltering: Ensure immediate safety and protection for individuals and families who may have lost their homes due to a disaster. Provide temporary shelter and essential services, such as food, medical care, and emotional support, to help stabilize the community in the aftermath of the disaster. c) Mobile Units: Provide quick response mobile units to assist in logistical staging of post disaster equipment and services. d) Emergency Catering: Organize the transportation of food from preparation sites to distribution centers and shelters in a timely manner. Develop a plan for distributing meals to various locations to support recovery operations and emergency workers. e) Emergency Power: Quickly source and procure generators and other power equipment to meet the immediate needs of facilities without electricity. Coordinate the transportation of emergency power equipment, including generators, fuel supplies, and related accessories. Oversee the installation and setup of power generation equipment, ensuring compliance with safety standards and operational guidelines. Ensure a consistent fuel supply for the generators and provide maintenance and repair services for power generation equipment to support continuous operations. f) Potable Water: Manage the transportation of potable water from its source to designated locations, using appropriate vehicles and containers to maintain water quality. Provide temporary or permanent storage solutions for potable water, including tanks and distribution systems, ensuring safe and efficient storage. Develop a distribution plan that guarantees timely delivery to facilities and communities in need. g) Restrooms and Showers: Manage the transportation of restroom and shower units to designated sites, ensuring timely delivery. Oversee the proper setup and installation of these portable facilities, ensuring they are ready for use and comply with local regulations. Provide regular maintenance and servicing, including cleaning, restocking supplies (such as toilet paper and soap), and addressing any issues. Ensure safe waste disposal and treatment, adhering to environmental regulations for waste management. 2. Types of Events Monroe County is seeking Contractors capable of responding to a wide range of emergencies and disasters including, but not limited to: • Pandemics • Floods • Tropical Cyclones • Wildfires • Erosion • Extreme Heat • Tsunamis • Transportation Incidents • Radiological Incidents • Terrorism • Biological Incidents • Mass Migration Incidents • Planned Events • Other Events 3. Continuous Liaison with Monroe County Beginning on the contract date of execution, the Contractor shall be continuously available to MCEM representatives for response to requests for information,receipt of delivery orders, discussion of contract performance, and other contract administration activities. To fulfill this requirement, within 30 days of receipt of the Notice of Award of this contract, the Contractor shall submit the following information to the Contract Manager by email: • The name,job title, and contact information for both business and non-business hours of at least one senior manager within the Contractor's organization and a minimum of one similarly qualified alternate, available 24 hours a day, 7 days a week (24-7)to serve as a continuously available liaison to Monroe County. • An organizational chart displaying lines of authorities and assigned responsibilities within the Contractor's organization relative to the performance and administration of the contract. The organizational chart shall include names,position/job titles, contact information for both business and non-business hours, and a description of each person's responsibilities under the contract. Failure to provide this information within time specified may result in cancellation of the contract. The Contractor shall notify the Contract Manager of any changes regarding the Contractor's designated liaisons or organization chartwithin one (1) business day of the change occurring. 4. Emergency and Disaster Activation: Upon level one activation of the Monroe County Emergency Operations Center in response to an emergency or disaster, the Contractor shall: • Upon request by MCEM, immediately deploy senior management personnel and supporting staff to Monroe County Emergency Operations Center, or any other point designated by the Director of Emergency Management to collaborate with emergency management personnel. Personnel should arrive no later than 24 hours from request. Failure to provide a senior management person with spending authority within 24 hours may result in termination of the contract. • When Contractor personnel are requested by MCEM, the Contractor shall provide a list of all personnel responding on their behalf eight hours prior to their arrival to include: company name, individual first and last name, email address, and cell phone number. Only personnel listed on this document will be granted entry into designated locations. • Provide a current and updated list of available resources to the Logistics Section Chief upon request, and provide continual updates while services are engaged. • If responding to multiple incidents simultaneously, document each incident response activity separately for accurate resource coordination and invoicing. 5. Emergency and Disaster Response: During emergency and disaster response operations, the Contractor shall: • Work as a unified and collaborative team alongside local, state, and federal agencies,volunteer and non-profit agencies, and other private sector entities in the fulfillment of missions tasked by MCEM. • Respond to missions tasked by MCEM immediately and efficiently. • Provide rapid on-site deployment and installation of equipment, structures, and supporting materials when mission-tasked by MCEM. • Provide real-time asset tracking for all missions. 6. Emergency and Disaster Response—Cost Proposals/Quoting: Awarded Contractors may be asked to submit cost proposals for materials and/or services during an emergency or disaster activation at the request of Monroe County. Emergency cost proposals shall be equal to or lower than the contracted pricing. The Contractor may include separate line items for mobilization, demobilization, and market value fuel expenses. All other pricing must be all inclusive unless specifically authorized by Monroe County. 7. Timely Delivery of Materials and Services (Tasks): The Contractor is responsible for performing all management, supervision, and other administrative activities necessary to guarantee performance and strict compliance with the terms and conditions of the Contract. Time is of the essence, as materials and services procured under this contract are required to sustain life in the aftermath of emergency and disaster events that have disrupted or will disrupt normal supplies and services in the emergency/disaster location. Therefore, this Contract requires immediate response with timely production, delivery, and reporting by the Contractor. Failure to provide an immediate and effective response may result in termination of the contract. The date of issue for all purchase orders, delivery times, and start and end of service will be expressed in the local time of the delivery or service location. Deliveries and start of services will be considered timely if made at the specified delivery site within two hours before or after the time specified for delivery in the purchase order. The Contractor shall ensure every delivery is properly reported to MCEM and that MCEM acknowledgement of every delivery is obtained through a Bill of Lading (BOL). The Contractor is responsible for ensuring that every delivery is supported with all required documentation. Invoices submitted to MCEM without the required documentation will be returned to the vendor for corrections. Delivery shall be considered made when the Contractor has obtained written acknowledgement from MCEM of the date and time of the arrival at the delivery site, the shipment is unloaded, and the driver is released by the on-site Monroe County representative. 8. Specific Tasks and Deliverables In addition to the general tasks and deliverables previously outlined, the following tasks and deliverables apply to materials and services. 9. Emergency and Disaster Response Operations Upon activation, the Contractor shall: • Provide on-site maintenance and decontamination of Contractor equipment based upon manufacturer's maintenance schedule for equipment deployed more than 48 hours. • Conduct final demobilization of equipment at the end of the mission and provide decontamination and rehabilitation of equipment prior to final close-out. 10. Leased Equipment When ordered/mission-tasked by MCEM, the Contractor shall: • Begin mobilization of leased equipment packages within 6 hours. • Provide on-site deployment and installation services for each piece of equipment within 12 hours. • Ensure all equipment delivered is in good to excellent working condition. • Ensure required safety features are in place and in good working order. • Ensure equipment is delivered in a "ready for use" status. Equipment received in an unprepared condition will not be included in the invoice billing period until the Contractor can demonstrate proper"run condition" of the unprepared equipment. Delivered equipment not meeting the contract terms or in MCEM's opinion appears in a state of disrepair shall be replaced with properly working equipment at the Contractor's expense. No invoicing shall occur for equipment not meeting the contract terms or mission requirements. Reasonable wear and tear will be considered part of the lease payments to include scratches in paint, abrasion, and nonstructural or operational imperfections. Rental prices shall include: (i) lease price, (ii) all administrative, reporting, and overhead costs to include routine equipment maintenance, and(iii)profit. 11. Power Generators • Minimum of one (1)week operation phase duration, excluding mobilization and demobilization. • Rental rates only —transportation rates from point of origin and/or point of delivery and/or point of use are not included. • GPS units are required for each generator 12. Maintenance and Repairs of Heavy Equipment • Contractors shall be able to provide equipment fuel upon MCEM's request. • Tire replacements, if needed, will be arranged by the Contractor. • Contractor shall provide an Operations and Maintenance Manual and maintenance schedule for each rental unit at the time of delivery. • Maintenance and repairs are the responsibility and the expense of the Contractor. • Downtime: equipment which has failed shall be replaced within 6 hours of notification by MCEM unless otherwise directed by MCEM. Failure to replace such equipment may be grounds for breach and termination of contract for cause by MCEM. Loss of use/downtime shall be deducted from final billing. 13. SANPACs (Sanitation Packages) MCEM will provide electronic notifications to move or demobilize equipment. The Contractor will have 24 hours to move or demobilize equipment from the site/service location. Contractor will provide daily electronic updates for all sites that require servicing. Updates shall include ship-to location, mission number, service begin date, service update and service end date (if applicable) for all locations. Contractor must service portable toilets and dumpsters. 14. Typed Support Packages (LSA, POD, Cooling, Mobile Disaster Recovery Center (DRC), Mobile Kitchen,Warehouse and site preparation) • Support Packages are to begin mobilization within 12 hours of order. • Equipment within a Support Package will be delivered "ready for use" to MCEM. Any equipment arriving in an unprepared condition will not be included in the invoice billing period until the Contractor can demonstrate it is ready for operation. • Not all sites may be "installation ready". As such, the Contractor must be prepared to provide optional, reasonable land clearing and/or installation of temporary crushed gravel base between 24" as required on a site and remove all gravel upon demobilization of the site. • The Contractor shall be prepared to install temporary chain link fence with all necessary access gates as needed. Fencing shall be removed by the Contractor upon demobilization of the site. • The Contractor shall partially or fully demobilize sites and assets as requested by MCEM. • Upon demobilization, the Contractor shall confirm and document completion of all missions and perform routine and final inspections of all equipment. Contractors will provide the following types of specialized personnel when requested: • Specialists in emergency generating and electrical ground power and distribution systems. • Specialists in emergency pumping, flood fighting and hydrology. • Specialists in selecting and establishing emergency sites to include site prep, grading, soil evaluation and engineering, flood management, lying of both above and belowground emergency utilities. 15. Personnel On occasion, staff augmentation is required for specific disaster response functions. Personnel will be requested by MCEM as needed. Where national standards apply to a position, the contracted personnel should possess the proper certification(s) and/or credential(s). 16. Temporary Structures —Individual Temporary Structures shall begin mobilization within 6 hours of order by MCEM. Temporary Structures shall be in good to excellent working condition. All Temporary Structures will be delivered "ready for use" to MCEM. Any equipment arriving in an unprepared condition will not be included in the invoice billing period until the Contractor can demonstrate it is ready for operation. The Contractor shall make available to MCEM an Operations and Maintenance Manual and maintenance schedule for each rental unit at the time of delivery upon request. Final maintenance on all Temporary Structures will be line itemized, included in the lease by the Contractor. Maintenance and decontamination will be conducted by or contracted for by the Contractor. Prices for these services will be included on all quote requests and line itemized on the final invoice. Tire replacements, when needed, will be arranged through the Contractor. Upon demobilization the Contractor shall: • Confirm and document the completion of all missions. • Perform routine and final inspections of all equipment and submit final cost accounting. 