Loading...
HomeMy WebLinkAboutHIRE CONTRACTiazat-dous Incident Response Equipment (HIRE) / Alternate Contract Source / State Contracts, Aureeme... Page I of -vz—::,v P, -a-,,-- this Contract View Sut Contract Name: Hazardous Incident Response Equipment ({-TIRE) Contract Number: 991 -312 -06 -ACS Effective Dates: 03/27/2006 through 05/30/2015 Other �t a Glance Ordering Instructions ordering Instructions - Ordering instructions 79.00 kB nopecifications Jew York Contract Documents ..04 ontractors -.08 Syste-m-s nC ,DS Inc. 'm e ri ca n Innovations, _jnc. ,ramsco. Inc. ,rrow-Tech, Inc ,a--wson A-ssociates alber SiDecia-1tv. Vehicles irst Line Technology,. LLQ. fisher Scientific Co, LLC �urus Systems, Inc =nco Armored Vehicles ar-Vel International Inc. iazardous Incident Response Equipment (HIRE) / Alternate Contract Source / State Contracts, Agreeme... Page 2 of _PIPS _Technology E S v s t e rn s Remington Elsag-La vv E_::nforcement Systems LLQ, Z)alfeware Inc. Smith's Detection Tough Traveler Ltd,, MryFloridaMarketPlace Users Additional Information This Alternate contract has been approved for use by all entities. agencies need not submit a PUR 7102 form or otherwise obtain further )epartment approval before using this alternate contract. P" ..ontract Administrator(s): or further information please contact a contract administrator: )onna Smith -Te lephone:850-488-8855 *Em ail: Donna. Sm ith-ed ms. myflorida . corn 6/11/2-0-10 iazardous Incident Response Equipment (HIRE) • Other - At a dance • Orderina Instructions - OrderinQ Instructions • Specifications - New York Contract Documents • Contractors - 308 Sysien s Inc • Contractors - ADS Inc. • Contractors -_American Innovations, Inc, • Contractors - Ararnsco. Inc. • Contractors - Arrow -Tech, inc. • Contractors - Dawson AssDciatp-, azardous Incident Response Equipment (HIRE) / Alternate Contract Source / State Contracts, Agreeme... Page 3 of • Contractors - Farber Speciale V_nicies • Contractors - F -i, st Line Tecnnolog'�3 LC • Contractors -Fisher Scientific Co • C -on rad ­ors - Laurus Svstems inc • Contractors - Lenco armored Vehides • Contractors - Mar -Vel Inter national inc. • Contractors - Na-bco • Contractors ----_PIPS Technoloay -S • Contractors _R AE E • _Contractors -=Remi ion Elsao Latw Enforcement S vst--ms LLC • Contractors - Safeware Inc. • Contractors - Smith's: Detection • Contractors - Tough Traveler Ltd. . amendments • ly loridal larket-Place Users Zeturn to State Contracts, agreements and Price Lists Te rs,J�s and of clitiorts , rivac'v` �a-Cein ie9 i% A essibilit"y 1 Copy'`i i ih iri De -Pa! --.,-fie it of Mlai i glee ,lei i:. .` prll)i..e,'~`.� - ...,.='i.�U"..a- amendments - Amendment 1 (10 June 2010) /'Amendments / Hazardous Incident Response Equipment (... Page 1 of Rate this Contract View Survev Resu1-s Amendment 1 (10 June 2010) June 10, 2010 AMMENDMENT NO: (991 -312 -06 -ACS) -1 TO: User Agency FROM: Director, State Purchasing SUBJECT: Contract No. 991 -312 -06 -ACS Title: Hazardous Incident Response Equipment The contract has been renewed for a five year period from May 31, 2010 =hrough May 30, 2015 with 19 Contractors; 308 Systems, ADS Inc., American Innovations, Aramsco, Arrow Tech, Dawson Associates, Farber Specialty Jehicles, First Line Technology, Fisher Scientific, Laurus Systems, Lenco armored Trucks, Mar -Vel, Nabco, PIPS Technologies, RAE Systems, Remington =1sag, Safeware, Inc, Smiths Detection and Tough Traveler. ::our of the original 27 Florida HIRE contractors did not renew with New York and four have not responded to Florida's request for renewal. any questions or problems in delivery or service that may arise regarding this :ontract should be directed to Donna Smith at (850) 488-88551 )onna.Smith dms,myflorida.com. %mendments -_Amendment 1 (10 June 201 1,022.13 k )6/11/2010 • Other - At a Glance • Ordering instructions - Ordering instructions • Specifications - New York Contract Documents • Contractors. - _3e_ Systems Inc • Contractors - ADSL jnc. • Contractors - American Innovations, Inc. -niendments - Amendment I (10 June 2010) / Amendments /Hazardous Incident Response Equipment (... Page 2 of .' • C-ont-ractors • Contractor - Arro\tV-TeCi-InC. • Contractors - Dawson Associates • Contractors - Farber SDPcialtv--\/---hi,---IeS) • Contractors - '---'rst Line T\--chnalgoyl. LLC • Contractors - )1-7'sh.er-S,-ie_n-'fi- Co. LLC -1 Scientific I- • Contractors - Laurlis S stemma Tj, - )C • Contractors - Lenco Armored Ve hicles • Contractors - I\Alar-Vej International Inc.. • Contractors - Nabco • Contractors - PIPS Technology • Contractors - RAE --Systems • Contractors - Reminaton Elsag Law E-nforcement �,�Steyns LLC • Contrac-L--ors--.-Saflevniare Inc. • Contractors - Smith's Detection • Contractors - Touq-n' -1-raveler Ltd. • Amendments o Amendments - Amendment 1 (10 June 2010) e MyFloridaNllarketPl ace Users Zeturn to State Contracts, Agreements and Price Lists elf L v! h Trei-r-ns aind! (--,oriditicin -V Dte D. ai! -irn e n t -)f fAainacje-m;7--,,, Ir Ser,,,ires - S'- Amendment 1 Renewal of Alternate Contract 991 -312 -06 -ACS Hazardous Incident Response Equipment THIS Amendment No. 1, effective as of the last date signed below by and between the Company (as identified below) and the Florida Department of Management Services (the Department) (collectively the "Parties") for Hazardous Incident Response Equipment. WHEREAS, Alternate Contract 991 -312 -06 -ACS is in effect from March 27, 2006 through May 31, 2010 and WHEREAS, the parties mutually agree to exercise the renewal option available in the Contract for five (5) years, beginning May 31, 2010 through May 30, 2015, and WHEREAS the parties mutually agree that all other terms and conditions of the current contract will remain the same during the renewal term; and NOW THEREFORE, in consideration of the mutual promises contained below, and other goods and valuable consideration, receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Contract Renewal: The Alternate Contract 991 -312 -06 -ACS effective from March 27, 2006 through May 31, 2010 is hereby renewed for five (5) years, until May 30, 2015. This renewal is contingent upon the Department's determination of satisfactory performance by the Contractor during the Contract period. II. Miscellaneous: a) Other Contract Terms: Unless specifically modified or made inapplicable by this Amendment No 1, all terms and conditions not specifically mentioned in this Amendment of the Contract remain if full force and effect, b) Effective Date: Unless specifically provided otherwise, the terms and conditions of this Amendment number 1 shall take effect on June 1, 2010_ SQ AGREED: State of Florida (Department of Management Se ices By: Charles Covington Title: Director State � Purchasing Date, �o ( / 6 Compan 01ame: Dawson Associates, Inc. By: Andrew E. Bragg Title: VP, Sales & Opera ons Date: 'G' 2' olo l State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http:--v��.obs.state.ny.us CONTRACT AWARD NOTIFICATION Title Group 38232 — I-LkZARDOUS INCIDENT RESPONSE EQUIPMENT (Statewide) Classification Codes: 41, 42, 43, 46, 85, 92 Award Number 19745 Contract Period September 2, 2905 - May 31, 2015 Bid Opening Date March 29, 200 Date of Issue September 2, 2005 (Revised June 3, 2010) Specification Reference : As Incorporated In The Invitation For Bids Contractor Information : Appears on Pages 2-12 of this Award Address Inquiries To: The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description NYS-NASPO multiple award contracts for a broad spectrurn of domestic preparedness equipment. PR 419745 State Agencies & N7endors Political Subdivisions & Others Name Sue Wolslege] Customer Services Title Purchasinj Officer I Phone 518-474-6717 Phone 518-473-9441 Fax 518-474-2437 Fax 518-474-5052 E-mail customer.services@ogs.state.ny.us -E-mail - - --susan-.wolsleQel@ogs state. ny.us __ - -_ _ _ __ - - The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description NYS-NASPO multiple award contracts for a broad spectrurn of domestic preparedness equipment. PR 419745 GROUP 38232 — HAZARDOUS LNCIDENT RESPONSE REVISED AWARD PAGE 2 EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # I~ED.IDENT.# PC61998 308 SYSTEMS, INC. 970-282-7006 330800789 4389 Roaring Fork Dr. Mark Lueker Loveland, CO 80538 Fax No.: 970-282-7015 E -Mail: mlueker(tu308systems.com Web Site: www.308systems.com PC64412 AARDVARK TACTICAL, INC 1935 Puddingstone Drive. La Verne, CA 91750 DISC.: .20/'c - 15 Days PC64211 ADAMS ELECTRONICS, INC. 1611 South Utica Ave., PMB 408 Tulsa, OK 74104 PC61961 ATLANTIC DIVING SUPPLY_ INC. D -b -a: ADS, INC. 621 Lynnhaven Parkway, Suite 400 Virginia Beach, VA 23452 (See ADS award pages for ordering info) PC62515 ADVANCED CONTAINMENT SYSTEMS, INC. (ACSE) 8720 Lambri_aht Rd. Houston, TX 77075 800-997-3773 Ext. 102 954451904 909-451-1116 Linda Tan Fax No.: 626-334-6834 E -Mail: ltan @acrd v arktact i c al .com Web Site: www.aardvarlctactical.com 918-622-5000 742715084 Gina M. Adams Fax No.: 918-622-5005 E -Mail: adamselectronics(�hotmail.com Web Site: www.adamsinc.com 800-948-9433 757-963-8748 Brad Anderson Fax No.: 757-440-3009 E-mail: banderson@adsinc.com Web Site: www.adstactical.com 800-927-2271 713-987-0336 Matt Byrd Fax No.: 713-987-0355 E -Mail: mbyrd@acsi-us.com Web Site: www.acsi-us.com 541867268 760257153 PC62198 _-AHURA SCIENTIFIC INC. 978=657-5555 010650031 46 Jonspin Road Doug Keelan Wilmington, MA 01887 Fax No.: 978-657-5921 E -Mail: dkeelan@ahurascientific.com Web Site: www.ahurascientific.com PC64079 SB AMERICAN INNOVATIONS, INC 500 Chestnut Ridge Road Chestnut Ridge, NTY 10977 845-371-3333 Ext. 900 133811586 Diana Enciso Fax No.: 845-371-3885 Web Site: winxA,.americaninnovations.com (continued) GROUP 38232 — HAZARDOUS LVCIDENT RESPONSE REVISED A "'ARD PAGE 3 EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTORS ADDRESS TELEPHONE # FED.IDENT.