17. Shelf-Stable Meals Shelf-stable meals will be used for emergency mass distribution. Meal Kit packages must include single use, self-heating, nationally accepted methods. A three-meal,per person,per day package is offered during mass distribution which consists of breakfast, lunch, and dinner in one single waterproof package. These single "one-day per person"meal packages may be either bulk packed, or in cases not less than 24 per master case. This facilitates the ease of mass distribution to the general public. In emergency events, it is not practical to open small cases of either same or variety meals for distribution to the public due to time and staffing constraints. General Product Specifications • Each meal contains a minimum of 1,020 calories. • Each case of 12 meals must contain six different menu varieties. • Each meal to include a minimum of an entree; a side item; dessert; snack; an accessory packet; and flameless ration heater(frh). Must be self-heating through one of several nationally acceptable non-toxic, single use methods. Individual full meal, nutritionally balanced/self-heated non-perishable packaged. • Specifications based on a pack ready meal or equal commercial product. • Meals must be individually packaged and nutritionally balanced. • Freeze dried meals are not acceptable. • Meals must have a minimum shelf life of three years. • Meals must have the expiration/best by date printed on the case. Nutritional Considerations (Deliverables): • All meals must be nutritionally balanced. • Senior/Child meals must have lower sodium content than regular adult meals. • Belief-Based Diets must be provided for as needed. • Meals should also include options for Halal. Meals should be certified Halal and meet Islamic Halal standards established by the Islamic Food and Nutrition Council of America(IFANCA). • Meals should also include options for Kosher which are prepared under rabbinical supervision. Packaging (Deliverables): • Meal Kit Packaging must be durable and waterproof. • Meal kits shall be packed into either master cases not less than 24 kits per case or bulk packed. All cases or bulk packaging must be durable, water resistant and be enclosed on all six sides. Each case or bulk pack shall be clearly marked with sub and sub-packaging quantity (e.g. 96 each, 3-meal Adult Shelf Stable Meal Kits), stock and lot numbers, date of manufacture, and expiration date. Master Packaging and palletizing: • Cases, boxes or master packs must be packed on a standard 3'x4' or 4'x4' wooden or plastic pallet • Pallets will not be stacked more than 5'6"high to include the pallet • All pallets shall be wrapped at least three times with standard pallet shrink-wrap. • All pallets shall be clearly marked with a placard indicating what the pallet contains (e.g. ADULT or SENIOR ADULT/CHILD MEALS). • Pallets shall contain only one (1) master type (e.g. adult or senior adult/child), although variations in meal types within the master type is allowed. EXHIBIT B PRICE SHEET Note:Items left blank will be considered"Not Bid". Cost for Complete Setup aFd Per Day Per Week Per Month Response Time n ManningHours Pedestrian Point of Distribution Team 9- 508-1189 -Type 1 $50,400.00 $352,800.00 $1,411,200.00 24-48 hours Pedestrian Point of Distribution Team 9- 508-1189 -Type T e 2 $32,400.00 $226,800.00 $907,200.00 24-48 hours Drive Through Point of Distribution Team (9- 508- $140,400.00 $982,800.00 $3,931,200.00 24-48 hours 1187)-Typel Drive Through Point of Distribution Team (9- 508- $61,200.00 $428,400.00 $1,713,600.00 24-48 hours 1187)-Type 2 Drive Through Point of Distribution Team (9- 508- $34,200.00 $239,400.00 $957,600.00 24-48 hours 1187)-Type 3 SUPPLIES&EQUIPMENT FOR COMMUNITY SHELTER INTERNAL USE Items left blank will be considered"Not Bid" ITEM# DESCRIPTION UOM UNIT COMMENTS PURCHASE PRICE Food&Feeding Supplies for Human Population 1 Formula,Infant,Powdered and Liquid case $239.40 4 pack 2 Food,baby,protein,2.5 oz.jar case $56.00 12 pack 3 Food,baby,fruit/vegetable 2.5 oz.jar case $42.00 12 pack 4 Liners,Baby Bottle,disposable,4 oz. 100/count $32.20 100 count 5 Liners,Baby Bottle,disposable,8 oz. 100 count $32.20 100 count 6 Holder,for liners,baby bottle,4 oz. each $21.00 7 Holder,for liners,baby bottle,8 oz. each $21.00 8 Nipple,baby bottle,silicone,medium flow case $16.80 2 pack 9 Nipple,baby bottle,silicone,fast flow case $16.80 2 pack 10 Bib,disposable,infant case $21.00 30 count 11 Bib,disposable,toddler each $16.80 30 count 12 Can opener,electric each $50.40 1 each 13 Can opener,non-electric each $21.00 1 each 14 Cup,training,drinking each $25.20 3 pack 15 Measuring Spoon Set each $14.00 1 set 16 Measuring Cup,2 cup each $12.60 1 each 17 Straws box $4.20 100 count 18 Breast Pump for breast feeding each $400.40 1 pump 19 Breast Feeding pads box $23.80 100 count 20 Breast milk storage bags box $47.60 100 count 21 Baby Crib each $102.20 1 each Food for Animal Population 22 Kitten,Milk Replacement,51b.bag(KMR) each $277.20 1 each 23 Puppy, Milk Replacement,5 lb.bag each $309.40 1 each 24 Dog/Cat Food 101b bag each $100.80 1 each 25 Grain/Stock Feed,50 lb.bag each $50.40 1 each Animal Feeding/Watering Supplies 26 Stainless Steel Bowl, 1 pint each $15.40 1 each 27 Stainless Steel Bowl,3 quart each $18.20 1 each 28 Stainless Steel Bucket,flat-sidesw/clip,2.5-3 gal. each $50.40 1 each 29 Stainless Steel Bucket,flat-sided,5 gal. each $81.20 1 each 30 Steel Tub,galvanized,oblong or oval,60 gal. each $441.00 1 each 31 Nursing Kit,2 ounce each $18.20 1 each Animal Crates/Containment Systems 32 Coated Wire Collapsible Crate,36"long each $78.40 1 each 33 Coated Wire Collapsible Crate,48"long each $120.40 1 each 34 Pet Carrier,corrugated plastic,50/case each $130.20 12 pack 35 Kennel Cab,plastic,small each $152.60 1 each 36 Kennel cab,plastic,medium each $184.80 1 each 37 Kennel Cab,plastic,extra large each $288.40 1 each 38 Puppy Play Pen,Coated VUre each $91.00 1 each 39 Portable Corral Panel, 10' each $260.40 1 each 40 Tie-out stake, 18" each $21.00 1 each 41 Tie-out Lead,20' each $26.60 1 each 42 Leash,nylon,6'long x 3/4"wide,standard clip each $16.80 1 each 43 Leash,nylon,6'long x 1"wide,heavy-duty clip each $11.20 1 each 44 Slip Lead with D-ring each $21.00 6 each 45 Collar,nylon with snap buckle,small each $11.20 1 each 46 Collar,nylon with snap buckle,medium each $12.60 1 each 47 Collar,nylon with snap buckle,large each $15.40 1 each 48 Collar,nylon with snap buckle,x-large each $16.80 1 each 49 Halter,nylon,pony each $72.80 1 each 50 Halter,nylon,foal each $57.40 1 each Animal Crates/Containment Systems(continued) 51 Halter,nylon,adult each $57.40 1 each 52 Halter, nylon,draft each $57.40 1 each 53 Halter, nylon,yearling each $57.40 1 each 54 Halter,rope,adjustable each $21.00 1 each 55 Lead line,nylon, 10 ft. each $28.00 1 each 56 Rope,nylon, ''/d'thick each $40.60 1 each 100'spool 57 Muzzle,nylon,cat,small each $18.20 1 each 58 Muzzle,nylon,cat,medium each $18.20 1 each 59 Muzzle,nylon,cat,large each $18.20 1 each 60 Muzzle,nylon,dog,7 sizes pack $30.80 1 each 61 Muzzle,wire cage,small each $67.20 1 each 62 Muzzle,wire cage,medium each $72.80 1 each 63 Muzzle,wire cage,large each $78.40 1 each 64 Muzzle,wire cage,x-large each $91.00 1 each Animal Bedding/Litter 65 Bedding,Corn Cob bag $23.80 1 each 66 Cat Litter bag $26.60 1 each 20#bag 67 Crate Pad,small each $36.40 1 each 68 Crate Pad,medium each $53.20 1 each 69 Crate Pad,large each $100.80 1 each 70 Crate Pad,x-large each $161.00 1 each 71 Straw,75-pound bale each $25.20 1 each 72 Litter Pan,medium each $25.20 1 each 73 Litter Pan,large each $25.20 1 each 74 Litter Pan,jumbo each $35.00 1 each 75 Litter scoop,jumbo each $14.00 1 each 76 Pick-up Bags,biodegradable box $40.60 1 box 540 count 77 Pooper Scoop,large pan with rake each $32.20 1 each 78 Pooper Scoop,large pan with spade each $49.00 1 each 79 Wee Wee/Housebreaking Pads case $54.60 1 case 100 count Animal Control Equipment 80 Transfer Trap w/rear sliding door,32"x 10"x 12",Tomahawk or approved each $231.00 1 each equal 81 Transfer Trap w/rear sliding door,48"x20"x26",Tomahawk or approved each $791.00 1 each equal 82 Transfer Trap w/rear sliding door,72"x20'x26",Tomahawk or approved each $998 20 1 each equal 83 Feral cat Handler, 17"x12"x12",Tomahawk or approved equal I each $239.40 1 each 84 Animal Control Pole,expandable,4-6 ft. each $228.20 1 each 85 Heavy Duty Net,4 ft.,Tomahawk Dura-Flex or approved equal each $341.60 1 each 86 Throw Net,4 ft. each $170.80 1 each 87 Handlergloves,leather/Kevlar,18"sleeve each $53.20 1 pair Baby/Child Supplies 88 Baby-wipes, 144 count box $95.20 24 packs of 80 wipes 89 Bathtub, Baby each $100.80 1 each 90 Ointment,diaper rash,4 oz.tube case $197.40 72 per case 91 Pacifier,latex free,newborn box $21.00 5 pack 92 Pacifier,latex free,infant each $28.00 5 pack 93 Pad,changing table each $60.20 1 each 94 Seat,Infant each $100.80 1 each 95 Seat,toilet training,attaches to regular toilet each $21.00 1 each 96 Teething Ring box $16.80 3 pack 97 Book,coloring each $16.80 1 each 98 Book,Activity,age 5-7 each $21.00 1 each 99 Book,Activity,age 8-11 each $21.00 1 each 100 Cards,playing case $50.40 12 pack 101 Checker game each $22.40 1 pack 102 Crayons,4 pack box $21.00 20 packs 103 Crayons,64 pack box $19.60 1 pack Bedding/Linen Supplies for Human Population 104 Bed Sheet,flat,twin size case $200.20 24 pack 105 Sheets,Disposable,twin size case $50.40 50 pieces 106 Sheet,crib case $396.20 48 per case 107 Pillowcase,standard, 100%cotton case $28.00 12 pack 108 Pillowcase, king, 100%cotton case $28.00 12 pack 109 Loom woven Wool blanket,twin size each $137.20 12 pack 110 Blanket,baby each $245.00 24 per case 111 Blanket,receiving each $42.00 12 pack 112 Pillow,travel size each $26.60 2 pack 113 Disposable Pillow each $112.00 12 per case 114 Disposable Pillowcase each $65.80 100 pack 115 Bag,sleeping,medium weight each $210.00 10 pack 116 Hand Towel,cotton each $12.60 per dozen 117 Towel,bath,child's hooded each $331.80 baby size 72 pack 118 Towel,bath,regular each $35.00 Per Dozen 119 Disposable Towels-Mauve 2 ply box $28.00 per dozen 120 Washcloth,terry case $5.60 Per Dozen 121 Disposable Washcloths case $4.20 per dozen 122 Under-pads("Blue"Pads) case $70.00 50 pack 123 Plastic Sheets case $21.00 1 each Cleaning Equipment and Supplies 124 Wet/DryVacuum,large capacity each $259.00 1 each 125 Garden Hose,heavy duty,50-foot length each $102.20 50'1 each 126 Pressure Washer,electric, 1000-1500 psi each $298.20 1 each 127 Pump Sprayer,3 gal. each $68.60 1 each 128 Power Cord, heavy duty,indoor/outdoor,50-foot length each $120.40 1 each 129 Mop Handle,standard case $26.60 1 each 130 Rubbermaid Web Foot Mop Head, 16-20 ounce case $33.60 3 pack 131 Rubbermaid Wavebreak Mop Bucket with side-press wringer each $180.60 1 each 132 Bucket,plastic,2 gal. each $8.40 1 each 133 Bucket,plastic,5 gal. each $8.40 1 each 134 Broom,heavy duty each $39.20 1 each 135 Trash can with lid,galvanized,45 gal.capacity each $70.00 1 each 31-gallon 136 Spill Kit-EZ Clean,or approved equal eachH$36E9.60 24 kits 137 Bio-Hazard Infectious Waste Bags, 10 Gallon case2 11000 bags 138 Bio-Hazard Waste Container case $112.00 1 each 139 Cleaner,all-purpose,liquid case $92.40 4 1-gallon 140 Chlorine Bleach,2-gal.plastic bottle 4/case $67.20 6 1-gallon 141 Quaternary Ammonia,1 gal.plastic bottle 4/case $51.80 2 pack 1-gallon bottles 142 Disinfectant Spray case $232.40 12 aerosol per case 143 Dishwashing Liquid, case $200.20 4 1-gallon 144 Scrub Brush case $5.60 each 145 Sponges,large,kitchen with"pot-scrubber'scotch Brite,or approved case $44 80 24 each equal. 146 Spray Bottle,1 quart size case $28.00 4 pack 147 Trash Bags,small case $58.80 150 per case 148 Trash Bags,contractor grade,45 gal. case $64.40 50 per case 149 Liners,Trash Can,55 gallon case $86.80 40 per case Clothing 150 Onesie,infant,medium case $469.00 24 per case white 151 Socks,infant case $30.80 12 pair 152 Socks,toddler case $36.40 12 pair 153 Socks,child, medium case $114.80 100 pair per case 154 Socks,adult,women's case $114.80 100 pair per case 155 Socks,adult,men's case $142.80 100 pair per case 156 Sweatshirt,adult,L-2XL case $21.00 1 each white 157 Sweatshirt,child,small case $15.40 1 each white 158 Sweatshirt,Adult,S-M case $11.20 1 each white 158 Sweatshirt,child,large case $15.40 1 each white 158 Sweatpants,adult,L-2XL case $37.80 1 each 159 Sweatpants,child,small case $26.60 1 each 160 Sweatpants,adult,S-M case $28.00 1 each 160 Sweatpants,child,large case $26.60 1 each 160 Undershirt,child,small case $240.80 50 t-shirts 161 Undershirt,child, large case $240.80 50 t-shirts Furnishings 162 Tent,with side flaps-specify available sizes each $399.00 1 each 10 x 10 163 Porta Potties, handicap accessible each $81.20 1 each 164 Shower, portable,handicap accessible each $1,818.60 1 each 165 Portable Tankless Hot Water Heater,propane each $320.60 1 each 166 Fan, Floor Standing,Rotating each $91.00 1 each 167 Industrial Standing Floor Fan each $231.00 1 each 168 Portable Refrigerator,5 cubic ft. each $700.00 1 each 169 Cot,Adult,heavy duty each $400.40 1 each 170 Cot Pad,adult case $81.20 1 each 171 Cot,Child each $400.40 1 each 172 Cot Pad,child case $81.20 1 each 173 Crib,portable each $138.60 1 each 174 Mat,sleeping case $198.80 1 each 175 Privacy Partitions each $166.60 1 each 176 Chair, Folding each $30.80 1 each 177 Table,tray(snack size),folding each $134.40 4 each 178 Table,folding,72"x 39' each $184.80 1 each 179 Table,animal grooming,adjustable height with arm each $781.20 1 each 180 Table,portable veterinary exam each $434.00 1 each 181 Medicine Cabinet,locking each $4,240.60 1 each 182 File,storage,locking,4 drawer each $690.20 1 each 183 Ladder,heavy duty,6 foot each $431.20 1 each 184 Hand Cart,2-wheel each $137.20 1 each 185 Rubbermaid Plastic Utility Cart,25 7/8"W x 45 1/4"L each $450.80 1 ea 186 Utility Platform Truck,500-pound capacity,2 swivel wheels each $660.80 1 each 187 Pallet Truck, hydraulic,48"fork length each $791.00 1 ea 188 Portable Message Board each $257.60 1 ea 189 Ramp,portable for wheel chairs each $460.60 1 each Identification Supplies 190 Hospital Identification Bracelets 100/box $81.20 250 each white 191 Wristbands,write-on,tyvek,neon blue 100/box $23.80 500 each 192 Wristbands,write-on,tyvek,neon green 100/box $23.80 500 each 193 Wristbands,write-on,tyvek,neon orange 100/box $23.80 500 each 194 Wristbands,write-on,tyvek,neon pink 100/box $23.80 500 each 195 Wristbands,write-on,tyvek,neon yellow 100/box $23.80 500 each 196 Wristbands,write-on,tyvek,white 100/box $23.80 500 each 197 Animal Microchip,Home Again or similar brand box $11.20 1 pack Fi Nano brand Lighting/Power Supplies 198 Desk or Table Lamp,electric each $39.20 1 each 199 Floor Lamp,electric each $60.20 1 each 200 telescoping work light stand,2-lights each $107.80 1 each 201 Replacement Light Bulb,60 watt case $21.00 5 pack 202 Replacement Light Bulb, 100 watt case $21.00 5 pack 203 Flashlight,heavy duty,battery operated each $44.80 8 pack 204 Traffic Baton, 14"neon red,battery operated each $72.80 4 pack 205 Lantern,Tuff Lite,4D,or approved equal each $40.60 1 each 206 Spotlight,2 million candlepower, portable, rechargeable each $95.20 1 each 207 Batteries(AA Size)-Rayovac,or approved equal box $46.20 32 each 208 Batteries(C Size)-Rayovac,or approved equal box $42.00 12 each 209 Batteries(D Size)-Rayovac,orapproved equal box $49.00 12 each 210 Batteries,lantern,for Tuff Lite or approved equal box $11.20 1 each Medical Equipment and Supplies 211 AED,Lifepak 1000,or approved equal each $7,406.00 1 kit 212 AED replacement Defibrillator Pads(6/box) box $114.80 1 set 213 Anti-pruritic ointment, 2oz.Tube each $18.20 2 tubes 214 Antibiotic Ointment,Triple(1 gram) box $25.20 box of 100 215 Acetaminophen(non-aspirin)-Liquid,pediatric box $19.60 2 pack 2 oz 216 Acetaminophen(non-aspirin),tablet box $16.80 100 tablets 217 Adhesive strips box $43.40 60 count 2 packs 218 Adhesive tape box $21.00 12 rolls 219 Alcohol Prep case $11.20 4 packs of 100 220 Alcohol, isopropyl case $78.40 12 pack 16 fl oz 221 Ammonia Inhalant-Breakable Capsules box $28.00 pack of 10 222 Antacid,low sodium-Alcalak-50 x 2,or approved eq. bottle $30.80 box 50 2-pack 223 Antibiotic ointment-Neosporin,or approved equal case $102.20 144 packs.03 oz 224 Applicator,cotton-tipped-Case of 2000 each $110.60 2000 each individually wrapped 225 Aspirin,5 grain-Tri-Buffered aspirin bottle $26.60 130 pack 226 Bag-Valve-Mask,Adult each $60.20 1 each 227 Bag-Valve-Mask, Child each $60.20 1 each 228 Bag-Valve-Mask, Infant each $60.20 1 each 229 Bandage,Elastic box $32.20 24 rolls 2" 230 Bandage gauze roller box $28.00 24 pack V 231 Bandage,Self-Adhering,3"x 5yards,Asst.Colors box $92.40 60 pack 232 Bandage,Self-Adhering,6"x 4.1 yards,(non-sterile) box $22.40 3 pack 233 Band-Aids,(3/4"x Y) box $68.60 1500 pack 234 Band-aid,Pediatric Sesame Street(or equivalent) box $28.00 100 count 235 Betadine scrub solution-16oz bottle $23.80 1 bottle 16 oz 236 Bulb Syringe,2oz. each $21.00 5 pack 237 Calamine lotion 4oz bottle $12.60 1pack 6oz 238 Central Line Kit(Dressing Tray/w/Tegaderm each $14.00 1 kit 239 Compact Suction Unit-800cc each $847.00 1 unit 240 Compressor/Nebulizer(Pulmo-Aide),or approved equal each $140.00 1 unit 241 Cotton balls-nonsterile,large box $21.00 500 pack 242 Dressing,2 x 2(10/Box) box $21.00 10 count 243 Dressing,4 x 4(10/Box) box $28.00 10 count 244 Dressing,Tegaderm,Transparent box $32.20 25 pack 4 x 4-3/4 245 Emesis Basin,Disposable Kidney Shaped each $44.80 20 pack 246 Epipen auto injector box $600.60 2 injectors 247 Eye pads box $19.60 50 pack 248 First Aid Kit,portable each $42.00 1 each 249 Gauze Compresses,Ind.Wrapped,3"x 3' box $19.60 60 packs 2 pads 250 Gloves,Exam,Small(11",.6 mil Nitrile) 100/box $14.00 100 pack 251 Gloves,Exam,Medium(11",.6 mil Nitrile) 100/box $14.00 100 pack 252 Gloves,Exam,Large(11",.6 mil Nitrile) 100/box $14.00 100 pack 253 Gloves,Exam,Extra Large(11",.6 mil Nitrile) 100/box $14.00 100 pack 254 Glucometer(Accu-Check) each $30.80 1 pack 255 Glucometer Strips(Accu-Check),or approved equal box $70.00 50 pack 256 Active controls(Accu-Check),or approved equal box $21.00 kit 257 Lancets(Accu-Check),or approved equal box $25.20 100 pack 258 Handi-Wipes-Bacterial BZK Wipes,or approved equal box $68.60 1000 pack 259 Hydrogen Peroxide(16 oz.Bottle) bottle $15.40 1 bottle 260 Ice Bag each $16.80 1 bag 261 Iodine Swabs box $12.60 50 pack 262 Irrigation Kit each $93.80 1 kit 263 IV Administration Sets,Standard(10 drops) each $5.60 1 each 264 IV Administration Sets,Standard(60 drops) each $371.00 50 pack 265 IV Arm board(2"x 9') box $72.80 24 pack 266 IV Poles-2 hook, caster each $92.40 1 each 267 IV Needle,14g-Catheter box $179.20 50 pack 268 IV Needle,16g-Catheter box $179.20 50 pack 269 IV Needle,18g-Catheter box $179.20 50 pack 270 IV Needle,20g-Catheter box $180.60 50 pack 271 IV Needle,22g-Catheter box $180.60 50 pack 272 IV Needle,Butterfly,25g box $193.20 100 pack Medical Equipment and Supplies-continued 273 Labels(allergy) box $15.40 500 roll 1"x 2" 274 Needle,20g x 1-1/2"-For Syringes box $21.00 100 pack 275 Needle,22g x 1-1/2"-For Syringes box $21.00 100 pack 276 Needle,25g x V-For Syringes box $21.00 100 pack 277 Insulin Needle&syringe-28g x 1/2"1cc box $35.00 100 pack 278 Needle,20g x 1-1/2"-For Syringes box $21.00 100 pack 279 Needle,22g x 1-1/2"-For Syringes box $21.00 100 pack 280 Needle,25g x V-For Syringes box $21.00 100 pack 281 Luer Adapter-Multi Sample box $357.00 100 pack 282 Nasal Cannulas,Adult each $16.80 5 pack 283 Nasal Cannulas,Infant/Pediatric each $30.80 5 pack 284 Nebulizer Kit,Disposable(Pulmo-Aide),or approved eq each $40.60 3 pack 285 Nitriderm Surgical Gloves Non-Latex-size 6.5 box $152.60 50 count 286 Nitriderm Surgical Gloves Non-Latex-size 7.5 box $155.40 50 count 287 Obstetrical Kit each $28.00 1 kit 288 Oxygen Cylinder,E size,Aluminum each $124.60 1 bottle 289 Oxygen Humidifier each $18.20 1 bottle 290 Oxygen Regulator(Single DISS Connection) each $58.80 1 each 291 Oxygen Supply Tubbing,standard diameter,50 ft roll each $43.40 1 roll 292 Peak Flow Meter-disposable mouthpiece-standard each $40.60 3 pack 293 Peak Flow Meter-standard range each $100.80 1 each 294 Pocket Mask replacement,one-way valves box $56.00 50 pack 295 Pulse Oximeter each $28.00 1 each 296 Pulse Oximeter Charger each $28.00 1 each 297 Sharps Containers(2 gallon) case $35.00 1 each 298 Scissors,paramedic pair $39.20 12 each 299 Sterile Water-1000ML bottle $57.40 6 bottle 300 Sterile Water-250ML bottle $5.60 1 bottle 301 Sterile Water-500ML bottle $7.00 1 bottle 302 Stethoscopes-Adult each $50.40 1 each 303 Stethoscopes-Pediatric each $130.20 1 each 304 Suction Sys w/Ig.bore Yankauer,Adult(Res-Q-Vac or equiv) each $625.80 1 each 305 Suction System Replacement Kits,Adult(includes Yankauer and canister) each $50.40 1 set 306 Suction System,Battery operated(SScort III or approved equal each $1,558.20 1 each 307 Suction System,Replacement canisters forS-Scort III or equivalent) each $14.00 1 each 308 Suction Catheter Mini soft Kits each $15.40 1 each 309 Suction Catheters-6FR box $78.40 1 box 50 count 310 Suction Catheters-8FR box $81.20 1 box 50 count 311 Suction Catheters-10FR box $82.60 1 box 50 count 312 Suction Catheters-12FR box $79.80 1 box 50 count 313 Suction Catheters-14FR box $82.60 1 box 50 count 314 Suction Catheters-16FR box $74.20 1 box 50 count 315 Suction Catheters-18FR box $113.40 1 box 50 count 316 Surgical Masks w/face shields box $68.60 1 box 50 count 317 Surgical Tape, V x 10 yards each $26.60 12 pack 318 Surgical Tape,1/2"x 10 yards each $21.00 24 pack 319 Surgical Tape,2"x 10 yards each $21.00 6 pack 320 Surgi lube,or approved equal(5-gram packet) case $91.00 1 box 144 count 321 Syringe(1cc) box $40.60 1 box 100 count 322 Syringe,30cc box $25.20 1 box 10 count 323 Syringe,60cc box $28.00 10 pack 324 Syringe,Self-sheathing,10cc box $400.40 50 count 325 Syringe,Self-sheathing,3cc box $301.00 50 count 326 Syringe,Self-sheathing,5cc box $350.00 50 count Medical Equipment and Supplies-continued 327 Tape, 1"x 10 yd(hypo) each $19.60 12 pack 328 Tape,3"x 10"yd(hypo) each $21.00 4 pack 329 Thermometer, Digital box $15.40 1 each 330 Thermometer, Genius-Kendall box $735.00 1 each 331 Thermometer,Digital Probe Covers box $28.00 1 box 96 count 332 Thermometers, Pacifier box $21.00 1 each 333 Tongue Depressors box $11.20 100 pack 334 Tracheotomy Care Set w/Hydrogen Peroxide each $22.40 1 set 335 Urinary Drainage Bag each $36.40 3 pack 336 Wound Care cleaner Spray-12oz bottle bottle $25.20 1 each 337 Wound Dressing(Sorbsan)-3"x 3' box $50.40 10 pack 338 Respirator,with One-Way Valve,N-95,or approved eq. each $63.00 1 box 10 339 Throat Lozenges box $7.00 1 box 18 340 Basin,8 Qt.Disposable each $4.20 each 341 Bed Pan,disposable each $21.00 1 each 342 Bedside Commode w/comfort grip armrest each $72.80 1 each 343 Walker,Folding each $68.60 1 each 344 Wheelchair,regular each $260.40 1 each 345 Wheelchair,Doublewide,Bariatric each $632.80 1 each 346 Urinal, Male,disposable each $21.00 1 each 347 Safety Pins Size#1 box $40.60 1440 pack 348 Safety Pins Size#2 box $47.60 1440 pack 349 Safety Pins Size#3 box $58.80 1440 pack 350 Hoyer Lift,Manual each $1,388.80 1 unit 351 Continuous Positive Airway Pressure Machine(CPAP) each $1,999.20 1 unit 352 Catheters, Foley box $21.00 1 each 353 Catheters,straight box $35.00 50 pack 354 Catheter bag box $56.00 5 pack 355 Urinal Bag,Male box $60.20 24 pack 356 Sanitary wipes box $56.00 12 packs 48 count 357 Biohazard Waste Containers(List sizes and types available) each $228.20 10-gallon step-on,poly Veterinary Supplies 358 Clippers,electric each $91.00 1 each 359 Clipper Blade,all purpose box $32.20 1 blade 360 Clipper Blade,surgical box $63.00 1 blade 361 Clipper Blade Cleaner/Lubricant can $12.60 1 bottle 362 Dryer,electric,cage mounted each $119.00 1 each 363 Dryer,electric, portable with hose each $200.20 1 each 364 Grooming shears,all-purpose each $50.40 1 each 365 Heating Pad each $78.40 1 each 366 Powder, Kwik Stop,or approved equal can $21.00 1 each 367 Nail Trimmer,Cat each $26.60 1 each 268 Nail Trimmer, Dog each $26.60 1 each 369 Vet-Wrap,2"wide,roll box $16.80 1 box 6 rolls 370 Vet-Wrap,4"wide,roll box $28.00 1 box 6 rolls Miscellaneous Supplies 371 Bungee Cord, 1 ft. each $32.20 12 pack 372 Bungee Cord,2 ft. each $40.60 12 pack 373 Bungee Cord,3 ft. each $49.00 12 pack 374 Cable Tie,6 inch bag $16.80 1000 pack 375 Cable tie, 12 inch bag $44.80 1000 pack 376 Plastic Sheeting,heavy-duty, 109 x 16'roll each $184.80 1 roll 6 mil 377 Plastic Sheeting,heavy-duty, 109 x 20'roll each $280.00 1 roll 6 mil 378 Plastic tarp,heavy duty with metal grommets,6'x6' each $30.80 1 each 379 "S"Hook box $60.20 100 pack 380 Funnel,small(kitchen use) each $5.60 1 each 381 Funnel,large(shop use) each $28.00 1 each 382 Hammer each $15.40 1 each 383 Needle Nose Pliers each $25.20 1 each 384 Screwdriver Set each $35.00 1 set 10 pieces 385 Utility Knife each $25.20 1 each 386 Jumper Cables,heavy duty each $40.60 1 set 16 feet 6 gauge 387 Safety Cone,36"high,orange each $270.20 6 pack 388 Fuel Storage/gas can,metal,5 gal. each $144.20 1 each 389 Duck Tape each $15.40 1 roll 390 Recycling Containers(List types and sizes available) each $100.80 1 each 23-gallon highboy Personal Hygiene Supplies 391 Diapers,disposable,newborn,6-10 lbs. box $57.40 84 count 392 Diapers,disposable, 12-18 lbs. box $57.40 84 count 393 Diapers,disposable,22-37 lbs. box $57.40 66 count 394 Diapers,Training,disposable,girl,32-40 lbs. box $72.80 84 count 395 Diapers,Training,disposable,girl, 38+lbs. box $92.40 84 count 396 Diapers,Training,disposable, boy,32-40 lbs. box $72.80 84 count 397 Diapers,Training,disposable, boy,38+lbs. box $92.40 84 count 398 Diapers,adult,disposable, Med./large box $28.00 14 count 399 Antiperspirant,8 oz can box $49.00 6 pack 400 Antiseptic, pre-moistened novelettes box $68.60 1 box 1000 count 401 Cream,diaper,4oz.Tube each $109.20 6 pack 402 Cream,shaving, 10oz can case $33.60 3 pack 403 Cream, moisturizing,4oz. Bottle each $12.60 1 bottle 404 Lotion,Baby,fragrance free,12 oz.bottle case $64.40 12 3.4 oz bottles 405 Lotion,hand,2 oz. case $56.00 case 100 1 oz bottles 406 Lotion, body,2 oz. case $56.00 case 100 1 oz bottles 407 Hand sanitizer,liquid bottle $154.00 case 100 2 oz bottles 408 Comb,Regular box $14.00 case of 100 409 Comb,Wide Tooth box $25.20 case of 100 410 Brush,Baby box $14.00 1 each 411 Brush,Hair box $8.40 1 each 412 Powder,Baby,non-talc, 15 oz. can $11.20 1 each 413 Powder,Body,2 oz. case $47.60 12 pack 414 Razors,Safety,disposable box $18.20 50 per case 415 Soap, Hand,antibacterial, liquid,20 oz. bottle $36.40 4 per case 416 Toothbrush, adult box $21.00 case 100 417 Toothbrush, toddler box $21.00 case 100 418 Toothpaste,0.85 oz.tube box $81.20 case 100 419 Shampoo,Baby,12 oz.bottle box $56.00 case 6 420 Soap,Facial case $77.00 case 100 2oz bars 421 Sanitary Napkins, 12/case each $32.20 case of30 422 Lotion, Hypoallergenic bottle $21.00 1 each 423 Body Lotion, Liquid, 6oz. Bottle each $9.80 1 each 424 Soap,Hypoallergenic case $53.20 4 pack 20 oz 425 Deodorant, Hypoallergenic I case 1 $144.20 12 pack 4.25oz 426 Gray Water Containers(List types and sizes available) I each 1 $480.20 1 each 21 gallon Personal Protective Equipment&Supplies 427 Disposable Gloves, non-latex, non-powder,small box $18.20 100 count 428 Disposable Gloves, non-latex, non-powder, medium box $18.20 100 count 429 Disposable Gloves, non-latex, non-powder, large box $18.20 100 count 430 Disposable Gloves, non-latex, non-powder,x-large box $18.20 100 count 431 Disposable Rubber Gloves, medium box $22.40 100 count 432 Disposable Rubber Gloves, large box $22.40 100 count 433 Disposable Rubber Gloves,x-large box $22.40 100 count 434 Safety Glasses each $4.20 1 each 435 Tyvek biohazard jumpsuit,size S each $112.00 case 25 436 Tyvek biohazard jumpsuit,size M each $112.00 case 25 437 Tyvek biohazard jumpsuit,size L each $112.00 case 25 438 Tyvek biohazard jumpsuit,size XL each $112.00 case 25 439 Tyvek biohazard jumpsuit,size XXL each $112.00 case 25 440 Tyvek high top boot covers w/elastic top box $170.80 1 case 50 count 441 Whistle each $14.00 2 pack 442 Hazardous Material Waste Containers(List types&sizes Avail.) each $278.60 1 each 10-gallon Plastic and Paper Products 443 Bowl,coated paper or plastic case $58.80 1 case 444 Disposable Food Tray,cardboard case $32.20 1 case 100 pack 3lb-rating 445 French Fry Holder,cardboard case $54.60 1 case 1000 count 446 Plate,paper,9" case $58.80 1 case 447 Plates,Foam,1300/case case $54.60 1 case 6"1000 count 448 Flatware,Plastic, 800/case case $28.00 1 case 1000 count 449 Stir Sticks for coffee/tea box $53.20 1 case 10-1000 count coxes 