# PC63040 AIviRON INTERNATIONAL DIVING 877-462-6700 953 381309 SUPPLY. INC. 760-208-6520 direct 1380 Aspen Way Van Richardson Vista. CA 92081-8349 Fax No.: 760-599-3U7 E -Mail: vrichardson(_uamronintl.com DISC.: 0.5% - 15 Days Web Site: www.amronintl.com PC61962 ARAMSCO, INC. 800-767-6933, Ext 775.3 841674268 1480 Grandview Avenue 856-686-7753 Thorofare, NJ 08086 Donna McQuade Fax No.: 856-686-7249 DISC.: 11,o-15 Days E -Mail: dmcquade@.aramsco.com PC62116 ARROW - TECH. INC. 877-477-6461 911750431 417 Main Ave. West 701-477-6461, Ext. 135 Rolla, ND 58367-1240 Perry LaFountain Fax No.: 701-477-6464 DISC.: 1-4%- Net 10 E -Mail: perry@arrowtechinc.com Web Site: A-xw.arrowtechinc.corn PC62199 ATLANTIC NUCLEAR CORP. 800-878-9118 042738197 1020 Turnpike St. #9 781-828-9118 Canton, MA 02021 John P. Anderson Fax No.: 888-440-1319 781-828-1319 E -Mail: marc@att.net Web Site: mr,�,w.atlanticnuclear.com PC62117 B -LANK EQUIPMENT CO.; INC. 800-962-5266 141514230 SB 2388 5th Ave. 518-274-7888 P.O. Box 997 Al Remington and Grey Grim Troy, NY 12180 Fax No.: 518-274-4954 E=Mail:-aremin,t@nycap.rr.com and griffl@aol corn Web Site: ww­w.blannequipment.com PC64632 THE BASSETT SALES CORP. 800-432-1003 953666930 1101 Chestnut St. 818-766-2177 Burbank_ CA 91506 Scott M. Bassett Fax No.: 800-422-7119 818-766-8917 E -Mail: scoff@bassettsales.com Web Site: v",",w.bassettsals.com (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 4 EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual a-wardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.fDENT.# PC62003 BETTER POWER, INC. SB d/b/a BETTER LIGHT & POSTER 2140 West Henrietta Rd. Rochester, NY 14623 DISC.: .251//o - 15 Days PC64212 BRUNSWICK COMMERCIAL & GOVERNMENT PRODUCTS 420 Mesian Z Ave. Edgewater, FL 32132 PC62312 BUFFALO COMPUTER GRAPHICS SB 3741 Lake Shore Road Blasdell, NY 14219 DISC.: 1%- 15 Days 800-475-1321 161422551 585-475-1321 Catherine S. Henn Fax No.: 800-475-4448 585-424-1190 E -Mail: cath),@betterpoweronline.com Web Site: www.betterpower.us 386-42,-2902 364432261 Jennifer Butera Fax No.: 386-423-9187 E -Mail: jennifer.butera@whaler.com Web Site: wv,",.brusnwickcgp.com 800-823-8668 161190997 716-822-8668, Ext. 15 Gary F. Masterson Fax No.: 716-822-2730 E -Mail: !zmastersona..buffalocomputergraphics.com Web Site: w m,.buffalocomputergraphics.com PC64413 DIGITAL ALLY, INC. 800-440-4947 7311 IV 130th St. 913-814-7774 Overland Park, KS 66213 Russell Herron - - - Fax No._. 913-814=7775- E -Mail: russell.herron@digitalallyinc.com Web Site: www.digitallyinc.com PC63111 DIVAL SAFETY EQUIPMENT INC 1721 Niagara St. Buffalo, NTT 14207 200064269 800-343-1354, Ex -t. 159 161104585 716-874-9060 Fax No.: 716-874-4686 Timothy M. Devin E -Mail: tdevin@divalsafety.com Web Site: « ,",.divalsafety.com (continued) GROUP 38232 - HAZARDOUS INCIDENT RESPONSE REVISED ANVARD PAGE EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC63519 E.D. BULLARD COMPANY 1898 Safety Way Cynthiana, KY 41031 800-227-0423, Ext, 874 940348330 716-583-1768 David Van2elov Fax No.: 800-877-6858 859-234-6858 E -Mail: dave_van<aelov(Dbullard.com Web Site: www.bullard.com PC62119 ELSAG NORTH AMERICA, LLC 866-967-4900 800119568 205-H Creek Ridge Road 336-379-7135 Greensboro, NC 27406 Sherri Corder Fax No.: 336-379-7164 E -Mail: sherri.corder@elsagna.corn Web Site: www.elsa_Jna.com DISC.: 2% - 15 Days 1% - 30 Days PC62000 FARBER SPECIALTY VEHICLES 800-331-3188 412043544 7052 Americana Pkwy 614-863-6470 Reynoldsburg, OH 43068 Ken Farber Fax No.: 614-759-2098 E -Mail: kfarber@farberspecialt3,.com farberspecialty.com Web Site: www.farberspecialty_com PC62200 FERNO WASHINGTON, INC 70 Weil Way Wilmington, OH 45177 800-733-3766. Ext. 1222 310595222 937-283-2822 Becky Jenkins Fax No.: 937-283-3622 E -Mail: bjenkins@ferno.com Web Site: Amm%ferno.com PC61963 FIRST LINE TECHNOLOGY, LLC 866-556-0517, EXT. 121 200247713 MBE 3656 Centerview Drive, Suite 4 703-955-7510 Chantilly, VA 20151 Amit -Kapoor -- — Fax No.: 703-955-7540 E -Mail: akapoor@firstlinetech.com Web Site: www.firstlinetech.com (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 6 EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR S ADDRESS TELEPHONE # FED.IDENT.# PC61964 FISHER SCIENTIFIC CO. LLC £100-955-9999 332942737 2000 Park Lane Drive 412-490-8412 Pittsburgh, PA 15275 Tim Zeh Fax No.: 412-490-1026 E -Mail: tim.zeh� thermofisher.com Web Site: www.fishersci.com PC63613 FLOAT TECH, INC. SB 316 River St. Troy, NY 12180-3879 518-266-0964 010722634 ,Jeffrey R. Betz Fax No.: 518-266-0318 E -Mail: jeff(Rfloattech.com Web Site: www.floattech.com PC64633 GENERAL ATOMICS ELECTRONIC 800-854-2333 953347871 SYSTEMS, INC. 855-522-8300 4949 Greencraig Lane Dirk C.A. Koopman San Diego, CA 93123 Fax No.: 858-532-8301 E -Mail: dirk.koopmanrdga-esi.com Web Site: wvvw.dose-;ard.com 8874? GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AMIARD PAGE 7 EQUIPMENT .(Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT #, CONTRACTOR & ADDRESS TELEPHONE f FED.IDENT.# PC62314 GOVERNMENT SCIENTIFIC SOURCE 800-248-8030, Ext. 173 541607358 12351 Sunrise Valley Drive 703-880-5034 Reston, VA 20191-3415 AlexandraBaraheni Fax No.: 703-734-1803 E -Mail: abaraheni( govsci.com Web Site: ,�,ww.aovsci.com PC62202 GUARD LINE FIRE & SAFETY, INC. 201-475-6600, Ext. 47 352163709 75 Main Ave. Wayne Dora Elwood Park, NJ 07407 Fax No.: 201-703-8180 E -Mail: wdorariguardlinefire.com Web Site: ww",._uardlinefire.com PC63112 HAGEMEYERNORTEANIERICA,'INC. "843-745-1881 562281578 T-A'1)1.�G 1460 "Tobias-:Gadson"Blvd Cody Mann Charleston, SC:29407 Fax No: 803=70.5-8797 E Mail:.cmann@hagemeyerna.com Web Site: www hagemeyerna.com PC63954 HI -TECH FIRE & SAFETY, INC. 631-777-5170 112984005 SB 158 Allen Blvd., Suite A 'William Emory Farmingdale, NrY 11735 Fax No.: 631-777-5171 E-mail: b.emon,r itechfireandsafety.com Web Site: www.hitechfircandsafety.com PC62203 LAERDAL MEDICAL CORP. 800-648-1851, Ext. 3693 133587752 167 Myers Corners Rd. 845-297-7770, Ext. 3693 Wappingers Falls, NY 13590 James Balser Fax No.: 800-266-4359 845-298-4557 E -Mail: james.baker@la--rdal.com Web Site: www.laerdal.com PC61965 LAURUS SYSTEMS, INC WBE 3460 Ellicott Center Drive Suite 101 Ellicott City, MD 21043 866-465-5558 522326481 410-465-5558 Laura Lynch Fax No.: 410-465-5257 E -Mail: ]auralynch@laurussystems.com Web Site: %Amrw.lzurussystems.com (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 8 EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC62843 LDV, INC. 800-558-5986 391281237 180 Industrial Dr. 262-757-2436 Burlington, WI 53105 Frank Solofra Fax No.: 262-763-0156 DISC.: 1.5%- 15 Days ldvusa.com E -Mail: fsolofra@ldvusa.com Web Site: www.Idvusa.com PC62795 LENCO INDUSTRIES, INC. 800-444-5362 042719777 10 Betnr Industrial Park 413-443-7359, Ext. 118 Pittsfield, MA 01201 Terry D'Anna Fax No.: 413-445-7865 E -Mail: Terry@lencoarmor.com Web Site: www.swattrucks.corn PC63767 LINSTAR.INC. 800-655-5454 161559780 SB 430 Lawrence Bell Dr. 716-631-9200 WBE Buffalo,l\'Y 14221 Melanie Cwiklinski Fax No.: 716-631-2024 E -Mail: melaniec@linstar.com Web Site: www.linstar.com PC61966 MAR -VEL INTERNATIONAL, INC. 800-325-5711 ext. 141 222854453 7115 Airport Hwy. 856-488-4499 ext. 141 Pennsauken, NJ 08109 Noelle Irish Fax No.: 856-488-4343 DISC.: 1-2%-15 Days E -Mail: nirish@mar-vel.com Web Site: www.mar-vel.com PC62797 MBF INDUSTRIES, INC. 407-323-9414 593126557 210 Tech Dr. John W. Baker Sanford, FL 32771 Fax No.: 407-330-2068 E -Mail: john-baker@cfl.rr.com Web Site: www.mbfindustries.com (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE171SED ANA ARD PAGE 9 EQUIPMENT (State-wide) NOTE: See individual contract items to determine actual awardees. CONTRACT 4 CONTRACTOR & ADDRESS TELEPHONE #i FED.IDENT.# PC63955 MUNICIPAL EMERGENCY SB SERVICES, INC. 75 Glen Road, Suite 307 Sandy Hook, CT 06482 PC62205 NABCO.INC. 1001 Corporate Dr., Suite 205 Canonsburg, PA 15317 DISC.: 1-2%-15 Days PC63615 OM, LLC 197 Cahaba Valley Pkwy Pelham, AL 35124 203-304-4107 651051374 Jef`Johnson Fax No.: 303-364-1373 E -Mail: jjohnson!✓umesfire.com Web Site: www.mesfire.com 734-746-9617 351534103 Randy Markey Fax No.: 724-746-9709 E -Mail: randy@nabcoinc.com Web Site: www.nabcoinc.com 888-464-3872 631148683 205-980-0180 Jill Strickland Fax No.: 205-980-5764 E -Mail: jstrickland@ohdusa.com Web Site: www.ohdusa.corn PC62002PINE ENVIRONMENT tAL'SERVICES, 800-301-9663, Ext. 23 26011'.6397 1' N,JI1(i INC. 609-371=9663 92 N. Main.St Martin.Diaz Windsor,.NJ,08561- Fax No 609-371-1663 E=Mai1::mdiaz@pine-environm ental:corn Web Site: wtn�e-pine-environmental.com PC63041 PIPS TECHNOLOGY, INC 804 Innovation Drive Knoxville, TN 37933-2562 DISC.: l °,o - 15 Days 865-392-5546 621867230 Brian Shockley Fax No.: 865-392-5599 E -Mail: bslhockley@federalsignal.com Web Site: w-onw.pipstechnology.com PC62316 PROMARK INTERNATIONAL, INC. 800-645-4443 113303452 SB 720 Montauk Highway 631-226-1541 Copiague, NTS' 11726 Pat Baron Fax No.: 631-326-1259 E -Mail: promarkpat(c7r aol.coin Web Site: www.publicsafetymall.com (continued) GROUP 38232 — FIAZARDOL'S INCIDENT RESPONSE REVISED A ""ARD PAGE 10 EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT 4 CONTRACTOP. & ADDRESS TELEPHONE # FED.IDENT.