450 Napkins,Paper,8000/case case $77.00 1 case 451 Paper Cups,Hot,with handles 8 oz., 1000/case case $161.00 1 case 452 Paper Cups,Cold, 1400/case case $105.00 1 case 1000 count 453 Paper,Toilet,24/case case $78.40 1 case 96 roll 454 Paper Towels case $58.80 1 case 30 roll 455 Tissue,Facial,200/40 packs case $179.20 1 1 case 24 packs 456 Sandwich Bags,10 x 14,zipper closure case $95.20 1 case 1000 count Office Equipment and Supplies 457 2-3 Hole Paper Punch each $26.60 1 each 458 Binder,3-ring with tab dividers,1/2" each $54.60 6 pack 459 Binder,3-ring with tab dividers, 1-1/2" each $72.80 6 pack 460 Binder,3-ring with tab dividers,3" each $128.80 6 pack 461 Binder Clips, Large box $14.00 24 pack 462 Binder Clips, Medium box $19.60 72 pack 463 Binder Clips,Small box $21.00 288 pack 464 Box,file each $49.00 4 pack 465 Camera,digital,with computer-generated color print capabilities each $399.00 1 each 466 Batteries for digital camera pack $46.20 1 each 467 Card,Tx 5",blue box $11.20 100 each 468 Card,Tx 5",pink box $9.80 100 each 469 Card,Tx 5",white box $14.00 300 each 470 Clipboards,Metal Box each $46.20 1 each 471 Computer,laptop each $679.00 1 each 472 Easel Stand with Dry Erase Board and Easel Pad Clip each $161.00 1 each 473 Envelope,10 Business box $54.60 500 pack 474 Envelope,32#Kraft Clasped,9"x 12" box $102.20 100 pack 475 Envelope,Tyvek,10"x 13" box $107.80 100 pack 476 File Pocket, manila box $63.00 50 pack 477 Folder,File,regular box $60.20 100 pack 478 Flash drive,minimum capacity 2 gig each $14.00 1 each 479 Highlighter,fluorescent green,chisel tip box $19.60 12 box 480 Highlighter,fluorescent pink,chisel tip box $19.60 12 box 481 Highlighter,fluorescent yellow,chisel tip box $19.60 12 box 482 Label Writer,310 label printer each $180.60 1 each D410 unit 483 Laminator,letter size each $110.60 1 each 484 Laminator Sheets,badge size box $58.80 100 pack 485 Laminator Sheets,letter size box $40.60 200 pack 486 Marker,Dry-Erase,black box $26.60 12 box 487 Marker,Dry-Erase,blue box $26.60 12 box 488 Marker,Dry-Erase,green box $26.60 12 box Office Equipment and Supplies-continued 489 Marker,Dry-Erase,red box $26.60 12 box 490 Marker,Mr.Sketch 12-pack,non-toxic/watercolor,chisel tip each $32.20 12 pack 491 Marker,permanent,chisel tip,black box $30.80 12 pack 492 Marker,permanent,chisel tip,blue box $37.80 12 pack 493 Marker,permanent,chisel tip,green box $37.80 12 pack 494 Marker,permanent,chisel tip,red box $26.60 12 pack 495 Marker,Sharpie,permanent,fine tip,black box $23.80 12 pack 496 Marker,Sharpie,permanent,fine tip,blue box $23.80 12 pack 497 Marker,Sharpie,permanent,fine tip,green box $23.80 12 pack 498 Marker,Sharpie,permanent,fine tip,red box $23.80 12 pack 499 Masking tape(V x 60 YD) each $46.20 10 pack 500 Pad,Lined,(Regular) box $30.80 6 pack 501 Pad,Lined(Legal) box $30.80 6 pack 502 Pad,Easel each $64.40 2 pack 503 Pads,Telephone Message(2 part) box $40.60 2 pack 504 Paper Clamps(Butterfly Shaped) box $14.00 1 box 12 pack 505 Paper Clips(Jumbo) box $14.00 3 box 100 pack 506 Paper Clips(No.1) box $21.00 6 box 100 pack 507 Paper,Copy white,20 lb. case $106.40 10 reams of 100 508 Paper,Photo case $50.40 50 pack 509 Pen,Stick Ballpoint(Medium Point) 12/box $12.60 12 pack 510 Pencil Sharpener,Electric each $40.60 1 each 511 Pencils,wood case#2 12/box $12.60 12 pack 512 Printer, color, portable each $501.20 1 each 513 Printer ink,replacement cartridges(for above-listed printer) each $193.20 black 2 pack 514 Radio,battery-operated each $60.20 1 each 515 Removable Notes(4"x 6") pack $26.60 9 pack 516 Rubber Bands box $18.20 0.51b pack 517 Scissors,blunt tip each $4.20 1 each 518 Scissors,regular each $15.40 1 each 519 Sheet Protector,heavy-duty,letter size box $26.60 100 pack 520 Staple Remover each $12.60 3 pack 521 Stapler each $19.60 1 each 522 Staples, 5000/box each $5.60 1 box of 5000 523 Tape Dispenser each $11.20 1 each 524 Transparent tape 3/4 in. (for tape dispenser) box $19.60 12 pack 525 Tape,duct roll $53.20 5 pack 526 Tape,painters roll $81.20 10 rolls 527 Tape,traffic control,orange roll $128.80 1 roll 528 Thumb tacks box $8.40 120 pack 529 Phone,Video each $600.60 1 each 530 Cell Phone,full keyboard each $120.40 1 each 531 Fuel Storage Container,5 gallon each $123.20 1 each metal safety can 532 Plastic Zip Ties,assorted sizes bag $22.40 400 pack 100 each size 533 Ratchet Straps,assorted sizes bag $67.20 4 pack 534 Stabilizer Bars each $116.20 1 each PRICING TO SUPPORT COMMUNITY SHELTERS AND POINTS OF DISTRIBUTION Note: Items left blankwill be considered O I TOTAL BAGS PRICE BAG SIZE DELIVERY RESPONSE TIME DELIVERED PER BAG 50-500 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per TL 501-1,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per TL 48-72 HOURS, Min.order is TL quantities. We can 1,001-2,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per TL provide4TL per day. All pricing is FOB. 2,001-3,000 $7.00 Ice, 161b bag, 120 bags pper pallet, 20 pallets per TL 4,001-5,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per 5,001-6,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per TL 6,001-7,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per TL 8,001-9,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per TL 9,001-10,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 pallets per TL Over 10,000 $7.00 Ice, 161b bag, 120 bags per pallet, 20 96 HOURS, Min.order is TL quantities. We can provide pallets per TL 4TL per day. All pricing is FOB. TOTAL CASES PRICE PER BOTTLES PER CASE/BOTTLE SIZE DELIVERY RESPONSE TIME DELIVERED CASE 50-100 12. 00 24 BTLS/CS 24 HOURS 101-500 $12.00 24 BTLS/CS 84CS/PALLET 24-48 HOURS**Sold by Pallet only 501-700 12. 00 24 BTLS/CS 84CS/PALLET 24-48 HOURS**Sold by Pallet only 701-1000 $12.00 24 BTLS/CS 84CS/PALLET 24-48 HOURS**Sold by Pallet only 1001-3000 $12.00 WATER, 0.5L BOTTLE, 24 BTUCS, 84CS/PAL, **Sold by TL Only **Up to 100 TL delivered within 24 19PAL/TRK 1,596 CS/TL hours. 3001-5000 $12.00 WATER, 0.5L BOTTLE, 24 BTUCS, 84CS/PAL, **Sold by TL Only **Up to 100 TL delivered within 24 hours. 19PAL/TRK 1,596 CS/TL 5001-7000 $12.00 WATER, 0.5L BOTTLE, 24 BTUCS, **Sold by TL Only **Up to 100 TL delivered within 24 84CS/PAL, 19PAL/TRK 1,596 CS/TL hours. 7001-9000 $12.00 WATER, 0.5L BOTTLE, 24 BTUCS, 84CS/PAL, **Sold by TL Only **Up to 100 TL delivered within 24 19PAL/TRK 1,596 CS/TL hours. 9,001-10,000 $12.00 WATER, 0.5L BOTTLE, 24 BTUCS, **Sold by TL Only **Up to 100 TL delivered within 24 84CS/PAL, hours. 19PAL/TRK 1,596 CS/TL Over 10,000 $12.00 WATER, 0.5L BOTTLE, 24 BTUCS, Sold by TL Only **Up to 100 TL delivered within 24 84CS/PAL, 19PAL/TRK 1,596 CS/TL hours. TOTAL CASES PRICE PER DELIVERY RESPONSE TIME DELIVERED CASE 50-Too- 75.60 24-48 hrs 121-300 $75.60 24-48 hrs 301-500 75. 00 24-48 hrs 501-1,000 $75.60 24-48 hrs 1,001-1,500 75.60 24-48 hrs 1,501-2,000 75.60 24-48 hrs 2,001-3,000 $75.60 24-48 hrs 3,001-4,000 $75.60 24-48 hrs Over 4,000 $75.60 24-48 hrs ase pricing on 12 meals per case. HEATERMEALS TOTAL CASES PRICE PER DELIVERY RESPONSE TIME DELIVERED CASE 50-100 $94.92 24-48 hrs 121-300 94. 22 24-48 hrs 301-500 $94.92 24-48 hrs 501-1,000 94.92 24-48 hrs 1,001-1,500 $94.92 24-48 hrs 1,501-2,000 $94.92 24-48 hrs 2,001-3,000 $94.92 24-48 hrs 3,001-4,000 $94.92 24-48 hrs Over 4,000 $94.92 24-48 hrs Base pricing on 12 meals per case. CASED CAT&DOG FOOD Dog Food, Cases Delivered 22 oz. Cat Food,3 oz.can/12 cans/case DELIVERY RESPONSE TIME can/12 cans/case 50-100 $46.80 $39.60 24-48 Hrs 101-200 $46.80 $39.60 24-48 Hrs 201-300 6.80 $39.60 24-48 Hrs 301-400 $46.80 $39.60 24-48 Hrs 401-500 6.80 $39.60 24-48 Hrs 501-600 $46.80 $39.60 24-48 Hrs 601-800 $46.80 $39.60 24-48 Hrs Over 800 $46.80 $39.60 24-48 Hrs BAGGED CAT IJOG FOOD Dog Food, Bags Delivered Dry, Cat Food, Dry, 18 lb. Bag DELIVERY RESPONSE TIME 35 lb. Bag 50-100 $46.80 $34.80 24-48 Hrs 101-200 $46.80 $34.80 24-48 Hrs 201-300 $46.80 $34.80 24-48 Hrs 301-400 $46.80 $34.80 24-48 Hrs 401-500 6.80 $34.80 24-48 Hrs 501-600 $46.80 $34.80 24-48 Hrs 601-800 6.80 $34.80 24-48 Hrs Over800 $46.80 $34.80 24-48 Hrs t3AU:U HAY TOTAL BALES COST PER TYPE OF BALE (Round, Square) DELIVERY RESPONSE TIME DELIVERED BALE 50-100 $40.00 Square 48 hrs 1,01-200 $40.00 Square 48 hrs 201700 0. 00 Square 48 hrs 301-400 0.00 Square 48 hrs 401-500 $40.00 Square 48 hrs 501-600 0.00 Square 48 hrs Over 600 $40.00 Square 48 hrs BALED STRAW TOTAL BALES COST PER TYPE OF BALE (Round, Square) DELIVERY RESPONSE TIME DELIVERED BALE 50-100 $20.00 Square 48 hrs 1,01-200 $20.00 Square 48 hrs 201700 20. 00 Square 48 hrs 301-400 20. 00 Square 48 hrs 401-500 $20.00 Square 48 hrs 501-600 $2U.UU Square 48 hrs Over 600 $20.00 Square 48 hrs ANIMAL BEDDING BULK COST PER SHAVINGS OR TON DELIVERY RESPONSE TIME ALTERNATIVE Bulk shavings $1,600.00 48 hrs $ TOTAL BAGS PRICE DELIVERED PER DELIVERY RESPONSE TIME BAG/ BUNDLE 50-500 $16.00 Avg.72 hours 501-1,000 $16.00 Avg.72 hours 1,001-2,000 $16.00 Avg.72 hours 2,001-3,000 $16.00 Avg.72 hours 4,001-5,000 $16.00 Avg.72 hours 5,001-6,000 $16.00 Avg.96 hours 6,001-7,000 $16.00 Avg.96 hours 8,001-9,000 $16.00 Avg.96 hours 9,001-10,000 $16.00 Avg.96 hours PRICING FOR EMERGENCY GENERATORS&ASSOCIATED CABLING TO SUPPORT COMMUNITY SHELTERS&OTHER CRITICAL GENERATORS ITEM DAILY RENTAL WEEKLY RENTAL MONTHLY DELIVERY RESPONSE # NIMS TYPE SIZE RATE RATE RENTAL RATE TIME 1 Type V 10 KW $546.00 $1,267.00 $5,068.00 4-48 hrs based on quantity 2 15 KW $546.00 $1,267.00 $5,068.00 4-48 hrs based on quantity 3 20 KW $546.00 $1,267.00 $5,068.00 4-48 hrs based on quantity 4 25 KW $662.20 $1,604.40 $6,417.60 4-48 hrs based on quantity 5 30 KW $662.20 $1,604.40 $6,417.60 4-48 hrs based on quantity 6 35 KW $662.20 $1,604.40 $6,417.60 4-48 hrs based on quantity 7 40 KW $893.20 $1,909.60 $7,638.40 4-48 hrs based on quantity 8 45 KW $893.20 $1,909.60 $7,638.40 4-48 hrs based on quantity 9 50 KW $893.20 $1,909.60 $7,638.40 4-48 hrs based on quantity 10 60 KW $1,365.00 $2,816.80 $11,267.20 4-48 hrs based on quantity 11 70 KW $1,365.00 $2,816.80 $11,267.20 4-48 hrs based on quantity 12 75 KW $1,365.00 $2,816.80 $11,267.20 4-48 hrs based on quantity 13 80 KW $1,365.00 $2,816.80 $11,267.20 4-48 hrs based on quantity 14 90 KW $1,365.00 $2,816.80 $11,267.20 4-48 hrs based on quantity 15 100 KW $1,365.00 $2,816.80 $11,267.20 4-48 hrs based on uantit 16 110 KW $1,428.00 $3,124.80 $12,499.20 4-48 hrs based on quantity 17 125 KW $1,428.00 $3,124.80 $12,499.20 4-48 hrs based on quantity 18 175 KW $1,848.00 $3,378.20 $13,512.80 4-48 hrs based on quantity 19 180 KW $1,911.00 $3,603.60 $14,414.40 4-48 hrs based on quantity 20 200 KW $1,911.00 $3,603.60 $14,414.40 4-48 hrs based on quantity 21 250 KW $2,058.00 $4,116.00 $16,464.00 4-48 hrs based on quantity 22 300 KW $2,363.20 $4,559.80 $18,239.20 4-48 hrs based on quantity 23 350 KW $2,363.20 $4,559.80 $18,239.20 4-48 hrs based on quantity 24 Type IV 400 KW $4,442.20 $8,517.60 $34,070.40 4-48 hrs based on quantity 25 450 KW $4,442.20 $8,517.60 $34,070.40 4-48 hrs based on quantity 26 500 KW $4,442.20 $8,517.60 $34,070.40 4-48 hrs based on quantity 27 Type III 675 KW $5,859.00 $14,417.20 $57,668.80 4-48 hrs based on quantity 28 750 KW $5,859.00 $14,417.20 $57,668.80 4-48 hrs based on quantity 29 800 KW $6,657.00 $15,780.80 $63,123.20 4-48 hrs based on quantity 30 1000KW $6,657.00 $15,780.80 $63,123.20 4-48 hrs based on quantity 31 1250 KW $9,849.00 $24,633.00 $98,532.00 4-48 hrs based on quantity 32 1400 KW $9,849.00 $24,633.00 $98,532.00 4-48 hrs based on quantity 33 Type II 1500 KW $9,849.00 $24,633.00 $98,532.00 4-48 hrs based on quantity 34 1750 KW $11,004.00 $34,070.40 $136,281.60 4-48 hrs based on quantity 35 Type I 2500 KW $22,211.00 $42,609.00 $170,436.00 4-48 hrs based on quantity 36 3000 KW $26,653.20 $51,105.60 $204,422.40 4-48 hrs based on quantity 37 4500 KW $41,379.80 $76,658.40 $306,633.60 4-48 hrs based on quantity 38 5000 KW $44,422.00 $85,176.00 $340,704.00 4-48 hrs based on quantity 39 2 Megawatt $11,004.00 $34,070.40 $136,281.60 4-48 hrs based on quantity 40 3 Megawatt $26,653.20 $51,105.60 $204,422.40 4-48 hrs based on quantity 41 5 Me awatt $44,422.00 $85,176.00 $340,704.00 rs ase on quantity 42 10 Megawatt $88,844.00 $170,352.00 $681,408.00 4-48 hrs based on quantity 43 20 Megawatt $177,688.00 $340,704.00 $1,362,816.00 4-48 hrs based on quantity GENERATOR CABLING AND SUPPORT ITEMS Item# DESCRIPTION DAILY RENTAL WEEKLY RENTAL MONTHLY RENTAL DELIVERY RESPONSE RATE RATE RATE TIME 1 Generator Cable $35.00 $63.00 $252.00 4-48 hrs based on quantity 2 45 kVA Transformer $147.00 $427.00 $1,708.00 4-48 hrs based on quantity 3 75 kVA Transformer $154.00 $462.00 $1,848.00 4-48 hrs based on quantity 4 100 kVA Transformer $336.00 $1,008.00 $4,032.00 4-48 hrs based on quantity 5 150 kVA Transformer $392.00 $1,162.00 $4,648.00 4-48 hrs based on quantity 6 225 kVA Transformer $399.00 $1,190.00 $4,760.00 4-48 hrs based on quantity 7 300 kVA Transformer $406.00 $1,253.00 $5,012.00 4-48 hrs based on quantity 8 400 kVA Transformer $420.00 $1,260.00 $5,040.00 4-48 hrs based on quantity 9 500 kVA Transformer $420.00 $1,260.00 $5,040.00 4-48 hrs based on quantity 10 750 kVA Transformer $476.00 $1,428.00 $5,712.00 4-48 hrs based on quantity 11 1000 kVA Transformer $952.00 $2,856.00 $11,424.00 4-48 hrs based on quantity 12 1500 kVA Transformer $1,120.00 $3,360.00 $13,440.00 4-48 hrs based on quantity 13 2000 kVA Transformer $1,213.80 $3,640.00 $14,560.00 4-48 hrs based on quantity 14 600 Amp Line Panel $112.00 $322.00 $1,288.00 4-48 hrs based on quantity 15 800 Amp Line Panel $182.00 $532.00 $2,128.00 4-48 hrs based on quantity 16 1200 Amp Line Panel $224.00 $672.00 $2,688.00 4-48 hrs based on quantity 17 4000 Watt Generated Light Plant $224.00 $560.00 $2,240.00 4-48 hrs based on quantity 18 6000 Watt Generated Light plant $224.00 $560.00 $2,240.00 4-48 hrs based on quantity 19 1000-Watt Light Tower $56.00 $161.00 $644.00 4-48 hrs based on quantity 20 Power Cords-High Voltage, Bulk $53.20 $105.00 $420.00 4-48 hrs based on quantity 21 Power Distribution Box(Spider Boxes) $84.00 $189.00 $756.00 4-48 hrs based on quantity 22 Power Cords, 12/3, 100'Extension $9.80 $19.00 $76.00 4-48 hrs based on quantity 23 Power Cords, 12/3,50' Light Strings $7.00 $14.00 $56.00 4-48 hrs based on quantity ITEM Job Description Daily Rate Overtime Rate 1 HVAC Installation Technician- $2,016.00 $378.00 Monday-Friday 2 HVAC Installation Technician- $3,024.00 $378.00 Weekends 3 HVAC Installation Technician- $3,024.00 $378.00 Holidays 4 HVAC Mechanic-Monday-Friday $2,016.00 $378.00 5 HVAC Mechanic-Weekends $3,024.00 $378.00 6 HVAC Mechanic-Holidays $3,024.00 $378.00 PRII NIMS DAILY RENTAL WEEKLY RENTAL MONTHLY DELIVERY RESPONSE ITEM TYPE DESCRIPTION RATE RATE RENTAL RATE TIME 1 Type V 5-Ton Air Conditioner Unit $1,220.00 $1,904.00 $7,616.00 4-48 hrs based on quantity 2 7-Ton Air Conditioner Unit $1,220.00 $1,904.00 $7,616.00 4-48 hrs based on quantity 3 10-Ton Air Conditioner Unit $1,240.00 $2,100.00 $8,400.00 4-48 hrs based on quantity 4 15-Ton Air Conditioner Unit $1,260.00 $2,475.20 $9,900.80 4-48 hrs based on quantity 5 20-Ton Air Conditioner Unit $1,260.00 $2,475.20 $9,900.80 4-48 hrs based on quantity 6 25-Ton Air Conditioner Unit $1,260.00 $2,475.20 $9,900.80 4-48 hrs based on quantity 8 35-Ton Air Conditioner Unit $1,316.00 $3,094.00 $12,376.00 4-48 hrs based on quantity 9 40-Ton Air Conditioner Unit $1,680.00 $3,203.20 $12,812.80 4-48 hrs based on quantity 10 50-Ton Air Conditioner Unit $1,890.00 $4,732.00 $18,928.00 4-48 hrs based on quantity 11 Type III 60-Ton Air Conditioner Unit $2,100.00 $5,600.00 $22,400.00 4-48 hrs based on quantity 12 70-Ton Air Conditioner Unit $2,240.00 $6,115.20 $24,460.80 4-48 hrs based on quantity 13 75-Ton Air Conditioner Unit $2,240.00 $6,115.20 $24,460.80 4-48 hrs based on quantity 14 80-Ton Air Conditioner Unit $2,240.00 $6,115.20 $24,460.80 4-48 hrs based on quantity 15 Type IV 40-Ton Air Cooled Chiller Unit $805.00 $3,150.00 $12,600.00 4-48 hrs based on quantity 16 50-Ton Air Cooled Chiller Unit $805.00 $3,150.00 $12,600.00 4-48 hrs based on quantity 17 60-Ton Air Cooled Chiller Unit $1,190.00 $4,900.00 $19,600.00 4-48 hrs based on quantity 18 75-Ton Air Cooled Chiller Unit $1,190.00 $4,900.00 $19,600.00 4-48 hrs based on quantity 19 100-Ton Air Cooled Chiller Unit $1,190.00 $4,900.00 $19,600.00 4-48 hrs based on quantity 20 125-Ton Air Cooled Chiller Unit $1,190.00 $5,530.00 $22,120.00 4-48 hrs based on quantity NIMS DAILY RENTAL WEEKLY RENTAL MONTHLY DELIVERY RESPONSE ITEM TYPE DESCRIPTION RATE RATE RENTAL RATE TIME 21 Type V 150-Ton Air Cooled Chiller Unit $1,827.00 $7,350.00 $29,400.00 4-48 hrs based on quantity 22 170-Ton Air Cooled Chiller Unit $2,254.00 $8,400.00 $33,600.00 4-48 hrs based on quantity 23 200-Ton Air Cooled Chiller Unit $2,254.00 $8,400.00 $33,600.00 4-48 hrs based on quantity 24 Type V 50-Ton Air Handler $553.00 $1,680.00 $6,720.00 4-48 hrs based on quantity 25 100-Ton Air handler $1,120.00 $3,920.00 $15,680.00 4-48 hrs based on quantity 26 120-Ton Air Handler $1,120.00 $3,920.00 $15,680.00 4-48 hrs based on quantity 27 Type III 20 KW Heater Unit $175.00 $539.00 $2,156.00 4-48 hrs based on quantity 28 40 KW Heater Unit $217.00 $595.00 $2,380.00 4-48 hrs based on quantity 29 Type IV 100 KW Heater Unit $994.00 $2,512.00 $10,048.00 4-48 hrs based on quantity 30 Type III 150 KW Heater Unit $994.00 $2,512.00 $10,048.00 4-48 hrs based on quantity 31 150 KW High Temperature Heater $994.00 $2,512.00 $10,048.00 4-48 hrs based on quantity Unit 32 1125 CFM Desiccant Dehumidifier $728.00 $2,912.00 $11,648.00 4-48 hrs based on quantity 33 2250 CFM Desiccant Dehumidifier $728.00 $2,912.00 $11,648.00 4-48 hrs based on quantity 34 1 14500 CFM Desiccant Dehumidifierl $1,022.00 1 $4,088.00 1 $16,352.00 1 4-48 hrs based on quantity ITEM 4 Job Description Daily Rate Overtime Rate 35 1 Installation Technician-Monday- $2,016.00 $378.00 Friday 36 2 Installation Technician-Weekends $3,024.00 $378.00 37 3 Installation Technician-Holidays $3,024.00 $378.00 38 4 Generator Mechanic-Monday- $2,016.00 $378.00 Friday 39 5 1 Generator Mechanic-Weekends $3,024.00 $378.00 40 6 Generator Mechanic-Holidays $3,024.00 $378.00 PRICING TATION AND FUEL REQUIREMENTS RENTAL VEHICLE DAILY RENTAL WEEKLY MONTHLY DELIVERY REQUIREMENTS UNIT RATE RENTAL RATE RENTAL RESPONSE RATE TIME Handicapped Bus or Van,wheelchair lift equipped each $4,200.00 $29,400.00 $117,600.00 48-72 hours Cargo Van,open cargo area with ventilation each $2,900.00 $20,300.00 $81,200.00 48-72 hours Horse Trailer,16'bumper pull each $500.00 $3,500.00 $14,000.00 24-36 Hours Horse Trailer,5th wheel-type,20'-45' each $1,000.00 $7,000.00 $28,000.00 24-36 Hours Livestock Trailer,16'bumper pull each $500.00 $3,500.00 $14,000.00 24-36 Hours Livestock Trailer,5th wheel-type,20'-45 each $1,000.00 $7,000.00 $28,000.00 24-36 Hours Pick-up Truck,AWD,3/4 ton,with 10,000#hitch each $150.00 $1,050.00 $4,200.00 24-36 Hours Pick-up Truck,AWD,1 ton,with 10,000#hitch each $400.00 $2,800.00 $11,200.00 24-36 Hours Flatbed Pickup w/Liftgate each $575.00 $4,025.00 $16,100.00 48-72 hours Roll-back Truck each $2,500.00 $17,500.00 $70,000.00 24-36 Hours 24 Ft.Box truck w/Liftgate each $2,500.00 $17,500.00 $70,000.00 48-72 hours Refrigerated Truck,with 53'trailer each $1,000.00 $7,000.00 $28,000.00 48-72 hours Non-refrigerated Truck,with 53'trailer each $875.00 $6,125.00 $24,500.00 48-72 hours All-Terrain Vehicle(ATV) each $350.00 $1,680.00 $4,200.00 24-36 Hours Bus,49 Passenger(specify if another size) each $4,200.00 $29,400.00 $117,600.00 48-72 hours Water Buffalo for Potable water each $350.00 $2,450.00 $9,800.00 24-36 Hours Water Buffalo for no-potablewater each $300.00 $2,100.00 $8,400.00 24-36 Hours Truck,tanker,water each $10,920.00 $76,440.00 $305,760.00 24-36 Hours Dump Truck(List types avail.&applicable rates) each Tab 10 Tab 10 Tab 10 24-36 Hours Dump Truck with plow(List sizes avail.&rates each Portable Vacuum Unit(PVU) each $3,000.00 $21,000.00 $84,000.00 48-72 hours Vacuum Trucks-70 bbl and 130 bbl each $6,000.00 $42,000.00 $168,000.00 48-72 hours Air Mover/Jet Rodder each $10,500.00 $73,500.00 $294,000.00 48-72 hours Personnel Cooling Trailer each $365.00 $2,555.00 $10,220.00 48-72 hours Portable Emergency shower Trailer each $30,000.00 $120,000.00 24-36 Hours Various Heavy Equip.(List types avail.&rates each Bucket Truck w/Operator(List types avail.& each $2,700.00 $18,900.00 $75,600.00 a licable rates Boat-list types/sizes each Tab 10 Tab 10 Tab 10 24-36 Hours Helicopters each Upon Request Upon Request Upon Request Upon Request Woodchippers(Medium-Forestry Grade)* each Woodchippers(Large-Forestry Grade)* each Snowmobile each RENTAL VEHICLE OPERATORS UNIT HOURLY RATE OVERTIME RATE CDL Licensed Driver each $134.00 $201.00 Driver,other each $134.00 $201.00 common vendors include but not limited to Vermeer,Morbark,bandit or similar manufacturers *Fuel will be pass through cost with receipt only. Fuel reimbursement will not be paid without receipts provided. See Tab 11-Hazmat for additional pricing of Consumables related to Hazardous Materials Response and Removal PRICING FOR DEBRIS REMOVAL&DISPOSAL REQUIREMENTS ITEM# ITEM DESCRIPTION UNIT PRICE 1 Hazardous Material Spill Response-Remediation and Mass Decontamination Personnel 2 Project Coordinator per hour $ 188.75 3 Field Haz Material Manager per hour $ 250.00 4 Hm Contain Area Manager per hour $ 250.00 5 Field Project Supervisors per hour $ 167.50 6 Hm Contain Area Supervisor per hour $ 167.50 7 Field Project Foreman per hour $ 167.50 8 Hm Containment Area Foreman per hour $ 167.50 9 Field Hm Technician per hour $ 133.75 10 Hm Contain Area Technician per hour $ 133.75 11 Health and Safety Specialist per hour $ 230.00 12 Project Engineer per hour $ 230.00 13 Project Geologist per hour $ 230.00 14 Chemist per hour $ 230.00 15 Regulatory Manager per hour $ 246.00 16 Equipment Operator per hour $ 138.75 17 Asbestos Abatement Supervisor per hour $ 285.00 18 Asbestos Abatement Worker per hour $ 160.00 19 Asbestos Abatement Inspector per hour $ 160. 00 20 Truck Driver per hour $ 138.75 21 Admin/Clerical per hour $ 88.75 22 Monitoring/Sampling Equipment 23 Combustible Gas Indicator per day $ 187.50 24 Toxic Gas Detector per day $ 235.00 25 Photoionization Detector per day $ 375.00 26 Hazmat Kit per day $ 750.00 27 Detector Tubes(purchase price) per ten pack $ 325.00 28 Ph Paper(purchase price) per pack $ 56.25 29 Spill Classifier(purchase price) per strip $ 15.00 30 Personnel Air Sampling Pump per day $ 300.00 31 Asbestos Bulk Sample (purchase price) each $ 600.00 32 Stainless Steel Hand Auger day $ 285.00 33 Recovery Equipment 34 hand Operated Transfer Pump per day $ 81.25 35 1 inch Diaphragm Pump per day $ 218.75 36 2 inch Diaphragm Pump per day $ 375.00 37 2 inch Diaphragm Pump S.S. per day $ 375.00 38 3 inch Diaphragm Pump per day $ 500.00 39 1 inch Suction or Discharge Hose per day $ 125.00 40 2 inch Suction or Discharge Hose per day $ 250.00 41 3 inch Suction or Discharge Hose per day $ 312.50 42 2 inch Chemical Suction or Discharge Hose per day $ 437.50 43 3 inch Chemical Suction or Discharge Hose per day $ 500.00 44 Small Compressor per day $ 225.00 45 185 Cfm Compressor per day $ 825.00 46 Air Hose Sections per day 47 Dewatering Pump per day 340.00 48 Sewer Flump per day 49 Road Barrier Systems per 5 ft section per day $ 16.25 50 Materials 51 5 inch by 10 foot Absorbent Boom- Petroleum (purchase price) each $ 145.00 52 8 inch by 10 foot Absorbent Boom- Petroleum (purchase price) each $ 250.00 53 3 inch by 12-foot Absorbent Boom- Universal (purchase price) each $ 250.00 54 Absorbent Pads Bundle- Petroleum (purchase price) each $ 125.00 55 Absorbent Pads Bundle- Universal (purchase price) each $ 125.00 56 Absorbent Clay Bag (purchase price) each $ 43.75 57 Oil Dry(purchase price) each $ 43.75 58 Peat Moss(purchase price) each $ 50.00 59 Vermiculite (purchase price) each $ 75.00 60 Soda Ash Bag (purchase price) each $ 87.50 61 4 Mil 20 X 100 Polyethylene (purchase price) roll $ 312.50 62 6 Mil 20 X 100 Polyethylene (purchase price) roll $ 312.50 63 6 Mil Bags(purchase price) box $118.75 64 Duct Tape (purchase price) roll $ 18.75 65 55 Gallon Drums (purchase price) each $ 181.50 66 55 Gallon Drum Liners 10 Mil. (purchase price) each $ 31.25 67 95 Gallon Poly Overpack(purchase price) each $ 468.75 68 Hazardous Waste Labels (purchase price) pack $ 5.75 69 Caution/Hazard Tape (purchase price) pack $ 50.00 70 Respirator Wipes (purchase price) pack $ 35.00 71 Kappler Tape (purchase price) pack $ 50.00 Pricing for Debris Removal Monitoring Item# Description Unit Price 1 Monitoring Personnel 1a Load Monitor(field) per hour $85.00 1b Load Monitor(DMS) per hour $85.00 OPERATIONAL TYPE OF SUPPORT PACKAGES RENTAL PRICE RESPONSE TIME RATE UPON NOTIFICATION ITEM 9 NIMS TYPING DESCRIPTION oursDays) Y 1 1 NEMA TYPE I POD SUPPORT PACKAGE(COMMODITY DISTRIBUTION, PER WEEK $12,888.40 48-72 hours NON-MEDICAL) 2 each,all terrain extended reach forklifts,4 each manual pallet jacks,4 each 4000 watt light towers-self-contained,6 each 10'X10'pop-up tents,60 each folding chairs,20 each folding tables,4 each 24"warehouse fans,20 each 100'12/3 extension cords,20 each 3-way splitters, 20 each 55 gallon plastic trash cans with lids. DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED, INSTALLED AND DEMOBILIZED. 2 1 NEMA TYPE II POD SUPPORT PACKAGE(COMMODITY DISTRIBUTION, PER WEEK $9,381.74 48-72 hours NON-MEDICAL) 1 each,all terrain extended reach forklifts,4 each manual pallet jacks,3 each 4000 watt light towers-self-contained,4 each 10'X10'pop-up tents,40 each folding chairs, 12 each folding tables,4 each 24"warehouse fans, 10 each 100'12/3 extension cords, 10 each 3-way splitters, 20 each 55 gallon plastic trash cans with lids. DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED, INSTALLED AND DEMOBILIZED. 3 1 NEMA TYPE , PER WEEK $6,098.90 48-72 hours III NONPOD SUPPORT - EDICAL 1 each,all terrain extended reach forklifts,2 each manual pallet jacks,2 each 4000 watt light towers-self-contained,2 each 10'X10'pop-up tents,20 each folding chairs,8 each folding tables,2 each 24"warehouse fans,8 each 100'12/3 extension cords,8 each 3-way splitters, 10 each 55 gallon plastic trash cans with lids.DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED, INSTALLED AND DEMOBILIZED. 4 1 TYPE 1 COOLING/COMFORT STATION PER WEEK $66,643.72 48-72 hours 1 each all-terrain extended reach forklift, 1 each manual pallet jack,2 each 4000 watt light towers-self-contained, 1 each 80 kW diesel generator,2 each 49X40'pole tents with side curtains and floors,2 each 20 Ton Portable HVAC for Tents,8 strings tent lighting, 150 each folding chairs,40 each folding tables,4 each 24"warehouse fans,20 each 100'12/3 extension cords,20 each 3-way splitters,20 each 55 gallon plastic trash cans with lids.DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED,INSTALLED AND DEMOBILIZED. 5 1 TYPE II COOLING/COMFORT STATION PER WEEK $31,974.64 48-72 hours 1 each all-terrain extended reach forklift, 1 each manual pallet jack,2 each 4000 watt light towers-self-contained, 1 each 80 kW diesel generator,2 each 20'X20'pole tents with side curtains and floors, 1 each 20 Ton Portable HVAC for Tents,4 strings tent lighting, 100 each folding chairs,30 each folding tables,4 each 24"warehouse fans,20 each 100'12/3 extension cords,20 each 3-way splitters,20 each 55 gallon plastic trash cans with lids.DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED,INSTALLED AND DEMOBILIZED. 6 Ill TYPE 1 1 SHELTER SUPPORT PACKAGE(GENERAL PUBLIC) I PER WEEKI $5,703.60 1 48-72 hours 1 each manual pallet jack, 2 each 4000 watt light towers-self- contained, 4 each 52" warehouse fans, 20 each 100' 12/3 extension cords, 20 each 3-way splitters, 20 each 55 gallon plastictrash canswithlids.DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED, INSTALLED AND DEMOBILIZED. 7 1 TYPE I-A SHELTER SUPPORT PACKAGE(SPECIAL MEDICAL PER WEEK $12,448.80 48-72 hours NEEDS 1 each manual pallet jack,2 each 4000 watt light towers-self- contained,2 each 20 Ton Portable HVAC with ducting for building,8 each 52"warehouse fans,40 each 100'12/3 extension cords, 20 each 3-way splitters,20 each 55 gallon plastic trash cans with lids.NOTE:GENERATOR MAY ALSO BE REQUIRED BUT WOULD NEED TO BE SIZED TO TH FACILITY.DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED,INSTALLED AND DEMOBILIZED. 8 1 TYPE I MOBILE/FIXED KITCHEN SUPPORT PACKAGE(W/TENT PER WEEK $67,744.12 48-72 hours PACKAGE 1 each all-terrain extended reach forklifts, 1 each manual pallet jack,4 each 4000 watt light towers-self-contained, 1 each 80 kW diesel generator,2 each 40'X40'pole tents with side curtains and floors,2 each 20 Ton Portable HVAC for Tents,8 strings tent lighting, 150 each folding chairs,60 each folding tables,4 each 52"warehouse fans,40 each 100'12/3 extension cords,40 each 3-way splitters,20 each 55 gallon plastic trash cans with lids.DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED,INSTALLED AND DEMOBILIZED. 