# PC61968 RAE SYSTEMS, INC. 877-723-2878 770280662 3775 North First Street 856-986-8517 San Jose, CA 95134 Bob Ladzinski Fax : 609-770-3416 E -Mail: dadzinsid@,raesystems.com Web Site: www.raesystems.com PC62004 RAPISCAN SYSTEMS, INC. 800-318-7326 954413488 2805 Columbia St. 310-349-2428 Torrance, CA 90503 Paul A. Barnes Fax No.: 310-349-2491 E -Mail: pbarnes@',rapiscansystems.com Web Site: www.rapiscansystems.com PC63768 REMOTEC, INC. SUBSIDIARY OF NORTHROP GRUMMAN CORP. 353 JD Yarnell Ind. Pkwy. Clinton, TN 37716 865-483-0228, Ext. 155 621090777 Mark Syler Fax No.: 865-483-1426 E -Mail: marl,.syler@n!2c.com Web Site: murw.es.northropgrumman.remotec-com PC62120 SAFEWARE, INC. 800-331-6707, Ext. 188 521152883 3200 Hubbard Road 301-683-1212 Ext. 188 Landover, MD 20785 Cathy Jones Fax No.: 301-683-1240 E -Mail: cjonesoa)safewareinc.com Web Site: wwrw.safewareinc.com PC62121 SCIENCE APPLICATIONS 443-402-2664 953630868 INTERNATIONAL CORP. (SAIC) Susan E. Banks 3465 Box Hill corporate Center Drive Fax No.: 443-402-2770 Abingdon. MD 21009 E -Mail: susan.e.banks@saic.com PC64789 SCOTT TECHNOLOGIES, INC. 800-247-7257 521397376 d/b/a Scott Health & Safety 704-7291-8304 - - - - - - One -Town Center Road - Gay _ -Clontz Boca Raton, FL 33486-1 Fax: 704-291-8330 E -Mail: gclontz@tycoint.com Web Site: www.scotthealthsafety.com PC62007 SMITHS DETECTION, INC. 973-496-9200 223552823 60A Columbia Road 973-496-9351 Contracts Patricia Morse Morristown, NJ 07960 Fax No.: 973-496-9300 E -Mail: patricia.morse@smithsdetection.com Web Site: w-w.smithsdetection.com NOTE: See individual contract items to determine actual awardees. (continued) GROUP 38252 — HAZARDOUS INCIDENT RESPONSE RF-171SED A« ARD PACE 11 EQUIPMENT (Statewide) CONTRACT 4 CONTRACTOR & ADDRESS TELEPHONE # F'ED.IDENT.t+ PC64214 SOURCE ONE DISTRIBUTORS, INC. 866-768-4327 820586897 3280 Fairlane Farms Road 561-296-0520. Ext. 230 Wellington. FL 33414 Randy Webb PC63957 STRATEGIC RESPONSE SB INITIATIVES, LLC 44 Dalliba Ave., Suite 207 Watervliet, NY 1'189 PC63616 SURVIVAL ARMOR, INC. 13881 Plantation Rd. International Center 1, Unit 8 Fort Myers, FL 33912 PC63520 TACTICAL K SURVIVAL SPECIALTIES, INC. 3900 Early Road Harrisonburg, VA 22801 DISC.: 1 °b - 15 Days PC62008 THERMO EBERLINE LLC d -b -a ThermoFisher Scientific 27 Forge Parkway. Franklin_ MA 02038 PC62317 TOUGH TRAVELER LTD SB- --- --- 1012 -State Street ___ - Schenectady, NY 12307 DISC.: 2.5% - 30 Days Fax No.: 561-514-1021 E -Mail: rwebb(71bu)'s0urceone.com Web Site: www.buysourceone.com 618-772-2902 202015569 Art Fisher Fax No.: 518-677-1646 E -Mail: art.fislter�c!StrategicRI.com Web Site: www.StrategicRI.com 866-868-5001, Ext. 132 621767572 239-210-0891; Ext. 132 Cathy Lowe Fax No.: 239-210-0898 E -Mail: cathyloweCcbsurvivalarmor.com Web Site: A-Aw.surviralarmor.com 877-535-8774 541542266 540-434-8974, Ext. 4250 Neil Senatro Fax No.: 540-434-7796 E -Mail: nsenatro@tacsurv.com Web Site: www.tacsurv.com 800-274-4212 043463209 508-553-1682 Ray Lowe Fax No.: 508-520-2815 E -Mail: ray.lowe@thermofisher.com Web Site: www.thermo.com 800-468-6844 141612562 618-377--8526 - - -- Nancy Gold Fax No.: 518-377-5434 E -Mail: toughtravelcr(—(vaol.com Web Site: www AoughtraveIer.com-rem ed. asp (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 12 EQUIPMENT (Statewide) NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC62206 TSIINCORPORATED 800=874-2811 410843524 PF'.1'I31,,'G 500'Cardigan Road 330-389=2473 Shoreview," MNT .55126 `_loe _Harris Fax No::>.:65,1--490=:3824 -E-Mail:: joseph.,harris@t§i.com Weliz Site: wwwTSI.com PC61970 VWR INTERNATIONAL 2039 Center Square Road Brid-eport, NJ 08014 PC63953 W.W. GRAINGER, INC. 100 Grainger Parkway Lake Forest, IL 60045 PC6_'207 THE YODOCK WALL CO., INC 900 Patterson Drive PO Box 354 Bloomsburg, PA 17815 PC63617 ZISTOS CORPORATION 1736 Church Street. Holbrook, NY 11741 800-348-6388 ext.1053 911319190 678-288-3160 Joan Skinner Fax No.: 484-881-5780 E -Mail: eastem&r@vwr.com Web Site: www.vwr.com 631-370-1332 361150280 Michael DeAnLelis Fax No.: 631-454-0694 E -Mail: michael.deangelis@grainger.com Web Site: www.LyrainLer.com 888-496-3625 650699527 570-380-2856 Katie Yodock Fax No.: 570-380-2859 E -Mail: kyodock@yodock.com Web Site: www.vodock.com 631-434-1370 900003662 John Kennedy Fax No.: 631-434-9104 E -Mail: jkennedy@zistos.com Web Site: wwv,%zistos.com Cash Discount, If Shown, Should be Given Special Attention. - - - -- INVOICES -MUST BE DIRECTLY TO THE ORDERING AGENCY- FOR PAYMENT. - - - - (See "Contract Payments" and "Electronic Payments" in this document.) (continued) GROUP 38232 — HAZARDOUS LNCIDENT RESPONSE REVISED AWARD PAGE 13 EQUIPMENT (Statewide) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP. APPENDIX A: Appendix A. Standard Clauses For New York State Contracts, dated September 2004 is hereby expressly made a part of this Document. APPENDIX B: Appendix B, Office of General Services General Specifications (Commodities and Non -Technology Services), dated January 2004 is hereby expressly made a part of this Document and shall govern an}, situations not covered by this Document or Appendix A. APPENDIX C: This document does not change the New York State order of precedence. It is the NASPO Standard Terms and Conditions and is required for multi -state procurements. Appendix C is hereby expressly, made part of this document_ SMALL. MINORITY AND WOMEN -OWNED BUSINESSES: The letters SB listed under the Contract Number indicate the contractor is a NTYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and -or Woman -owned Business Enterprise. RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS: The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on T)roducts meeting the suffix description. RS.RP.RA Recycled RM Remanufactured SW Solid Waste Impact EE Enerav Efficient E* EPA Energy Star ES Environmentallv Sensitive NOTE TO AUTHORIZED USERS: When placing purchase orders under the contract(s), the authorized user should be familiar with and follow - --- -- - the terms and -conditions noverning its use which usually appears at the end of this document --The authorized -user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever possible. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)-service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State). (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN71SED ANA'ARD PAGE 14 EQUIPMENT (Statewide) TABLE OF CONTENTS For Contractor price lists and Manufacturers lines spreadsheets see Summary page at: Ntrp:--o«sstate.ny.us-ptn chase- spg-awards-3 823219745 can.htin Pane Purpose Scope Definitions How to Use the Contract NYS Contract Users Notes Foul meat -Vendor Listing (bv category) Manufacturer's Lines PSG's Dispute Resolution Policy Price Contractor Specific Price List: Seespecific contractor information. Level I -Contractor -Aardvark Tactical Level I -Contra ctor-ADS, Inc. Level 1-Contractor-Amron International Level I-Contractor-Aramsco. Inc. Level I -Contractor -Diva) Safety Equipment Inc Level I -Contractor -E D Bullard Level I -Contractor -First Line Technology LLC Level I -Contractor -Fisher Scientific Comm, LLC Level 1 -Contractor Global Protection USA_ Inc Level I-Contractor-Govemment Scientific Source Level l -Contractor -Guard Line Fire & Safety. Inc Level I-Contractor-Ha2emever North America_ Inc. Level I -Contractor -Hi Tech Fire and Safer)!. Inc. Level I -Contractor -Mar -Vel International. Inc. Levet I-Contractor-Municpal Emergency Services Level I-Contractor-Promark Int. Level 1-Contractor-Safeware_ Inc. Level I -Contractor -Source One Level I -Contractor -Strategic Response Initiatives Level I -Contractor -Tactical & Survival Specialties_ Inc. Level 1 -Contractor -VVIR Intemational Level I -Contractor -W. W. Gralnser Level I1 -Contractor -308 Systems. Inc. Level II -Contractor -Adams Electronics Level II-Contractor-ACSI-Advanced Containment Level I1 -Contractor -Ahura Corporation Level Il -Contractor -American Innovations Level Il -Contractor -Arrow -Tech_ Inc. Level Il -Contractor- Atlantic Nuclear Level Il -Contractor-B-Lann Level II -Contractor -Bassett Sales Co Level II -Contractor -Better Light Inc.. d -b -a Better Light & Power Level I1 -Contractor -Brunswick Commercial & Govt. Prod. Level II -Contractor -Buffalo Computer Graphics Level Il -Contractor -Control Screening Level Il -Contractor -Digital Ally Level II-Contractor-ELSAG North America LLC Level II -Contractor -Farber Specialty Vehicles Level 11-Contractor-Ferno Vtashinston Page Level Il-Contractor-FloatTech, Inc. Level I I-Contractor-G2T acties Level Il -Contractor -General Atomics Level Il-Contractor-Geomet Technologies Level 11-Contractor-Laerdal Medical Level II -Contractor -Laurus Svstems Level 11 -Contractor -LDV, Inc. Level Il-Contractor-Lenco Industries, Inc. Level I1-Contractor-Linstar. Inc. Level Il -Contractor -MBF Industries Inc. Level II-Contractor-Nabco, Inc. Level Il-Contractor-OHD, LLC Level 11 -Contractor -Pine Environmental Services Level II -Contractor -Pips Technoloa), Level 11 -Contractor -Prosperity Lighting Supply, Inc. d -b -a Better Light & Power Level 1) -Contractor -RAE Svstems. Inc. Level Il -Contractor -Ra iscan Systems. Inc. Level II-Contractor-Remotec, Inc. Level 11 -Contractor -Science Applications International Corporation -SAC Level Il -Contractor -Scott Technoiomes Level I) -Contractor -Smiths Detection_ Inc. Level Il-Conrractor-Survival Armor Level II -Contractor- Thermo Eberline LLC Level II -Contractor -Touch Traveler Level Il -Contractor -TSL Inc. Level Il -Contractor -The Yodock Wall Comparry Level 11-Contractor-Zistos Corporation Request for Chance Contract Pavments Electronic Pavment Note to Contractor Preferred Source Contract Changes Best Pricing Offer Exclusions Non- State Aeencv Participation Extension of Use Mmtmum Cinder - — - - Volume Discounts Delivery Installation Performance Requirements Contract Period and Renewals Cancellation for Convenience Short Term Extension Contract Migration Warranties (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED A«'ARD PAGE 1� EQUIPMENT (Statewide) TABLE OF CONTENTS (Cont'd) For Contractor price lists and Manufacturers lines spreadsheets see summary page at: 1-lttp:--ogs.state.ny.us-purclhase- spg-awards-3 92331974> can. htm Reservation Price Sheets and Catalogs Instruction Manuals Report of Contract Purchases Special Renortine Requirement Administrative Fee Contract Duplication OGS or Less Guidelines Periodic Recruitment Mercury - Added Consumer Products Overlannina Contract Items Contract Update Procedures Contract Update Forms Periodic Report of Contract Purchases Instructions and Fonn Contract Performance Renort (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE R.EN71SED AWARD PAGE 16 EQUIPMENT (Statewide) PURPOSE: The State of New York is the lead state in a National Association of State Procurement Officials (NASPO) cooperative purchase contract. .Additional States may join :at a later time'by.signing a Participating.agreement. These contracts will have an initial:tenn of five (6)_years With an option to renew for two (2) additional two, -Y ear;periods and one (1) year period. 