9 1 TYPE II MOBILE/FIXED KITCHEN SUPPORT PACKAGE(NO PER WEEK $7,121.80 48-72 hours TENTS 1 each all-terrain extended reach forklifts, 1 each manual pallet jack,2 each 4000 watt light towers-self-contained, 1 each 80 kW diesel generator,4 each 52"warehouse fans.DAILY REFUELING SERVICES FOR EQUIPMENT.ALL SYSTEMS DELIVERED,INSTALLED AND DEMOBILIZED. 10 1 TYPE I SANPAC(SANITATION PADCAKAGE)3600 PERSONS PER PER WEEK $30,240.00 48-72 hours 20 each porta potties,4 each ADA potties,8 each hand wash stations,2 each 30 Cu Yd roll-off dumpster.All with TWICE DAILY supplies and service.ALL SYSTEMS DELIVERED, INSTALLEDAND DEMOBILIZED. 11 1 TYPE II SANPAC(SANITATION PADCAKAGE)1800 PERSONS PER PER WEEK $15,120.00 48-72 hours 10 each porta potties,2 each ADA potties,4 each hand wash stations, 1 each 30 Cu Yd roll-off dumpster.All with DAILY supplies and service.ALL SYSTEMS DELIVERED,INSTALLED AND DEMOBILIZED. 12 1 TYPE III SANPAC(SANITATION PADCAKAGE)1000 PERSONS PER PER WEEK $9,380.00 48-72 hours 6 each porta potties, 1 each ADA potties,3 each hand wash stations,2 each 3 Cu Yd dumpster.All with DAILY supplies and service.ALL SYSTEMS DELIVERED,INSTALLED AND DEMOBILIZED. 13 1 TYPE IV SANPAC(SANITATION PACKAYGE)500-750 PERSONS PER PER WEEK $6,580.00 48-72 hours 4 each porta potties, 1 each ADA potties,2 each hand washing stations, 1 each 3 Cu Yd dumpster.All with DAILY supplies and service.ALL SYSTEMS DELIVERED, INSTALLED AND DEMOBILIZED. SITE PREPARATION PACKAGE(Team to prepare a site to 14 1 TYPE I accept equipment,staging area,Base Camp,Shelter System, FLAT RATE$3,500,000.0 48-72 hours MDRC etc. Package to prepare a 50-acre site.Debris clearance,debris haul away,grading and leveling area, packing/compressing with water and roller. Must include personnel and equipment to accomplish work in 72 hours.(PLANNING Assumption: 1 Acre 50-Acre Site =4,840 Square Yards.Volume of 90%light vegetation&10% C&D debris per acre at 1'high=4,840 CY/AC X 50 Acres= 242,000 CY) SITE PREPARATION PACKAGE(Team to prepare a site to 15 1 TYPE II accept equipment,staging area,Base Camp,Shelter System, FLAT RATE$2,012,500.0 48-72 hours MDRC etc. Package to prepare a 25-acre site.Debris clearance,debris haul away,grading and leveling area, packing/compressing with water and roller.Must include personnel and equipment to accomplish work in 60 hours.(PLANNING Assumption: 1 Acre 25-Acre Site =4,840 Square Yards.Volume of 90%light vegetation&10% C&D debris per acre at 1'high=4,840 CY/AC X 50 Acres= 121,000 CY) SITE PREPARATION PACKAGE(Team to prepare a site to 16 1 TYPE III accept equipment,staging area,Base Camp,Shelter System, FLAT RATE $840,000.00 48-72 hours MDRC etc.) Package to prepare a 10-acre site.Debris clearance,debris haul away,grading and leveling area, packing/compressing with water and roller. Must include personnel and equipment to accomplish work in 48 hours.(PLANNING Assumption: 1 Acre 10-Acre Site =4,840 Square Yards.Volume of 90%light vegetation&10% C&D debris per acre at 1'high=4,840 CY/AC X 50 Acres= 48,400 CY) SITE PREPARATION PACKAGE(Team to prepare a site to 17 1 TYPE IV accept equipment,staging area,Base Camp, Shelter System, FLAT RATE $455,000.00 48-72 hours MDRC etc.) Package to prepare a 5-acre site.Debris clearance,debris haul away,grading and leveling area, packing/compressing with 5-Acre Site water and roller. Must include personnel and equipment to accomplish work in 24 hours.(PLANNING Assumption: 1 Acre =4,840 Square Yards.Volume of 90%light vegetation&10% C&D debris per acre at 1'high=4,840 CY/AC X 50 Acres= 24,200 CY) 18 11 TYPE I BASE CAMP-(SUPPORTS 1000 persons) PER WEEK 800,000 Condition 1 $7,520,030.00 48-72 hours sq.ft.site Condition 2 $7,358,330.00 48-72 hours including Refer to RFP GSS25565-EMERG_MATL pgs 47-49 Condition 3 $7,358,330.00 48-72 hours parki ng 19 11 TYPE II BASE CAMP-(SUPPORTS 750 persons) PER WEEK $ 580,000 Condition 1 $5,681,305.00 48-72 hours sq.ft.site Condition 2 $5,560,030.00 48-72 hours including Condition 3 $5,560,030.00 48-72 hours parki ng 20 11 TYPE III BASE CAMP-(SUPPORTS 500 persons) PER WEEK 360,000 Condition 1 $3,842,580.00 48-72 hours sq.ft.site Condition 2 $3,761,730.00 48-72 hours including Refer to RFP GSS25565-EMERG_MATL pgs 47-49 Condition 3 $3,761,730.00 48-72 hours parki ng 21 11 TYPE IV BASE CAMP-(SUPPORTS 250 persons) PER WEEK 290,000 Condition 1 $2,003,855.00 48-72 hours sq.ft.site Condition 2 $1,963,430.00 48-72 hours including Refer to RFP GSS25565-EMERG_MATL pgs 47-49. Condition 3 $1,963,430.00 48-72 hours parki ng 22 11 TYPE V BASE CAMP-MOBILE-(SUPPORTS 100-150 persons) PER WEEK 100,000 Condition 1 $1,077,265.00 48-72 hours sq.ft.site Refer to RFP GSS25565-EMERG_MATL pgs 47-49.Includes 53 Condition 2 $1,053,010.00 48-72 hours including Self-contained Semi- Trailers. Condition 3 $1,053,010.00 48-72 hours parki ng 23 1 TYPE VI BASE CAMP-RV's AND TRAVEL TRAILERS(SUPPORTS 50 PER WEEK PEOPLE Refer to RFP GSS25565-EMERG_MATL pgs 47-49. Includes Condition 1 $Condition 2 $ 40'Motor Home or 32' Travel Trailer Condition 3 $ 24 1 NIMS TYPE I MOBILE KITCHEN PER WEEK$555,660.00 48-72 hours 1 driver,2 workers;Unit Leader Food Safety Certified; Unit has function to prepare or deliver pre- prepared in a mobile or temporary fixed site capacity;Prepare a minimum of two(2) meals a day (lunch/dinner),can operate for 1 day in the field without resupply; 1 14-16 foot cargo trailer; Potable Water- Accessibility to public water source at staging area;Ice(bagged, potable,in coolers)-minimum 1/2 pallet daily at staging area; Gas or Diesel-available at service station or staging area; Propane-available at service station or staging area;Waste Up to 1,500 Water Removal (gray/black)-at a station or staging area; meals per day Dumpster-at staging area;30 insulated food containers (Cambro); 3,000 quantity daily cups, 2,000 qty daily Picnic Packs, 2,000 qty daily 3- Compartment Clamshells;Food service capabilities are based upon serving sizes of 8-oz.entree, 6- oz.vegetables,and 6 oz.fruit. 25 1 NIMS TYPE II MOBILE KITCHEN PER WEEK$396,900.00 48-72 hours 1 driver, 1 worker;Unit Leader Food Safety Certified;Unit has function to prepare or deliver pre- prepared in a mobile or temporary fixed site capacity;Prepare a minimum of two(2) meals a day (lunch/dinner),can operate for 1 day in the field without resupply; 1 14-foot cargo trailer; Potable Water- Accessibility to public water source at staging area;Ice (bagged,potable,in coolers)-minimum 1/2 pallet daily at staging area;Gas-available at service station or staging area; Propane-available at service station or staging area;Waste Up to 1,000 Water Removal(gray/black)-at a station or staging area; meals per day Dumpster-at staging area;20 insulated food containers (Cambro); 2,000 quantity daily cups, 1,500 qty daily Picnic Packs, 1,500 qty daily 3-Compartment Clamshells;Food service capabilities are based upon serving sizes of 8-oz. entree,6-oz. vegetables,and 6 oz.fruit. 26 1 NIMS TYPE III MOBILE KITCHEN PER WEEK $257,985.00 48-72 hours 1 driver, 1 worker;Unit Leader Food Safety Certified;Unit has function to prepare or deliver pre- prepared in a mobile or temporary fixed site capacity;Prepare a minimum of two(2) meals a day (lunch/dinner),can operate for 1 day in the field without resupply; 1 12-foot cargo trailer; Potable Water- Accessibility to public water source at staging area;Ice (bagged,potable,in coolers)-minimum 1/4 pallet daily at staging area;Gas-available at service station or staging area; Propane-available at service station or staging area;Waste Up to 750 Water Removal(gray/black)-at a station or staging area; meals per day Dumpster-at staging area; 15 insulated food containers (Cambro); 1,500 quantity daily cups, 1,000 qty daily Picnic Packs, 1,000 qty daily 3-Compartment Clamshells;Food service capabilities are based upon serving sizes of 8-oz. entree,6-oz. vegetables,and 6 oz.fruit. 27 1 NIMS TYPE IV MOBILE KITCHEN PER WEEK $211,680.00 48-72 hours 1 driver, 1 worker;Unit Leader Food Safety Certified;Unit has function to prepare or deliver pre- prepared in a mobile or temporary fixed site capacity;Prepare a minimum oftwo(2) meals a day (lunch/dinner),can operate for 1 day in the field without resupply; 1 12-foot cargo trailer; Potable Water- Accessibility to public water source at staging area;Ice (bagged,potable,in coolers)-minimum 1/4 pallet daily at staging area;Gas-available at service station or staging area; Propane-available at service station or staging area;Waste Up to 500 Water Removal(gray/black)-at a station or staging area; meals per day Dumpster-at staging area; 10 insulated food containers (Cambro); 1,000 quantity daily cups,750 qty daily Picnic Packs,750 qty daily 3-Compartment Clamshells; Food service capabilities are based upon serving sizes of 8-oz.entree,6-oz. vegetables,and 6 oz. fruit. 28 1 NIMS TYPE I FIXED KITCHEN PER WEEK$6,350,400.00 48-72 hours 1 manager,40 workers; Unit Leader Food Safety Certified;3 48- foot Dry Box Trailers,3 28-foot Refrigerated Trailers, 1 28-foot Freezer Trailer,2 Outdoor Forklifts;Electrical Power-land line or generated;Potable Water Access-Public water source or minimum 5,000 gallon tanker with appropriate fittings and pump;Bagged Ice-Minimum 8 pallets daily; Fuel-Gas or Diesel delivery availability to fill on-site/drop tank; Propane- Delivery, ability to fill on-site/drop 250-gallon tank;Waste Water-catch and removal(gray/black);Dumpster-2 40-cu yard;800 insulated food containers(Cambro); 30,000 quantity Up to 30,000 daily cups, 30,000 qty daily Picnic Packs, 30,000 qty daily 3- meals per day Compartment Clamshells;Unit prepares food for direct service delivery or can serve as hub and spoke distribution with food service delivery units; Food service capabilities are based upon serving sizes of 8-oz.entree,6-oz.vegetables,and 6 oz.fruit; Prepare minimum of two(2)meals per day(lunch/dinner). 29 1 NIMS TYPE II FIXED KITCHEN PER WEEK$4,233,600.00 48-72 hours 1 manager,30 workers;Unit Leader Food Safety Certified;2 48-foot Dry Box Trailers,2 28-foot Refrigerated Trailers,2 Outdoor Forklifts;Electrical Power-land line or generated; Potable Water Access-Public water source or minimum 5,000-gallon tanker with appropriate fittings and pump;Bagged Ice-Minimum 4 pallets daily; Fuel-Gas or Diesel delivery availability to fill on- site/drop tank; Propane- Delivery, ability to fill on-site/drop 250-gallon tank;Waste Water - catch and removal (gray/black);Dumpster-1 40-cu yard;60 insulated food containers (Cambro);20,000 quantity daily cups, Up to 20,000 20,000 qty daily Picnic Packs,20,000 qty daily 3- Compartment meals per day Clamshells;Unit prepares food for direct service delivery or can serve as hub and spoke distribution with food service delivery units;Food service capabilities are based upon serving sizes of 8-oz.entree,6-oz.vegetables,and 6 oz.fruit;Prepare minimum of two(2)meals per day(lunch/dinner). 30 1 NIMS TYPE III FIXED KITCHEN PER WEEK$2,381,400.00 48-72 hours 1 manager,20 workers;Unit Leader Food Safety Certified;2 48-foot Dry Box Trailers,2 28-foot Refrigerated Trailers,2 Outdoor Forklifts;Electrical Power-land line or generated; Potable Water Access-Public water source or minimum 5,000-gallon tanker with appropriate fittings and pump;Bagged Ice-Minimum 4 pallets daily; Fuel-Gas or Diesel delivery availability to fill on- site/drop tank; Propane- Delivery, ability to fill on-site/drop 250-gallon tank;Waste Water - catch and removal (gray/black);Dumpster-1 40-cu yard;40 insulated food containers (Cambro); 10,000 quantity daily cups, Up to 10,000 10,000 qty daily Picnic Packs, 10,000 qty daily 3- Compartment meals per day Clamshells;Unit prepares food for direct service delivery or can serve as hub and spoke distribution with food service delivery units;Food service capabilities are based upon serving sizes of 8-oz.entree,6-oz.vegetables,and 6 oz.fruit;Prepare minimum of two(2)meals per day(lunch/dinner). 31 1 NIMS TYPE IV FIXED KITCHEN PER WEEK$1,323,000.00 48-72 hours 1 manager, 15 workers; Unit Leader Food Safety Certified; 1 48-foot Dry Box Trailer, 1 28-foot Refrigerated Trailer, 1 Outdoor Forklift;Electrical Power-land line or generated; Potable Water Access-Public water source or minimum 5,000 gallon tanker with appropriate fittings and pump;Bagged Ice- Minimum 4 pallets daily; Fuel-Gas or Diesel delivery availability to fill on- Up to 5,000 site/drop tank;Propane-Delivery,ability to fill on-site/drop meals per day 250-gallon tank;Waste Water- catch and removal (gray/black);Dumpster-1 40-cu yard;200 insulated food containers (Cambro);5,000 quantity daily cups,5,000 qty daily Picnic Packs,5,000 qty daily 3- Compartment Clamshells; Unit prepares food for direct service delivery or can serve as hub and spoke distribution with food service delivery units;Food service capabilities are based upon serving sizes of 8-oz.entree,6-oz.vegetables,and 6 oz.fruit; Prepare minimum oftwo(2)meals per day(lunch/dinner). SUPPORT PRICING FOR COMMUNITY SHELTERS PORTA POTTIES AND DUMPSTERS REGULAR PORTA POTTY RENTAL AND SERVICING COST TOTAL UNITS DELIVERED WEEKLY MONTHLY MONTHLY Days + DELIVERY RESPONSE TIME 10-25 $825.00 $3,300.00 3,300.00 24 Hours 26-50 $825.00 $3,300.00 3,300.00 24 Hours 51-75 $825.00 $3,300.00 $3,300.00 24 Hours 76-100 $825.00 $3,300.00 $3,300.00 24 Hours 101-200 $825.00 $3,300.00 $3,300.00 24 Hours 201-300 $825.00 $3,300.00 $3,300.00 24 Hours 301-400 825.00 3,300.00 3,300.00 24 Hours 401-500 825.00 3,300.00 3,300.00 24 Hours 401-500 $825.001 $3,300.001 $3,300.00 24 Hours HANDICAP PORTA POTTY RENTAL AND SERVICING COST TOTAL UNITS DELIVERED WEEKLY MONTHLY MONTHLY Days + DELIVERY RESPONSE TIME 1-20 $1,000.00 $4,000.00 $4,000.00 24 Hours 21-50 $1,000.00 $4,000.00 $4,000.00 24 Hours 50-100 $1,000.00 $4,000.00 $4,000.00 24 Hours 100+ $1,000.00 $4,000.00 $4,000.00 24 Hours PRICING FOR DUMPSTERS TO SUPPORT POD's AND COMMUNITY SHELTERS TYPE PICKUP FREQUENCY1 WEEKLY RATE MONTHLY RATE DELIVERY RESPONSE TIME 20 YARD CLOSED TOP DAILY $11,760.001 $47,040.00 1 12 Hrs 30 YARD CLOSED TOP DAILY $11,760.001 $47,040.00 1 12 Hrs Equipment Operators Description of Goods/Services Price Price structure Price structure Delivery/ structure Daily Weekly Monthly response time 4b-12 hours 48-72 hours -7K 42'SHOOTING BOOM I-URKLIF 1 $700.00 $1,799.00 $7,196.00 48-72 hours -7K 42'CAB SHOOTING BOOM FORKLIFT $700.00 $1,799.00 $7,196.00 48-72 hours -9K 42'SHOOTING BOOM I-URKLIF 1 $812.00 $1,953.00 $7,812.00 48-72 hours - - ours - ours - - ours - ours --78-72 hours - ours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 4T-727ours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 48-72 ours 48-72 hours 48-72 hours 48-727ours - ours - ours - ours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 48-72 hours 48-72 hours -33K IND FORKLIFT DSL Tf,7= $3,787.00 $15,148M 48-72 hours 48-72 hours 48-72 hours •1.YII1 C�IIrY.y MINES 1 11IMMEM ►IIIII ��.7�I��: �YN� y:r z•�lrnre�i z•��•u7•��:ul�■ - 11 MMMM �cgs :: 11 ��.7�I��:��:Il:vi�.�y:rz•�lrnre�iz•��•u7•��:ul�■ ', - 11��IK�h��I�] :: 11 E:3: ]:cf►a1:D��iiy:r•Z•]rinrHY•Z•7�•u7.7 7:uhr■� :iiif►��I�]�9%I8LKill] ' U 1 . 11 E:3:�7:�I:91:DL/�•Ly:r•Z•�rinr�7Y•Z•7�•u7.7�:uhr♦ • 1 11�'CaI IIIIIII R 1 11 ��1:�.7:�y:rz•�lrnre�iz•��•u7•��:ul�r_ ', 11 - 11���CI1Tir:�1I1I iClt.'7y[•1��y:rz•�lrnre�iz•��•u7•��:ul�r• ', 11 - 11���CI1Tir:�1I1I ��I:�.7:�:vi�.�y:rz•�lrnre�iz•��•u7•��:uhr• ', 11 - 11���CI1Tir:�1I1I rE.ydr�:c�lr:►�i�.�y:rz•�rnre�iz•��•u7•��:ul�r ', 11 - 11���c�r�yr:�r�I�� . . 1 11 11 . 11 t�jrl�lrt'�1/K:1[•l��►�9 �r<►�irlU.�y�i71�0 0 0 0 LIHO LIA IMMEM 1 12 0 0 0 0 aI►Z:3.7 1 I] ��jrl�lrt'�1/K:1[•l��►�9 �r<►�irl.Ze7����1.71I1I1] ' 11 M M M M W'►Z:3.7ol I IIII Will 1/K:1[•]Ixll,9�1Ir<►Yirl III.Iy MOMMEH LIA IMMEM 1 12 0 0 0 0 aI►Z:3.7:�1II t�jrl�lrt'�1/K:1[•l�xl�9 �r<►�irlU.�y�i71 IA IMMEM 1 12 0 0 0 0 aI►Z:3.7:�1II rlll K:1[•]I:EII :F-11I �irl.Ze7��MOMMEH 1 LIA IMMEM 1 12 0 0 0 0 aI►Z:3.7:�1II tljrlllrt'�1/K:1[•llxlly��r<►�irl.Ze7�Y•11���1.71I1I1] � 11��►Z:3.7:�1I1] �ljrl�lrt'�1/K:1[•l�x:�9��r<►�irlU.�y���1.71I1I1] � 11��►Z:3.7:�1I1] �ljrl�lrt'�1/K:1[•l�x:�9��r<►�irl.Ze7����1.71I1I1] � 11��►Z:3.7:�1I1] ...- . . MINES 11 MOMMILL'U'u,MENERI.'��CI:IIIII ...- . . MINES 1I MOMMILL'U'u,MENERI.'��CI:IIIII Loader . . MINES 1I MOMMILL'U'u,MENERI.'��CI:IIIII ...- . . MEMEL�IIN III]�3►�I[IIIIIIII �11 11 :�►Zl$ iIsI Skid Steer-11 Lb. 1 11 C C 11 IMMEM 101 Skid Steer- 11 Lb. 1 1 11 Skid Steer- •11 Lb. aasxsx�3►�IfE:I1I1I C . I I ` - .•. - ���:IIIIII] 11 11�� :IIIIIIIII Skid Attachment . 1 11 1 11 .1 I1 - .. MENNES.-1I1II]MEMEMISH, 1 I�3► IIIIIII] .� .- . ��III►�III]�3►�I[IIIIIIII : �11 11 .- . ��III►�III]�3►�I[IIIIIIII 11 11 .. -. .- . 0 0 0 0 H-I-k 11IMMEM 3►�CICTIIIIII0 0 0 0 a :IC3�Z!(IIII Ditch/Trench Digger Brush Chipper I�- •- -a Own. -• 1 1 ` • ��►�1.x1I1] 11��► :I :IIII] • 1.W.• -a LVA MMMMMI 0.ro M 1 .1 11 1 11 :1 11 • .•- •rowers= IMMEM 1 1 :1 1C• 1 • Traffic Cones IMMEM 1 1 :1 1C• 1 • Barricades,Trafric - IMMEM� :1 C• 1 • .•- - - • •• - � 1�IMMEM MM=' :1IMMEM1 • .•Ml 3 M MT77mc. - - .C 11 IMMEM III] • 'I'Tarehouse Fan I• 11 MEMEMIN&IIIIII IMMEM ►�IIIIII • MEMEMIS:I:IIII] 1. 11 • Shower Trailers .YC3IIIIIIIIII11�. $IiIsI$I11 •• - -�%811IIIIIIIII] IIIIIIIII] • LaundryTrailers .YC3IIIIIIIIII11�. 1I1I1I1I11 ` .` ComboTrailers -�19ZI I CIMII1]� !y�.YIIIIIII] • Bunkhouse W1.'YIIIII] II1I1I1I1] • • .• - 11. - 111 • . - ��CLYIIIIIII]�3►Z![.YIIIIIII]� :I:IIIIIIIIII] • • . - ���LIIIIIII]��E:I:IIIIIIII]��L.'XIIIIIIII] • 1 . •. •-boat with c.• �3CI►�►�IIIII]�3►�►�.LlIIIII]� :IIZI[IIIIII] • •• •- ••. .• �3►�►ZlIIIII]��E.X:�:IIIIII]��:3►�h�1I1I1] • 24'express with captain �3►�►ZlIIIII]��E.X:�:IIIIII]��:3►�h�1I1I1] • onsiL •• - -•. : 1 11�xI:Y1.x1I11�YC3:1.11IIIIII] • '- •• - :•. � ���►�.'YIIIII] 1 11��C3ix1I1I1I1I1] • '- •• - :•. ���IIIIIIIII] � 111 11�3►�:IIIIIIIIII] • •. • • 1 11�3► 1.YIIIII] :11 11 • •• 3►&►MIIII1 S110' IN,&11111111 1,9IIIIIIIIIQ I I W&A ATG= Dump truck tandem - IE:III81ox icy!(CIIIIIIII]��KI��IIIIIII] • • - ��ixCI:I1I1I1]�ICIN(CIIIIII] S Will 10281[IIQ • Boat-Barge with y rau is Arm, includes I railer $5,600.00 $39,200.00 $156,800.00 48-72 hours Boat-Inflatable Boat with otor,includes I railer $1,400.00 $9,800.00 $39,200.00 48-72 hours Boat-Carolina Skiff, includes I railer $2,100.00 $14,700.0 $58,800.00 48-72 hours oat-ion Boat with otor, includes I railer $560.00 $3,920.00 $15,680.00 48-72 hours Boat-Pontoon, includes I railer ---TTT= $9,800.00 $39,200.0il 48-72 hours Boat-Utility , includes I railer 77= $24,500.0il $98,000.0il 48-72 hours oat-Utility , includes I railer $4,550.00 $31,850.00 $127,400.00 48-72 hours rucKable Push Boat --7TTU= $87,318.0il $349,272.0il 48-72 hours Truckable Sectional barge per x ection, $51,412.2 $205,648.80 48-72 hours min 3 Sections ______FFa_n_cMeld Radios $15.00 $50.0il $200.00 48-72 hours bK Pressure Washer $400.00 $2,800.00 $11,200.00 48-72 hours Roll-off Box 25-40 Cu.Yd. $35.00 $245.00 $980.00 48-72 hours Portable Office Trailers -28' i $642.001 $4,494.001 $17,976.001 48-72 hours Personnel Resource Supervisors r Overtime over 40 is billed at x 48-72 hours standard time rate Safety Officers r Overtime over 40 is billed at x 48-72 hours standard time rate Security 7136.8/hr Overtime ov r 40 is billed at 1.5x 48-72 hours standard time rate Resource I ec nicians r Overtime over 40 is Billed at 1.5x 48-72 hours standard time rate Held Clerks r Overtime over 40 is billed at x 48-72 hours standard time rate Electrical ec nicians r Overtime over 40 is billed at x 48-72 hours standard time rate Maintenance I ec nicians r Overtime over 40 is billed at x 48-72 hours standard time rate Equipment Operators r Overtime over 40 is billed at 1.5x 48-72 hours standard time rate Resource bpecialist r Overtime over 40 is billed at x - ours standard time rate Health a ety Manager r Overtime over 40 is billed at x 48-72 hours standard time rate ire Watch $107/hr Overtime over 40 is billed at x 48-72 hours standard time rate Safety Officer r vertime over 40 is billed at 1.5x 48-72 hours standard time rate Safety Specialist r Overtime over 40 is billed at x hours standard time rate Resource Coordinator r Overtime over 40 is billed at x 48-72 hours standard time rate ransportation Coordinator r Overtime over 40 is billed at x 48-72 hours standard time rate r.Waste I ec nician r ertime over 40 is billed at 1.5x 48-72 hours standard time rate Waste Technician r Overtime over 40 is billed at x 48-72 hours standard time rate Held Clerk r Overtime over 40 is billed at x 48-72 hours standard time rate Hazmat Supplies Description of Goods/Services DAILY RENTAL WEEKLY RENTAL MONTHLY RENTAL Delivery/response RATE RATE RATE time Spill Response Trailer $500.00 $3,500.00 $14,000.00 48-72 hours Industrial Trailer $438.00 $3,066.00 $12,264.00 48-72 hours Supply Trailer 20' does not include $288.00 $2,016.00 $8,064.00 48-72 hours contents Utility Trailer $138.00 $966.00 $3,864.00 48-72 hours Equipment Trailer 20' $219.00 $1,533.00 $6,132.00 48-72 hours ATV Utility Trailer $107.00 $749.00 $2,996.00 48-72 hours Portable Emergency Shower Trailer $4,286.00 $30,000.00 $120,000.00 48-72 hours Portable Vacuum Unit(carbon)8hr $100.00 $700.00 $2,800.00 48-72 hours minimum Portable Vacuum Unit(stainless)8hr $113.00 $791.00 $3,164.00 48-72 hours minimum Trailer Mounted Pressure Washer $500.00 $3,500.00 $14,000.00 48-72 hours Trailer Mounted Double Unit Pressure $788.00 $5,516.00 $22,064.00 48-72 hours Washer Rescue Trailer $438.00 $3,066.00 $12,264.00 48-72 hours Hazmat Response Trailer $719.00 $5,033.00 $20,132.00 48-72 hours Transfer Trailer*does not include hoses $938.00 $6,566.00 $26,264.00 48-72 hours Command Trailer 20'-29 $875.00 $6,125.00 $24,500.00 48-72 hours Boom Trailer 20' $175.00 $1,225.00 $4,900.00 48-72 hours Enclosed Trailer 12' $144.00 $1,008.00 $4,032.00 48-72 hours Box Trailer 53' $438.00 $3,066.00 $12,264.00 48-72 hours Box Trailer 53'with 5500lbs lift gate $688.00 $4,816.00 $19,264.00 48-72 hours Cooling Trailer(AC) $363.00 $2,541.00 $10,164.00 48-72 hours Containment Boom 18" $2/ft $14/ft $56/ft 48-72 hours Containment Boom 10" $2/ft $14/ft $56/ft 48-72 hours Containment Boom 6" $2/ft $14/ft $56/ft 48-72 hours Anchor Buoys/Markers $40.00 $280.00 $1,120.00 48-72 hours Boom Anchors, 18lbs $40.00 $280.00 $1,120.00 48-72 hours Boom Anchors, 22lbs $46.00 $322.00 $1,288.00 48-72 hours Boom Anchors, 40lbs $58.00 $406.00 $1,624.00 48-72 hours Boom Anchors, 65lbs $77.00 $539.00 $2,156.00 48-72 hours Boom Lights $25.00 $175.00 $700.00 48-72 hours LED Lighting for Containment Boom $6/each $42/each $168/each 48-72 hours Drum Skimmer 140gpm Double 36" $800.00 $5,600.00 $22,400.00 48-72 hours Drum Skimmer 70gpm 36" $650.00 $4,550.00 $18,200.00 48-72 hours Drum Skimmer 20gpm 24" $450.00 $3,150.00 $12,600.00 48-72 hours Mini Drum Skimmer 10gpm 18" $350.00 $2,450.00 $9,800.00 48-72 hours Clean B Sorb $63.00 Each 48-72 hours Oil Only Pads Sorbents $80.00 Each 48-72 hours Universal Pads Sorbents $70.00 Each 48-72 hours Sorbent Boom 5"x10'(40'per bale) $115.00 Each 48-72 hours Sorbent Boom 8"x10'(40'per bale) $160.00 Each 48-72 hours Universal Sorbent Boom 5"x10' $105.00 Each 48-72 hours Universal Sorbent Boom 8"x10' $160.00 Each 48-72 hours Peat Moss Sorbent 20 Lbs.bag $40.00 Each 48-72 hours Sweep 19"x100' $95.00 Each 48-72 hours Snare (15#box 30 count) $145.00 Each 48-72 hours Snare Rope 50' $180.00 Each 48-72 hours Sorbent Carpet Rolls(38"x144') $175.00 Each 48-72 hours Zorbent $85.00 Each 48-72 hours Vermiculite $60.00 Each 48-72 hours Acid Suit $63.00 Each 48-72 hours Specialized FRC Suit $250.00 $1,750.00 1 $7,000.00 48-72 hours Level D PPE $57.00 Each 48-72 hours Slicker Suit $35.00 Each 48-72 hours Chest Waders $63.00 $441.00 $11764.00 48-72 hours Tyvek Coveralls $24.00 Each 48-72 hours Tyvek Coveralls FIR $40.00 Each 48-72 hours Kleen Guard Coveralls $28.00 Each 48-72 hours Poly-Coated Tyvek $32.00 Each 48-72 hours DuPont Tychem®CPF1 $63.00 Each 48-72 hours DuPont Tychem®CPF2 $100.00 Each 48-72 hours DuPont Tychem®CPF3 $157.00 Each 48-72 hours DuPont Tychem®Level B Encapsulated $338.00 Each 48-72 hours CPF 4 Level A Responder Types $2,157.00 Each 48-72 hours Rubber Boots $57.00 Each 48-72 hours Latex Booties $15.00 Each 48-72 hours Chemical Boots $144.00 Each 48-72 hours Metatarsal Protection $75.00 Per Pair Per Day 48-72 hours Latex Gloves $3.00 Each 48-72 hours Cotton Gloves $4.00 Each 48-72 hours Leather Gloves $13.00 Each 48-72 hours Impact Gloves $35.00 Each 48-72 hours Nitrile "Outer"Gloves $7.00 Each 48-72 hours Nitrile "Outer"Gloves per pack of 12 $72.00 Per Pack 48-72 hours Black Night Gloves(PVC) $9.00 Each 48-72 hours Dust Mask(N95) $6.00 Each 48-72 hours Full Face Respirator $63.00 $441.00 $1,764.00 48-72 hours Face Shield w/Bracket $44.00 Each 48-72 hours Respirator Cartridge OWAG $82.00 Each 48-72 hours Respirator Cartridge OV/AG/100 $82.00 Each 48-72 hours Respirator Cartridge Mercury $82.00 Each 48-72 hours Respirator Cartridge Ammonia $94.00 Each 48-72 hours SCBA $232.00 $1,624.00 1 $6,496.00 48-72 hours SCBA Refill $94.00 Each 48-72 hours Life Jacket $14.00 Daily 48-72 hours Breathing Air Trailer $362.50 $1,812.5 $7,250.0 48-72 hours 0 1 0 Breathing Air Trailer-Refill $125.00 Each 48-72 hours PH Paper(Box) $57.00 Each 48-72 hours PH Strips $5.00 Each 48-72 hours Chemical Classification Strips $35.00 Each 48-72 hours Sample Jars $13.00 Each 48-72 hours Hanby Kit $219.00 $1,533.00 1 $6,132.00 48-72 hours Soil Sampling Test Hanby Kit $50.00 Each 48-72 hours Core Sample Kit $288.00 $2,016.00 1 $8,064.00 48-72 hours Disposable Drum Thief $25.00 Each 48-72 hours Coliwasa 4' $57.00 Each 48-72 hours Disposable Drum Pump $34.00 Each 48-72 hours Sludge Judge 1Z $213.00 Each 48-72 hours Weighted Bailers $25.00 Each 48-72 hours Hourly Fully AAR/IP,Training,Exercises Burdened Delivery/response Rates time Project Lead $165.00 Overtime over 40 is billed at 1.5x standard IDIQ time rate SME $155.00 Overtime over 40 is billed at 1.5x standard IDIQ time rate Scribe $115.00 Overtime over 40 is billed at 1.5x standard IDIQ time rate Recovery Hourly Fully Recovery Personnel Burdened Rates Delivery/response time Recovery Executive Lead $250.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Recovery Project Team Leader $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Public Assistance Officer I $175.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Public Assistance Officer II $175.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Public Assistance Officer III $175.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Recovery&Mitigation Specialist I $175.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Recovery&Mitigation Specialist II $175.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Recovery&Mitigation Specialist III $175.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Appeals Specialist $250.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Insurance Specialist I $187.50 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Insurance Specialist II $187.50 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Insurance Specialist III $187.50 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Cost Estimator I $170.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Cost Estimator II $170.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Accounting Supervisor $170.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Accountant Level II Journal Entry $160.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Grant Administrator $170.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Sr.Grant Administrator $190.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Programmer i I$170.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Senior Programmer $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Damage Assessment Specialist 1 $165.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Damage Assessment Specialist 11 $165.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Damage Assessment Specialist 111 $165.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Closeout Specialist 1 $165.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Closeout Specialist 11 $165.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Closeout Specialist 111 $165.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Debris Specialist 1 $187.50 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Debris Specialist 11 $175.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Administrative Assistant $75.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Senior Grant Writer $160.00 Grant Writer $145.00 Incident Command System(ICS) Hourly Fully Delivery/response time Incident Commander $250.