1 Other participating''States`include: Alaska, Arizona, Arkansas, California, Florida, Idaho,.Louisiana, Maryland, -Massachusetts Minnesota, 'New. Mexico. Nevada, Oldahoma Oregon,. South Dalcota, Virginia. SCOPE (BID SYNOPSIS): The State of New York has established comprehensive, Statewide, multiple award contracts with authorized distributors or manufacturers based on the terms and conditions contained herein. Contracts are being awarded for equipment that will qualify for Homeland Security Grant Funding (SHSP) and the Law Enforcement Terrorism Prevention Program (LETPP) funding. See Office of Domestic Preparedness funding guidelines. (http:-- www.ojp.usdoj.gov-odp-grants_programs.htm-) It should be noted that there is equipment available on these contracts that may be used for emergency response related activities but does not qualify for grant funding. The resultant contracts have an initial term of S years with an option to renew for 5 additional years. Vendors able to supply items that fulfill 6 of the SHSP and LETPP 13 approved categories listed herein are awarded as Level One Contractors. Level Two bidders carry a smaller more specialized catalog offering. This is meant to take into account those smaller distributors or manufacturers that specialize in certain commodity lines. SCOPE MODIFICATION: The Office of General Services (OGS) will continue to utilize the State Homeland Security Program (SHSP) and the Law Enforcement Terrorism Prevention Program (LETPP) guidelines to ensure appropriate equipment is offered under this contract for said purpose. OGS has developed a condensed Authorized Equipment List based on the SHSP and LETPP Authorized Equipment List. OGS will review product offerings in accordance with the contract scope. This Authorized Equipment List will be used to determine whether a specific offering is appropriate for this contract: 1. Personal Protective Equipment (PPE) 2. Explosive Device Mitigation and Remediation Equipment 3. CBRNE Search and Rescue Equipment 4. Detection Equipment 5. Decontamination Equipment 6. Physical Security Enhancement Equipment 7.Terrorism Tncident-Prevention Equipment S. CBRNE Logistical Support Equipment 9. Medical Supplies 10. CBRNE Reference Materials 11. Agricultural Terrorism Prevention, Response and Mitigation Equipment 12. Intervention Equipment 13. Other Authorized Equipment A description of some of the products covered in each category is available on the Federal Emergency Management website (see item 17): http:/.'v,,",,A,.fema.-ov/txt/government grantlhsgp/fvO4_hsgp_guidance.txt OGS may request, where possible and practical, that the contractor identify the applicable Authorized Equipment List category under which the products on the contract price list qualifies. (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE`'ISED AWARD PAGE 17 EQUIPMENT (Statewide) The following_ requirements are provided to better define the intent of the specifications: SCOPE: LIMITATION OF PRODUCTS SUITABLE FOR CONTRACT: Upon request, contractor must be able to justify why the products referenced meet the intent of the contract. Examples of items that should not be included in submitted price lists include but are not limited to: military swords, trophies, medals. awards; child and infant clothing, clothing that does not meet the requirements as described in the Authorized Equipment List , logo T-shirts. dress shoes. etc. Note: Apparel that is part o broader catalog of neap be considered for inclusion in this contract. Any apparel offered for contract should be tactical, protective (e.g.-chemical, radiological, biological, pathogen, reflective, special thermal, non-flammable, ezplosiveprotective, etc.), BDUormissionspecific. Uniform clothing that does not meet the above guidelines shall not be included. General use items/product lines available from other contracts may be considered for exclusion from this contract. Contractors will be required to make revisions to their price lists based on this clarified criteria at the time a price list update is requested. DEFINITIONS: Authorized Equipment- Equipment that the Federal Government has accepted as suitable for purchase using Federal Grant Domestic Preparedness monies. Current lists of categories are available at Office of Domestic Preparedness funding guidelines - http:--wwn�,.ojp.usdoj.gov-odp-grants�ro��ams.htm For questions regarding the procurement of equipment authorized under the Office of Domestic Preparedness grant guidelines, please refer to the Responder Knowledge Base website; http:--w A w2.rkb.mipt.org- . The website has links to all of the current and prior year AEL (authorized equipment Iist) as determined by ODP Certified Equipment - Equipment that has been tested and meets appropriate industry standards that have been set by the government or other professional organizations such as NFPA- National Fire Prevention Association; UL - Underwriters lab, etc. For questions regarding the procurement of equipment certified under the Office of Domestic Preparedness grant guidelines please refer to the Responder Knowledge Base website; http:--wv✓w2.rkb.mipt.or- (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE IS EQUIPMENT (Statewide) HOW TO USE THIS CONTRACT: Either Level I or Level I1 dealers may be chosen (Level II vendors- manufacturers or smaller distributors with a narrower offering). The basis for selection among multiple contracts at the time of purchase shall be the most economical alternative that meets form, function, and utility unless there are overriding practical issues, and should be in the best interests of the States, taking into consideration: Form; function and utility needs of the purchaser ♦ Price ♦ Overhead associated with storage and inventory of the goods ♦ Note that construction costs are not covered under installation in this award It is recommended that contract users shop wisely: 1. NOTE: If a purchase is being made using Homeland Security or Law Enforcement Terrorism Prevention Federal Grant monies.. end-users must notifi- vendor at time of ordering (place information on Purchase Order) that these funds are being used. This is required to enable vendors to meet Federal grant tracicina requirements. 2. If you are purchasing a large volume of a specific piece of equipment or costly item and know the manufacturer of the product, you may want to go to the manufacturer line spreadsheet See Summary page at http:-- wv,",.ogs.state.ny.us-purchase-spg-awards-382321974dCAN.HTM. This sheet lists the manufacturer line carried by each vendor. Obtain pricing from more than one vendor if possible and compare. 3. if you do not have a specific manufacturer item in mind, go to section of this award that lists the types of equipment offered by vendors — see pages 8-10 for list of contractors and equipment categories offered. 4. Go to vendor web -site to view equipment handled or contact contractors for copies of the catalogs with the equipment specified herein. Contact contractor to set up account and registration for entry into contractor's website for those vendors that have listed this service on their award pages if you wish to access their web catalog for these contracts. 5. Select vendors offering the type of equipment you wish to purchase. A price list is included in this award for each vendor so that you may check pricing. 6. Compare pricing and availability of items you wish to purchase. If you are purchasing or expect to purchase a large quantity of any one item or a large quantity of items from any one manufacturers' line during the course of one year; contact vendor contract administrator (name Iisted on vendor page to expedite contract purchases) and request additional discounts 7. It is recommended that end-users seek pricing from more than one vendor especially if they are purchasing large amounts of Goods for a high dollar amount. 8. Purchase from the vendor meeting your equipment needs who has offered the best pricing on the majority of the equipment (the highest dollar value) being ordered. 9. In case of emergency go to the vendor able to supply the equipment in the most timely manner. 10. Choose the most cost effective option meeting your needs; document your choice and proceed with the purchase. NOTE: • Certain equipment must be certified to be purchased with Federal Homeland Defense monies. • These contracts are not limited to authorized equipment only. If using Federal Homeland Defense funds end-users should check to be sure equipment they wish to purchase under this contract is authorized. (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN'ISED AWARD PAGE 19 EQUIPMENT (Statewide) NOTES: NYS Contract Users For questions regarding the procurement of equipment authorized under the Office of Domestic Preparedness grant contact <<*uidelines please refer to the Responder knowledge Base website; http:- www-.rkb.mipt.org- . The website has links to all of the current and prior year AEL (authorized equipment list) as determined by ODP. All procurements utilizing ODP grants administered by the NT'S Office of Homeland Security can either visit the Responder ILnowledge Base website or call Nn'S Office of Homeland Security at 1-998-837-9133. NT'S Office of Homeland Security website: wrww.security.state.ny.us (continued) GROUP 35232 — HAZARDOUS INCIDENT RE, SPONSE RE, N71SED AWARD PAGE 20 EQUIPMENT (Statewide) EQUIPMENT-I1EA'DOR LISTING Cate��ory Sub Groiip 01jered by the follorviug Level l Contractors fered hp the following Level H Contractors 7 Of 1. Personal Level A Aramsco_ Inc. B-Lann Equipment Protective Dival Safety Equipment Inc. Ferro Washington L D Bullard Geomet Technolosies Equipment Federal Resource Supply Scott Technolosies Fisher Scientific Company; LLC Global Protection USA, Inc. Government Scientific Source Hagemever North America, Inc Hi -Tech Fire and Safety, Inc. Mar -Vel International, Inc. Municipal Emergency Services Inc. Safeware, Inc. Source One Strategic Response Initiatives Tactical & Survival Specialties Inc. VWR International Level B Aramsco, Inc. B-Lann Equipment Diva] Safety Equipment Inc. Ferro Washington E D Bullard Geomet Technologies Federal Resource Supply Scott Technologies First Line Technology, LLC Fisher Scientific Company, Inc. Global Protection USA, Inc. Government Scientific Source Guardline Hagemeyer North America, Inc. Hi- Tech Fire and Safety, Inc. Mar -Vel International Inc. Municipal Emergency Services Inc Safeware, Inc. Source One Strategic Response Initiatives Tactical & Survival Specialties Inc. VWR International Level C Aramsco, Inc. B-Lann Equipment Diva] Safety Equipment Inc. Ferro Washington E D Bullard Geomet Technolosies Federal Resource Supply Scott Technologies First Line Technology, LLC Fisher Scientific Company, LLC Global Protection USA, Inc. Government Scientific Source Guardline Hagemeyer North America, Inc Hi- Tech Fire and Safety, Inc. Mar -Vel International, Inc. Municipal Emergency Services Inc. Safeware, Inc. Source One Strategic Response Initiatives Tactical & Survival Specialties Inc. VWR International GROUP 39232 — HAZARDOUS INCIDENT RESPONSE RE, N7ISED AWARD PAGE 21 EQUIPMENT (Statewide) E0UIPMEA'T-VE.1VDM LISTING (Cont'd) Ccrier•nrp Suh Group ferecl ht' tlzcftillnrvvzg Level I Cnnnucuins Of Offered bv the follornirr Leve! II Contractnzs 1. Personal Level D Aramsco. Inc. B -Lam, Equipment Protective Amron International Dival Safery Equipment Inc. Equipment Federal P.esource Supply (Cont'd) First Line Technolom, LLC Fisher Scientific company; LLC Global Protection USA, Inc. Government Scientific Source Guardline Hagemeyer North America_ Inc Hi- Tech Fire and Safety, Inc Mar -Vel International, Inc. Municipal Emergency Services Inc. Safeware, Inc. Strategic Response initiatives Source One Tactical 8-, Survival Specialties Inc VIAIR International V,', U'. Grainger 2. Lxpiosive Aardvark Tactical American Innovations Device ADS, Inc. Nabco Inc. Mitigation Amron International Remotec; Inc. and Aramsco. Inc. SA1C Remediation Dival Safety Equipment Inc. Survival Armor. Inc Equipment E D Bullard Thermo Eberiine LLC First Line Technology, LLC Zistos Corporation Fisher Scientific Company, LLC Government Scientific Source Guardline Mar -Vel I ntemati oval. Inc. Promark Int. Safeware, Inc. Source One Strategic Response Initiatives Tactical & Survival Specialties Inc. W. W. Grainger 3. CBRNE Aardvark Tactical B -Lame Equipment Search and ADS, Inc. Brunswick Commercial and Government Products Rescue Amron International Femo Washin-ton Equipment Aramsco, Inc. RAE Systems, Inc. Dival Safety Equipment Inc. Thermo Eberiine LLC E D Bullard Zistos Corporation First Line Technology, LLC _Fisher Scientific Compare-, LLC Global Protection USA, Inc. Guardline Hagemeyer North America. Inc. Hi- Tech Fire and Safety_ Inc. Mar -Vel International, Inc. Municipal Emergency Services Inc. Promark Int. Safeware_ Inc. Source One Strategic Response Initiatives Tactical & Survival Specialties Inc. VWR International GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 22 EQUIPMENT (Statewide) EQUIPMENT -!VENDOR LISTING (Cont'd) Categor-h Sub Group Q fered hf the follorving Level I Conrractars O fered hi, the following Levelll Conn actors 4. Detection Chemical ADS, Inc. Ahura Equipment Amron International B -Lana Equipment Aramsco, Inc. Bassett Sales Corp Dival Safety Equipment Inc. General Atomics Federal Resource Supply Laurus Systems, Inc. Fisher Scientific Company, LLC Pine Environmental Services, Inc. Global Protection USA, Inc. RAE Systems, Inc. Government Scientific Source SAIC Hagemeyer North America; Inc. Smiths Detection, Inc. Hi- Tech Fire and Safety, Inc. Thermo Eberline LLC Guardline Municipal Emereencv Scrvices Inc. Safeware, Inc. Source One Tactical K Survival Specialties Inc. VWR International Biological Amron International Laurus Systems, Inc Aramsco, Inc. Smiths Detection, Inc. Dival Safety Equipment Inc. Federal Resource Supply Fisher Scientific Company, LLC Global Protection USA, Inc. Government Scientific Source Hagemeyer North America, Inc. Hi- Tech Fire and Safety, Inc. Guardline Municipal Emergency Services Inc. Safeware, Inc. Strategic Response Initiatives Tactical &- Survival Specialties Inc. W. W. Grainser Radiolo.-ical Amron International Atlantic Nuclear Aramsco_ Inc. Arrow- Tech, Inc Diva] Safety Equipment Inc. General Atomics. Federal Resource Supply Laurus Systems, Inc. Fisher ScientificCompany, LLC RAE Systems, Inc. Global Protection USA, Inc. Smiths Detection, Inc. Government Scientific Source Thermo Eberline LLC Hagemeyer North America, Inc. Safeware, Inc. Tactical &: Survival Specialties Inc. VWR International S. Decontamination Chemical Aramsco, Inc. ACS! -Advanced Containment Equipment -_____ __ __- _Dval Safety Equipment Inc. Arrow- Tech, Inc. First Line Technology, LLC Bassett Sales -GE Security Fisher Scientific Company, LLC Femo Washin`ton Global Protection USA, Inc. RAE Systems, Inc. Government Scientific Source Guardline Hagemeyer North America, Inc. Mar -Vel International, Inc. Municpal Emergency Services Safeware, Inc. Source One Strategic Response Initiatives Tactical &: Survival Specialties Inc. VWR International GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 23 EQUIPMENT (Statevvide) EOUIPNIENT-VENDOP LISTING (Cont'd) Cate«01-1, Suh Gz-oup O fered hr the following Level Contructors Offered hr th followin;; Level H Conn -actors 5. Decontamination Biological Aramsco. Inc. ACS1-Advanced Containment Equipment Dival Safety Equipment Inc. (Cont'd) Fisher Scientific Company, LLC Global Protection USA, Inc. Government Scientific Source Guardline Hagemeyer North America, Inc. Mar -Vel International, Inc. Municpal Emergency Services Safeware, Inc. Strategic Response Initiatives Tactical & Survival Specialties Inc. \IA/R International 6. Physical Security Surveillance Aardvark Tactical G2Tactics Enhancement Amron Intemational Laurus Systems; Inc. Equipment Aramsco, Inc Linstar, Inc. E D Bullard Pips Federal Resource Suppiv Rapiscan Svstems. Inc. Fisher Scientific Company, LLC Elsag North America LLC Hagemeyer North America, Inc. Smiths Detection, Inc. Mar -Vel Intemational, Inc. Zistos Corporation Promark Int. Tactical & Survival Specialties Inc. V WR Intemational Sensors Amron InternationalB-Cann Equipment Aramsco, Inc. RAE Systems, Inc. Federal Resource Supply Thermo Eberline. LLC Fisher Scientific Company, LLC Global Protection USA, Inc. Government Scientific Source Hagemever North America. Inc. Hi- Tech Fire and Safety, Inc. Mar -Vel International Inc. Inspection Aardvark Tactical Adams Electronics Detection Systems ADS, Inc. Ahura Amron International B-Lann Equipment Aramsco, Inc. Control Screening Federal Resource Supply Laurus Systems, Inc. Fisher Scientific Company, LLC Rapiscan Systems, Inc. Government Scientific Source SAIC Haaemever North America, Inc. Smiths Detection, Inc MarVel International_ Inc_ Promark Int. _Safeware,_Inc_ Strategic Response Initiatives Tactical & Survival Specialties Inc. Vd. W. Grainger Explosion Amron International Control Screening Protection Federal Resource Supple' Smiths Detection, Inc. Fisher Scientific Company, LLC Global Protection USA, Inc. Mar -Vel International, Inc. PTOmark Int. Source One Tactical & Survival Soecialties Inc. Self Monitoring Amron International Laurus Systems, Inc. Sensors and Aramsco, Inc. Smiths Detection, Inc. ,Alarms Federal Resource Supply Fisher Scientific Company, LLC Government Scientific Source Hagemeyer North America, Inc. Hi- Tech Fire and Safety. Inc. MarVel International., Inc. Safeware. Inc. GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 24 EQUIPMENT (Statewide) EQUIPMENT -VENDOR LISTING (Cont'd) Category Scab Groatp Of Zip the following Levell Offered bh the_fnllorvine Connwctors Level R Conrractors 7. Terrorism Incident Aardvark Tactical Lenco Prevention Equipment ADS. Inc. ELSAG North America LLC AmTOn lmemauOnal SAIC Aramsco, Inc. Smiths Detection, Inc. Dival Safety Equipment Inc. Thermo Eberline LLC E D Bullard Global Protection USA, Inc Government Scientific Source Municpal Emergency Services Safeware, Inc. Source One Tactical & Survival Specialties Inc. 8. CBRNE Logistical Aardvark Tactical Linstar. Inc. Support ADS, Inc. OHD, LLC Equipment Arm -on International RAE Systems, Inc Aramsco, Inc. TSI Inc. Diva] Safety Equipment Inc. Federal Resource Supply First Line Technology, LLC Fisher Scientific Company, LLC Global Protection USA, Inc. Government Scientific Source Guardline Hagemeyer North America, Inc. Hi- Tech Fire and Safety, Inc. Mar -Vel International Inc. Promark Int Safeware, Inc. Source One Strategic Response Initiatives Tactical R Survival Specialties Inc. VWR International W W Grainger 9. Medical Supplies General ADS, Inc. B -Lam, Equipment Amron International Laerdal Medical Aramsco, Inc. Diva] Safety Equipment Inc. First Line Technology, LLC Fisher Scientific Company, LLC Global Protection USA, Inc. Guardline ___ - Haeemeyer North America; Inc. Mar -Vel International_ Inc. Municpal Emergency Services Safeware, Inc. Strategic Response Initiatives Tactical & Survival Specialties Inc. N%fR International W. W. Grainger Auto injectors Global Protection, LLC Tactical $ Survival Specialties Inc. 10. CBRNE Reference Aramsco, Inc. Materials Fisher Scientific Company, LLC Hagemeyer North America, Inc. Mar -Vel International, Inc. Municpal Emergency Services Safeware, Inc. Source One Strategic Response Initiatives Tactical & Survival Specialties Inc. VWR International GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 2S EQUIPMENT (Statewide) EOUIPRIENT-11ENDOR LISTING (Cont'd) Category Suh Group Offel'eel hl' the follorvin(, LLVelI Offel'e(1 bl' t11L' f011(INtI)Zzf Contractors Level II Contractors 11. Agricultural Diagnostic Aramsco. Inc Terrorism Safeware. Inc. Municpal Emergent. Services Response and VVIR International Mitigation Equipment Cleaning, Global Protection USA, Inc. Disinfection- Hagemeyer North America, Inc. Fumigation Mar -Vel International Inc. Municpal Emergency Services Safeware. Inc. 1Vd7i International W. W. Grainger Disposal Equipment Aramsco, Inc. and Supplies Global Protection USA.. Inc. Hagemeyer North America: Inc. Mai -Vel International, Inc. Municpal Emergency Services Safeware_ Inc. VVIR International Burning, Incinerating Supplies General Aramsco, Inc. Haeemever North America, Inc. Municpal Emergencv Services Safeware, Inc. Nr"'R International 12. Intervention Aardvark Tactical Thermo Eberline LLC Equipment ADS, inc. Amron International Aramsco. Inc. E D Bullard Fisher Scientific Company, LLC Guardlinc Hagemeyer North America, Inc. Mar -Vel International, Inc. Municpal Emergency Services Promark Int. Source One Strategic Response Initiatives Tactical &- Survival Specialties Inc. 13. Other Authorized Aramsco 308 Svstems, inc. Equipment Dival Safety Equipment Inc. ACSI-Advanced Containment Fisher Scientific Company, LLC B -Lana Equipment Government Scientific Source Brunswick Commercial and Guardline Government Products Hi- Tech Fire and Safety, Inc. Buffalo Computer Graphics Mar -Vel International Inc. Digital Ally Tactical & Survival Specialties Inc. Farber Specialty Vehicles W. W. Grainger FloatTech G2Tactics LDV, Inc. Lenco Industries MBF Industries Inc. Nabco, Inc. Pips Better Power d/b/a Better Liaht and Power RAE Systems_ Inc. Elsa,,, North America LLC Survival Armor, Inc. Touah Traveler Yodock Mall Company GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 26 EQUIPMENT (Statewide) MANUFACTURER'S LINES: End-users requiring a product from a specific manufacturer's line may go to table listed on Summary page 01ttp:--www.ogs.state.11y.us-purchase-spg-awards-3)82321974-CAN.HTM) showing all manufacturers' lines represented by this award and the contract vendors that offer them. PSG's DISPUTE RESOLUTION POLICY: It is the policy of the Office of General Services' Procurement Services Group (PSG) to provide vendors with an opportunity to administratively resolve disputes, complaints or inquiries related to PSG bid solicitations or contract awards. PSG encourages vendors to seek resolution of disputes through consultation with PSG staff. All such matters will be accorded impartial and timely consideration. Interested parties may also file formal written disputes. A copy ofPSG's Dispute Resolution Procedures for Vendors may be obtained by contacting the person shown on the front of this document or through the OGS website (www.ogs.state.ny.us). Click on "For Government - Contracts and Purchasing," then "Seller Information;" then "Dispute Resolution Procedures for Vendors." The following guidelines are subject to change at the discretion of OGS. PRICE: Price shall include all customs duties and charges and be net, F.O.B. destination any point in New York State (or:for those vendors::eleciing to participate -in a multi -state contract anypointwithin:the participating: States) as designated by the ordering agency including tailgate delivery, unless otherwise noted in the contract award. EXCEPTIONNote changes 3 -1 -06 - For those items shipped outside the 48 contiguous States, on which there are extraordinai-v freight charges that cannot reasonably be covered by the contract price, vendors may negotiate with those non -contig uous States regarding delivery terms and charges. Shipping is to be FOB Destination 48 states, Washington DC and poizzt of ertportation for Alaslca, Hawaii, Puerto Rico, etc. for shipments outside the 48 contiguous states. It will be the responsibilit7� of the vendors and the member State that is outside the contiguous 48 States, to negotiate fair shipping terms and charges. Shipping must be FOB destination to a shippingpoint within the cozztiguous 48 States. 777is location n2ust be agreed to by the vendor and the negotiating State. From that point shipping terns, charges and conditions should be negotiated with the end-user. The State must be notified in advance of the possible shipping charges and agree to the final contract price and arrangements. GROUP 35232 — FIAZAP.DOUS INCIDENT RE, SPONSE REVISED AN .7ARD PAGE 27 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: Aardvark Tactical. Inc. Partici atimg in A9ultistate contract: Yes Catalog of Items as listed and price list and Aardvark Tactical Desi: Reference CataloL, Applicable ages: All Exclusions: None Price List identification: See price list accompanying http:--www.ogs.state.ny.us-purchase-spa-awards-382321974 this award for approved contract pricing - Summary page at CAN.NTM Minizuum Order: f ill accept orders for• less than the ( Yes 9100 rninimunr order. Shipping on Inintntum Order': Yes Volume Discount Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users contact vendor when ordering volume. Also compare pricing to other vendors on these contracts for pricing. Orders should be directed to: Name: Adolfo C. Alderete Phone: 909-451-6106 Fax: 626-609-4028 E-mail: aalderete@aardvarktactical.com Person to contact in the event o f an emergency occurring after business hours Or on weekend -holiday: Normal Business hours: AY -F, 9:00cun - Spat PST Name: Brent Doan Fax: 626-609-3474 Cell phone: 626-428-440 E-mail: bdoamiDaardvarktactical.com Additional services offered by contractor to contract users at no added cost: Recall Facilitation Warranty Facilitation Training ]�Cndor of fC)'S: Maintenance No Calibration No Service No AcceptsNL'State Credit Card forpurchases under $10,000 __ Yes Discount for use of NI' State credit card. 0 °,o Guaranteed Delivery 45-60 days A -R -O Electronic Access Ordering Offered: No Price list available on web: Approved price list contained herein Discount for pavinentwithin 15 dans of delivery and or receipt of voucher 0.2 °b GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN ISED AWARD PAGE 28 EQUIPMENT (Statewide) LEVEL ONE CONTIZACTOR: ADS, Inc. (contract assignment to Mar -Vel ending) Participating in Multistate contract. Yes Catalog or equipment offered: ADS and multiple manufacturer offering, contact vendor for copies of cataloL= Applicable ages: All Exclusions: None taken Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt: --www. ogs. state.n y.0 s -p urchase-s ,­-awards-3923219745CAN.HTM ,41ininzwn Order: J1411 accept or•dersfirr less than the Yes, will accept orders for less than the $100 minimum $100 minlnuan order. order. Shipping on rninin:um order: For orders less than $100 shipping will be added in accordance with "Minimum Order" Clause Volume Discount: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricin-. Orders should be directed to: Person to contact in the event of all emergency MAR -VEL rNTTERNATIONAL, INC. occurring after business hours or on weekend -holiday: 7115 Airport Highway Normal Business hours: M -F 8:00-5:00 Pennsauken, NJ 08109 Name: Brad Anderson FED ID - 222854453 856-488-4499, EXT. 141 Cell phone: 757-376-3542 856-488-4343 FAX E-mail: bandersonradsinc.com Noelle Irish EMAIL: nirish@mar-vel.com Web Site: www.mar-v.l.com Additional services of by contractor to contract None offered users at no added cost: fern: Vendor of Service I Not offered Maintenance Not offered Calibration I Not offered Accepts NI' State Credit Card for purchases under S10, 000 Yes Discount for use ofNI'State credit card: None offered Guaranteed Delivery ' In 30 days A -R -O Electronic Access Ordering Of fered: Yes. contact vendor for information Price list available oil web: Approved price list contained herein Corn any Nebsite: www.adstacticai.com Discount or payment within 15 clays of delivery and or receipt of voucher None GROUP 38232 - HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 29 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: Antron International Diving, Supply. Inc. Participating in Multistate contract: Yes Equipment -Catalog offered: Items as listed on price list Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.o�-,s.state.ny.us- urchase-s g-awards-3823219745CAN.HTM Minimum Order: 11,711 accept orders, for less than the S'I00 tzzininium order. Yes, will accept orders for less than the $100 minimum order. Shipping on mininnan order: Shipping costs will be added in accordance to the "Minimum Order" clause Volume Discount: Conditions: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when orderin<, volume. Also compare to other vendors on these contracts for ricins. Orders should be directed to: Name: Van Richardson Phone: 877-462-6700 760-208-6520 direct Fax: 760-599-3857 E-mail: vrichardson(a-)amronintl.com Person to contact in the event of all emerb eng occurring after business hours or on weekend-holidav: Normal Business hours: M -F 8:00am - 5:00pm PST Name: Mike Strickland Phone: 877-462-6700 Cell: 760-300-7623 Fax: 760-599-3857 E-mail: mstricklandrainronintl.com Additional services offered by contractor to Colin -act users at no added cost: None offered Vendor Of Maintenance Not offered Calibration Not offered e- - - -- ---- -- Service Not _ offered Accepts All"State Credit Card for•purchases under SIO,000 I Yes Discount or use of NI' State credit card: None offered Guaranteed Deliver•: 30 days A -R -O Electronic Access Ordering Offered: Yes Price list available on web: Yes Discount for avnzent within 15 days of delivers, and or receipt of voucher 0.5% Conr any Website ( www.amronintl.com GROUP 38232 — EAZAP.DOUS INCIDENT RESPONSE ' +'tqSED AWARD PAGE 30 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: Aramsco, Inc. Participating in Multistate contract: Yes Catalog -Equipment offered: Aramsco March 2005 Applicablepages: All Exclusions: None taken Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.ogs.state.nv.us- urchase-s (r-awards-3823219745CAN.HTM. iifinimum Order: Yes, will accept orders for less than the $100 minimum order. Shipping on minimum order: For orders less than $100 shipping will be pre paid and added as in minimum order clause Volume Discount: Conditions: Volume pricing - For single order to one location - S100,000 -5250,000- 1%additional 5250,0004500,000- 2% additional $5001000- up -3% additional For agency aggregate purchase -for traceable ordering agency-cunUlative totals begin Jan l of each year. Sales under volume price breaks above do not apply. Extra discount applied after total aggregate sales threshold is achieved $1,000.000-S-1500-000-1% 52,500,00045,000.000-2% $5,00MO -up- 3°10 For aggregate statewide purchases: cumulative totals begin Jan I of each year. Sales under volume price breaks above do not apply. Extra discount applied after total aggregate sales threshold is achieved $25.000,000450,000,000-1% $50,000,000475.000.000-2% 575.000,000 and u - 3% Orders should be directed to: Person to contact in the event of an emergency occurring after business hours Name: Donna McQuade or on weekend -holiday: Toll free: 800-767-6933. Ext. 7753 Normal Business hours: 7:30 AM -6:00 PM EST Phone: 856-686-7753 Name: Charlie Meurisse Fax: 856-686-7249 Fax: 856-686-7397 E-mail: dmcduade@aramsco.com -Cell: 609=970-9001 - - - E-mail: cmeurisse@aramsco.com Additional services offered by contractor to contract users: None. offered fors: Vendor of Service I Not offered Maintenance Not offered Calibration Not offered Accepts A'l'State Credit Card.for purchases under $'10,000 Yes Discount for use of NI' State credit card: None offered Guaranteed Deliver), Varies by item fered: Electronic Access Ordering Of Yes, contact vendor for information Coir anp Website: wv��.aramsco.com Price list available on web: Approved price list contained herein Discount for atanent within 15 days of deliver, and or receipt of voucher l % GROUP 38233 — HAZARDOUS INCIDENT P.ESPONSE REVISED AWARD PAGE 31 EQUIPMENT (Statewide) LEVEL ONE CONTP�ACTOR: DiVal Safety Equipment. Inc. Partici atin, in Multistate contract: Yes Equipment -Catalog of Dural Safer, Equipment, Inc. Full Line Catalog Applicable ages: All Exclusions: Price List identification: See price list accompanying this award for approved contract pricing, - Summary pare at htt :--wwu,.o_,s.state.rn,.us- urchase-s g-awards-3823219745CAN.HTM Minimum Order: N'ill accept orders for less than the I Yes 9100 mininwin order. Shipping on minimum order: Volume Discount: VOLUME PRICING- Price Breaks for single order to one y location in dollars $50-000 10/10 S100.000 1.5 C% 5220,000 20/0 VOLUME PRI(,'ING- Price Breaks for agency's aggregate V purchase in dollars 5500,000 1 °/o 51.000.000 20/0 Orders should be directed to: Person to contact in the event of an enzergenq Name: Tim Devin occurring after business hours or on weekend-1tolidave Phone: 716-874-9060, Ext. 159 Normal Business hours: M -F 7:00am - 5:00pm EST 800-343-1354, Ext. 159 Sat 7:00am - 12:00pm Fax: 716-874-4686 Name: Tim Devin E-mail: tdevin(ci),divalsafety.com Phone: 716-874-9060, Ext. 159 800-343-1354. Ext. 159 Fax: 716-874-4686 Cell phone: 716-998-8031 E-mail: tdevinOdivalsafety.com Additional services offered by contractor to contract - Product training on site and remote}} 24-7 available users at no added cost: - Application audits and needs assessments _ Guidance with standards and reaulations - TradinL, out old inventory Vendor offers: Maintenance 20% Calibration 20OX. Service 20% Accepts NYState Credit Card.for purchases under $101.000 Yes Discount for use of NY State credit card: 0% Guaranteed Delivery Varies Electronic Access Orderirz- Of fered: Yes Price list available on web: Y es Discount for ulrment within 15 days of deliverl, and or• receipt of voucher I 00/0 Com ani' Website www.divalsafetv.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 32 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: E.D. Bullard Company Participating in Multistate contract: Yes Equipment -Catalog of Items as listed on price list Applicable ages: All Etclusi.ons: None Taken Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt: --,A,ww. ogs. state. nv. u s -p urc h as e-sp L= -award s-3823219745CAN.HTM Minimum Order: Hill acceptordersfor less than the No 1'100 mininium order. Shipping on minlnium order: Volume Discount: As listed on price list. It is recommended that end-users discuss additional discounts with distributors under this award. Orders should be directed to: Name: David Vangelov Phone: 800-227-0423, Ext. 874 800-227-0423 Fax: 859-234-6858 E-mail: dave—van2elc)v@buIlard.com Person to contact to the event of an emer'ency occurring after business hours or on weekend -holiday: Normal Business hours: M -F 8:00am - 5:00pm Name: David Vanaelov Phone: 716-593-1768 800-227-0423 Fax: 952-516-2059 Cell phone: 716-583-1768 E-mail: dave_vanLclov@,,bul]aTd.com Additional services offered by contractor• to contract users at no added cost: Free training in use of thermal imaging camera provided Vendor Of Maintenance Not offered Calibration Not offered Service Not offered Accepts AT State Credit Card.for purchases under 510,000 Yes Discount for use of AT State credit card: None offered Guaranteed Delivery: 30 days A -R -O Electronic Access Ordering Of Yes Price list available on web: Approved price list contained herein Discount for payment within 15 days of delive731 and or receipt of voucher None Com any Website A -,v .bullard.com • For distributors in ,your area contact: See the following distribution list GROUP 39232 — HAZARDOUS INCIDENT RESPONSE REVISED AWAP.D PAGE 33 EQUIPMENT (Statewide) BULLARD US Fire TI Territories by State Fed Tax ID Number Alaska LN Curtis - Northwest Division 94 1314350 639 S Industrial Vdav Seattle. WA 98108 Dave Danekas (206)623-2875 Arizona LN Curtis - Intermountain Division 194 1314350 6005 South 40th St.. Ste. 4 Phoenix. AZ 85042 Trov Garside (603)453-3911 Arkansas David's Fire 71 0739371 8783 John Harden Cabot. AR 72023 David Geor,e (501)941-3313 California LN Curtis - Pacific Division 1 94 1314350 1800 Peralta St Oakland. CA 94607 Mike Curtis (510239-5111 +� I Florida Hall -Mark Fire 59 3179036 3431 7\�' ?7th Avenue Ocala. FL 34475 Rob Healy -1--(352-)629-6305-- 52)629 6305Idaho Idaho LN Curtis - Intermountain Division 194 1314350 4260 S Cloverdale Boise. ID 83709 Rover Crane (800)426-0509 GROUP 38232 — HAZARDOUS INCIDENT RESPONSE EQUIPMENT (State-wide) BULLARD US Fire TI Territories by State REVISED AW'26,RD PAGE 34 Fed Tax ID Number Louisiana BGS 72 1519089 PO Boa 1329(70707) Gonzales. LA 70707 John Stafford (2215)644-4545 Maine Fire Tech and Safe!y of New England 01 0402493 84 A Rt 133 Winthrop. ME Bill Shrader (207) 377-2500 Marvland SinUer & Associates 54 161236 7394 GalleherRoad Gainsville, VA 20155 Richard Sinner (703)7-54-9911 Massachusetts Fire Tech 01 0402493 84 A Rt 133 Winthrop. ME Bill Shrader (207) 377-2800 Minnesota Heiman Fire 46 0448157 — - - --- Sebeka.NN 50477 Steve Seip (219)93 7-5 914 New Medico LN Curtis - Intermountain Division 194 1314350 1195 South 300 West Salt Lake City. UT 84101 Jeff Levy/ Skip Chandler (801) 486-7285 GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN71SED AWARD PAGE 35 EQUIPMENT (Statewide) BULLARD US Fire TI Territories by State Tirl T",- In N,,, 1— New York AAA Emergency / Tactical Fire AAA Emergency Supply 13 1994315 635 North Broadway V%te Plains. NT)' 10603 Steve Rossi (914) 949-0512 Firematic Supply Co.. Inc 1 l 1973762 10 Ramsay Road Shirley. NT)' 11967 Tom Hannigan (631) 924-3181 Municipal Emergency Services 65 1051374C 261 UpperNorth Road Highland. NTY 12528 (845) 691-4313 Tactical Fire 34 1983183 537 Filmore .Avenue Tonawanda. NTY 14051 Frank Pingtella (716)695-0500 --- — -- -- — - - Tvler Fire Equipment - 03-04959 2 -- - 703 Erie Street Elmira. NTY 14904 Jim Cedar (800)352-2079 New fork County Listin;s AAA Emer-encs Firematic Supply Co Municipal Emergency Serilces Tactical Fire (Triad Synergy Group) Tyler Fire Equipment Bronx Bronx Bronx Albany Broome Dutchess Dutchess Dutchess Allegany Cavuga KinL-S Kings Kings Cattaraugus Chemung Nassau Nassau Nassau Chautauqua Chenango GROUP 3232 — HAZARDOUS INCIDENT RESPONSE RE\7ISED AWARD PAGE 36 EQUIPMENT (Statewide) Neve York County Listings, con't � AAA Emer,,enev Firematic Supply Co Municipal Emergency(Triad Services Tactical Fire Sy nerb� Group) Teter Fire Equipment New York New York New York Columbia =Clinton Orange Oranae Orange Erie Cortland Putnam Putnam Putnam Genesee Delaware Queens =Queens Queens Green Essex Richmond Richmond Richmond Livingston Franklin Rockland Rockland Rockland Monroe Fulton Suffolk Suffolk Suffolk Niagara Hamilton Sullivan Sullivan Sullivan Ontario Herkimer Ulster Ulster Ulster Orleans Jefferson Westchester Westchester Westchester Rensselaer Lewis Broome Saratoaa Madison Chenango Schenectadv Montaome Clinton Warren Oneida Cortland Washinaton Onondaga Delaware Wayne Ontario Essex Wvomina Oswego Franklin Otseao Fulton Schoharie Hamilton Schuvler Herkimer I Seneca Jefferson St. Lawrence Lewis Steuben Madison Tioaa Montaomery Tompkins Oneida Wayne Onondaga Yates Osweao Otsego Schoharie St. Lawrence GROUP 38232 - RAZAI:DOUS INCIDEN '1' RESPONSE RE171SED AWARD PAGE 37 EQUIPMENT (Statewide) Oklahoma .Affordable Fire 1 73 1525166 36585 W. Hwv 51 Mannford. OK 74044 Geon*e Blackburn (918)865-6880 Oregon LN Curtis - Northwest Division 194 1314350 639 S Industrial Wav Seattle, WA 98108 Dave Danekas (206)622-2875 South Dakota Heiman Fire 46 044£,157 492 S Lake Dr. Lake Norden. SD 57248 James Heiman (712)724-6212 Tennessee Heritaae Fire 20 2932098 15410 Hwv 231 Union Grove, AL 35175 Jessica Isbell (866)348-3413 Virginia ociates 154 161236 7394 Galleher Road Gainsville, VA 20155 ------------- - - icar - - i-nng