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Public Information Officer $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Safety Officer $225.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Liaison Officer $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Operations Section Chief $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Planning Section Chief $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Logistics Section Chief $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Finance/Administrative Section Chief $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Communications Unit Leader $200.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Division/Group Unit Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Strike Team/Task Force $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Situation Unit Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Resource Unit Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Facilities Unit Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Ground Support Unit Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Documentation Unit Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Demobilization Unit Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Supply Chain Leader $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Medical Unit Leader $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Food Unit Leader $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Donations Coordination Task Force Leader $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Voluntary Agency Liaison $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Mass Care Specialist $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Logistics Staging Area Coordination Specialist $180.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Unmanned Aircraft System Technical Specialist $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Unmanned Aircraft System Remote Pilot-in-Command $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Drone Countermeasure Specialist $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Field Observer(FOBS) $145.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Animal Care Specialist $215.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Geographic Information Systems Specialist $185.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate Computer Technical Specialist $165.00 Overtime over 40 is billed at 1.5x standard 48-72 hours time rate NON-COLLUSION AFFIDAVIT city of � according to kov on o4t h, and L,pider rialt„y t�l I�c�ljtll�.�Ne.Case and, smt that: a. I am_ of the line ti d" �t the bidder making tl1e P 11 4 lbr the project described in the Request for Proposals for: �.. and that I executed the said proposal with full authority to do so; b. The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and C. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and d. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; and e. The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. os-hql��L (Signature of Proposer) (Date) l STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed)before me, by means of physical presence or ❑ online notarization, on w (date) by _Q � _....... °...... ............_ _.0 (name of affiant). He/She is personally known to me or has produced 3, (type of identification) as identification. NOTARY PUBLIC My commission expires: - (SEAL ) , � Prank Walker page 51 of 71 My Cat xplres 3O012028 - ` Notary lDi26563048 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER INANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE; (Company) warrants that he/she/it has not employed, retained or otherwise had act on his/her/ its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". 4", A,f�q j,,—Q— (Signature) Date: a-1 o /0-to's— STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed)before me, by means of physical presence or ❑ o line notarization, on 20 (date) by A (name of affiant). Fie/She is personally known to me or has produced as identification. ('Type of identification) NOTARY PUBLIC; My commission expires: (SEAL) Prank Walker Page 52 of 71 E Commission Expires g1/3012028tary I 126563048 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statutes, Sec. 287.097 hereby certifies that: " r (Name of Business) 1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the united States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, for any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. Propo is Sign ee Date STATE OF: COUNTY OF: QLzLAi Subscribed and sworn to (or affirmed)before me, by means o physical presence or ❑ online notarization, on AAA4.4 ft W (date) by M t r � (name of affiant). He/She is personally known to me or has produced tw.( (type of ification) as identification. NOTARY PUBLIC (SEAL) My Commission Expires: [ 120/;Z-f) Page 53 of 71 MINE] PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity,may not submit a bid,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in Section 297.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list." I have read the above and state that neither Danny Maldonado (Respondent's name)nor any Affiliate has been place on the con is r ist within the last thirty-six(36) months. u (Signature) Date: 05/19/2025 STATE OF: COUNTY OF: K- ', ?"k ._—.._.-- Subscribed and sworn to (or affirmed) before me, by means of C physical presence or ❑ online notarizatiou,,,on the-' day of - 20 " _(date), by ' (name of affiant). He/She is personally known to me or has produced . C)(,_,- (type of identification)as identification. NOTARY PUBLIC (SEAL) My Commission Expires: I b-10 Freak WOW CommissionMY 1/ Qt2028 Expires OF MNotary W26569Q46 Page 54 of 71 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): EMERGENCY MANAGEMENT LOGISTIC SERVICES Respondent Vendor Name: Garner Environmental Services, Inc Vendor FEIN: 760134613 Vendor's Authorized Representative Name and Title: Danny Maldonado Executive Vice President of Operations Address: 952 Echo Lane Suite 400 City: Houston State: Texas Zip: 77024 Phone Number281-930-1200 Email Address: dmaldonado@garner-es.com Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725,Florida Statutes,or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for good or services of$1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled"Respondent Vendor Name"is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: Danny Maldonado who is authorized to sign on behalf of the above ref rencei Authorized Signature: Print Name: Danny Maldonaco ., . ° Title: Exectutive Vice President of Operations Page 55 of 71 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Garner Environmental Services, Inc. Vendor FEIN- 76-0134613 Vendor's Authorized Representative: �P .. (Name and Title) a.� Address: 952 Echo Lane, Suite 400 City: Houston State: Texas Zip: 77024 Phone Number: (281)930-1200 Email Address: dmaldonado@garner-es.com As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means- 1. Using or threatening to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threatening to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. Certified By: Danny Maldonado, Executive Vice President of Operations who is authorized to sign on behalf of the ab ve referenced company. Authorized Signature: Print Name. Danny Maldonado Title: Executive Vice President of Operations Page 57 of 71 FOREIGN ENTITIES AFFIDAVIT F.S. 287.138 Iry i � Ifaf the city of according to law on my oath, and under penalty of perjury, depose and say that: a. I m v % of the firm of e ,, I✓ RkN . . ("Entity"), the bidder making the Proposal for the project described in the Request for Proposals for and that I executed the said proposal ith full authority tO do so; LWIP� b. In accordance with section 287.138, Florida Statutes, the Entity is not owned by the government of a Foreign Country of Concern, as that term is defined in F.S. 287.138, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the government of a Foreign Country of Concern does not have a Controlling Interest in the entity. c. The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. (Signature) ©slm PO a J— Date: STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of physical presence or ❑ on�'ne notarization, on `JAI r (date) by . a J&�Ag dn!L. (name of aff ant). He/She is personally known to me or has produced l3? 3 _ (type of identification) as identification. NOTARY PUBLIC Frank Walker * My Commission Expires y Commission Expires: Notary 10126563048 Page 58 of 71 SECTION TWO INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY,FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors, Subcontractors and Professional Services As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract(including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance or •A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation,non-renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving Page 40 of 71 the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials, at 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled"Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management Department. PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Workers Compensation Statutory Limits Employers Liability $100,0001$500,0001$100,000 Bodily Injury by Accident/Bodily Injury by Disease,policy limits/Bodily Injury by Disease each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle $200,000 per Person (Owned, non-owned, and hired vehicles) $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. INDEMNIFICATION,HOLD HARMLESS,AND DEFENSE.Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss,damage,fine,penalty or business interruption, and(iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B)the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the Page 41 of 71 claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than$1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in Paragraph 3.Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor,the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. Danny Maldonado o PROPOSER Signature Page 42 of 71 A/C ® DATE(MM/DDNYYY) `..�" CERTIFICATE OF LIABILITY INSURANCE 07/16/16/20252025 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 McGriff,a Marsh&McLennan Agency LLC Company NAME: 9 Y P Y PHONE 713-877-8975 FAX 713-877-8974 10100 Katy Freeway,#400 A/C No Ext: A/C,No): Houston,TX 77043 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Axis Surplus Insurance Company 26620 INSURED INSURER B:Trumbull Insurance Company 27120 Garner Environmental Services,Inc. See attached Named Insured Schedule INSURER C:Sentinel Insurance Company,Ltd. 11000 952 Echo Lane,Ste.400 Houston,TX 77024 INSURER D:Twin City Fire Insurance Company 29459 INSURER E:Hartford Underwriters Insurance Company 30104 INSURER F: COVERAGES CERTIFICATE NUMBER:V9768829 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 SP007097012025 07/05/2025 07/05/2026 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR DAMAGES(RENTED 300,000 PREMISES Ea occurrence $ X Contractor's Pollution Liability MED EXP(Any one person) $ 25,000 X Professional Liability PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY F—X]PECT El LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY 61 UEJBS1 M89 07/05/2025 07/05/2026 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 A UMBRELLA LIAB X OCCUR SX007098012025 07/05/2025 07/05/2026 EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I I RETENTION$ Prod/Completed Ops Agg $ 5,000,000 C WORKERS COMPENSATION 61WEHBS1M7Z 07/05/2025 07/05/2026 X PER OTH- D AND EMPLOYERS'LIABILITY Y/N D-CA STATUTE ER E ANY PROPRIETOR/PARTNER/EXECUTIVE E-FL,LA,NY,TN,ND,OH,WA,WY E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A F-TX (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Iola Beta Beach Resort Monroe County BOCC is included as Additional Insured in regards to the General Liability and Automobile policies as required by written contract,but only for liability arising out of the operations of the Named Insured and subject to policy terms,conditions,and exclusions.The General Liability,Automobile Liability,and Excess Liability policies include a blanket Additional Insured endorsement.The General Liability,Automobile Liability,Workers'Compensation,and Excess Liability policies include a blanket Waiver of Subrogation endorsement.Coverage is primary and non-contributory as respects to General Liability,Automobile Liability and Excess Liability policies.All as required by written contract,but only for liability arising out of the operations of the Named Insured and subject to policy terms,conditions,and exclusions. CERTIFICATE HOLDER CANCELLATION APPROVED BY RISK MANAGEMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN BY rze�_, ACCORDANCE WITH THE POLICY PROVISIONS. U DATE 07.17.25 Monroe County BOCC AUTHORIZED REPRESENTATIVE re 1100 Simonton Street WAIVER NIA YES Key West,FL 33040 Page 1 of 2 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: A�oRo ADDITIONAL REMARKS SCHEDULE Page 2of2 PRODUCER INSURED McGriff,a Marsh&McLennan Agency LLC Company Garner Environmental Services,Inc. See attached Named Insured Schedule POLICY NUMBER CARRIER NAIC CODE ISSUE DATE: 07/16/2025 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: Named Insured Schedule: General Liability Policy #SP007097012025: Garner Environmental Services, Inc. Rowdy Products & Supply LLC dba Rowdy Supply Garner Tallahassee, LLC Business Automobile Policy #61UEJBU4DKM: K-Soly Group LLC Garner Environmental Services, Inc. Rowdy Products & Supply LLC dba Rowdy Supply Energy Completion Services, LLC K-Soly Chemicals, LLC K-Soly Fuel Services, LLC dba K-Soly Fuel Garner Tallahassee, LLC Oil Mop LLC Workers Compensation Policy #61WEHBSlM7Z: K-Soly Group LLC Garner Environmental Services, Inc. Rowdy Products & Supply LLC dba Rowdy Supply Energy Completion Services, LLC K-Soly Chemicals, LLC K-Soly Fuel Services, LLC dba K-Soly Fuel Garner Tallahassee, LLC Excess Liability Policy #SX007098012025: Garner Environmental Services, Inc. K-Soly Group LLC Rowdy Products & Supply LLC Energy Completion Services, LLC K-Soly Chemicals, LLC K-Soly Maritime Services, LLC K-Soly Fuel Services, LLC Garner Tallahassee, LLC K-Soly Management Inc. Oil Mop LLC K-Soly Energy Services LLC ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE NUMBER:V9768829