er _ - - -- -- -- (703)754-9911 CROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN ISED AWARD PAGE 38 EQUIPME, NT (Statewide) TacSiaht TI Territories US Nation Wide share: Fisher- Safery /Gal Is Fisher Safety- 1-800-766-7000 23 2942737 Fisher Galls- 1-800-477-7766 20 3545989 Galls Alaska LN Curtis and Son's 94 1314350 629 S Industrial Wav Seattle. WA 98108 Dave Danekas (206)6?2-2875 Arizona LN Curtis and Son's 94 1314350 6005 South 40th St.. Ste. 4 Phoenix. AZ 85042 Troy Garside (602)453-3911 Arkansas I share: Aurora DNS' ! GT Distributors 174 2339528 GT 2545 Brockton Drive. Suite 100 Austin, TY 78758 Jim On- (GT) (800)-252-8310 California LIST Curtis and Son's 94 1314350 1800 Peralta St Oakland, CA 94607 -Mike Curtis (510)839-5111 Florida SRT Su l>, 59 3281291 4450 60th Avenue North St. Petersburg_ FL 33714 John Wier (727)526-5451 Idaho LN Curtis and Son's 94 1314350 4260 S Cloverdale Boise, ID 83709 Rover Crane (800)426-0509 GROUP 38232 — HAZARDOUS INCIDENT RESPONSE R.ENISEI) AWARI) PAGE 39 EQMPMENT (Statewide) TacSiaht TI Territories Louisiana share: BGS GT Distributors 1 74 2339528 GT Dist. PO Box 1329(70707) 72 1519089 BGS Gonzales, LA 70707 John Stafford (220644-4545 —7 EEE:j Maine Fire Tech K Safety 01 0402493 94ARt133 Winthron. ME Bill Shrader (207) 377-2800 Marvland Safeware Inc. 152 1152883 3200 Hubbard Road Landover. MD 20785 Jeff Jun, (301)683-1234 Massachusetts Fire Tech &. Safety 01 0402493 84 A Rt 133 + Winthro . ME Bill Shrader (207) 377-2800 Minnesota share: Pro -Tech Securin, Sales / Streichers ,7 East 21st Street Linden. NJ 908-862-1550 I New Mexico I GT Distributors 100 McFarland Avenue Rossville, GA 30741 1-800-775-5996 GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN7ISED AWARD PAGE 40 EQUIPMENT (Statewide) TacSieht TI Territories New York I AAA Emer«ency 635 North Broadwav White Plains. NY 1060) Steve Rossi (914)949-0513 Tyler Fire Equipment 703 Erie Street Elmira. NY 14904 Jim Cedar (800)352-2079 Oldahoma share: Aurora DNTV / GT Distributors 2270 Worth Lane S rinedale, AR 73764 Ron Withers oon(aura) (479)751-8136 Oregon LN Curtis and Son's 1800 Peralta St Oakland. CA 94607 Mike Curtis (510)839-5111 South Dakota Streichers 10911 W. Highway 55 -_----- __ ___- -Minneapolis.., MN X5441 Jeremv Jennitres(streichers) (763)546-1155 ) I Tennessee share: GT Distributors / Pro -Tech Security Sales 1313 West Bagley Road Berea. OH 44017 Edward Drell ishA(pro-tech) (800)888-4002 Virginia share: Best Uniforms / Safeware Inc. 3605 Saunders Avenue Richmond, VA 23227 John Best (best) (910)791-6050 GROUP 38232 — HAZARDOUS INCIDENT RESPONSE EQUIPMENT (Statewide) LEVEL ONE REVISED AVt'ARD PAGE 41 CONTRACTOR: First Line Technologv. LLC Participating in Multistate contract: Yes Catalog or equipment of First Line Technoloary-Swede Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at Ihtt:--www.ous.state.nv.us- urchase-s =-awards-3823319745CANi.HT1v1 Minimum Order•: 9'711 accept orders for less than the 5100 minimum order. Yes, will accept orders for less than the $100 minimum order. Shipping oil nrinintum order: For orders less than 5100 shipping will be pre paid and added as in minimum order clause Volume Discount: Volume pricing -Price breaks for aggregate contract purchases in dollars statewide. 5150.000.00-1'o 5300.000.00-211b Orders should be directed to: Name: Amit Kapor Toll Free: 866-556-0517 Phone: 703-955-7510. Ext. 121 Fax: 703-955-7540 E-mail: akapoor@flrstlinetech.com Person to contact in the event of an entergency occurring after business hours or on weekend -holiday: Normal Business hours: 8AM-5PM M -F Name: Amit Kapor Phone: 866-556-0517 Cell phone: 703-585-2313 Fax: 703-955-7540 E -Mail: akapoor@firstlinetech.com Additional services offered by contractor to conn•act ( users at no added cost. Initial TraininU and Setup fer s: I%endor of Service S 15 0 -ho ur-0'/o Maintenance $175 -hour -0% Calibration 5150 -hour -0% Accepts A -'T State "Credit Card -for purchases under' 510 000 I Yes Discount for use of /1'I' State credit card: 0% Guaranteed Delive7-1- 60 days A -R -O fered: Electronic Access Ordering Of No Price list available ort web: Approved price list contained herein Com anv Website wv,,-.firstlinetech.com Discount for pavinent within 15 days of delive7•p and or receipt of vouche7' None GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED ANVARD PAGE 42 EQUIPMENT (Statewide) LEVEL ONE COA71MCTOR: Fishes- Scientific Company, LLC Participating in Multistate contract: Yes Catalog orequipment o fered: January 2005 - web catalog Fishersafen,.com Applicable ages: All Exclusions: None taken Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt :--www.ogs.state.ny.us- urchase-s y-awards-3823219745C.AN.HTM Alininium Order: N'lll accept orders.for less than the Yes, will accept orders for less than the $100 minimum 9100 inininium order. order. Shipping on minimum order: For orders less than $100 shipping will be pre paid and added as in minimum order clause Volume Discount: Conditions: Volume pricing - Price breaks for agsiregate contract purchases in dollars statewide- based on purchases per individual state per contract year $5,000,000-510,000,000 - 1% $10,000,000 -up - 2% Resets to 0 at bei=inning of each contract year. Orders should be directed to: Person to contact in the event of an emergency Name: Tim Zeh occurring after business hours or on weekend -holiday: Phone: 412-490-8412 direct Normal Business hours: 24-7 Fax: 412-490-1026 Name: Fisher Customer Services E-mail: tim.zehttithermofisher.com Phone: 800-772-6733 Additional services offered by contractor to contract ENWIRONMENTAL- SAFETY users at no added cost. Removal of packing materials LOGISTICS Product handling seminars 24-48 hours delivery for high volume or hot list items MSDS database for distributed products Scheduled deliveries offered Hazardous chemical purchase reports Lot sequestering services Customer reserve inventory SERVICE Logistics -delivery needs assessment I year equipment warranty Multiple instate delivery points Instrument initial setup & calibration OUALITY-PERFORMANCE SYSTEMS --Certificate-of Analysis-- --- -_ - _ -_Customized. billing reports and invoices Supplier rating Bar coded packing slips and shipment labels Line fill Monitors Customized usage report Accounts payable monitors Evaluated receipts settlement Back order monitors Invoice history and audit reports Ecommerce utilization monitors Transportation monitors CUSTOMER SERVICE Order efficiency monitors FISHER Instrument specialist services Invoice history audit reports Business systems specialist services On- site customer service (supported by purchase volume) Information and training seminars Supplier new product shows GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 43 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: I Fisher Scientific Com anv, LLC Additional services offered h)) contractor to contract users at no added cost: Ouarternu7ster Probrant: Fisher Scientific has offered and the State has accepted an additional service program at no cost to end-users. For those entities buying contract covered equipment for Federal Domestic Preparedness. Fisher has implemented a Ouarternrcrster website for contract users. Quartermaster providesLuidance on items approved for domestic preparedness spending. The site includes: • Products list categorized according* to the Federal Standard Equipment List • NYS- Fisher contract covered items • On line secure tracking of Federal funds spent through Fisher • Customized spending reports • Contact Fisher rep listed below for more details Contractor of Service Yes; 25% off of list price Maintenance Yes, 25% off of list price Calibration I Yes, 25%, off of list price Accepts NI'State Credit Curd for purchases under 510,000 Yes Discount./or use of Ni' State credit card: None offered Guaranteed Delivery In stock 3 dans A -R -O. direct vendor delivery varies by manufacturer lead time Electronic Access Ordering Offered: Yes; contact vendor for information Price list available on web: Approved price list contained herein Cone ant% Websitc: ( UrNm,.fishersci.com Discount for payn7ent within 15 days of deliver, anrd or receipt of voucher, None GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE1 1SED AWARD PAGE 44 EQUIPMENT (Statewide) LEVEL ONE CONTP.ACTOR: Glob al Protection USA. Inc. Pending Partici atin­ in Multistate contract. Yes Catalog or equipment offered: Global Protection catalo<a, and Items as listed on price list Applicable cr«es: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Surrimar, page at htt :--www.o_s.state.n ,.us- urchase-s !,-awards-3823219745CAN.HTM Minimum Order: Will accept orders.for less than the I Yes 9100 rninincum order. Shipping on minimum order: Shipping costs will be added in accordance with the "Minimum Order"' clause T%oJunu Discncutt:None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricing Orders should be directed to: Person to contact in the event of an emergency Name: Jon Denker occurring after business hours or on weekend -holiday: Phone: 856-768-2911 Normal Business hours: M -F 8 AM -5 PM Cell: 856-296-2625 Name: Jon Denker Fax: 956-768-2922 Phone: 800-957-8955 E-mail: jon@globalprotectionusa.com Fax: 866-768-2922 Cell phone: 856-296-2625 E-mail: jon@globalprotectionusa.com Additional services of by contractor to contract None users at uo added cost. Vendor o err: Maintenance Not offered Calibration Not offered Service Not offered Accepts A'F State Credit Card for purchases-rtnder $10,000 - Yes - -- -- — Discount_for use of NF State credit card: None Guaranteed Delivery N -A Electronic Access Ordering Offered: Yes Price list available on web: ,Approved price list contained herein Discount for avncerct within 15 days of delivery and or receipt of voucher None Com amp )Website vNwv,,. rotectivesuits.com (continued) GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AN%ARD PAGE 4S EQUIPMENT (Statewide) LVVEL ONE CONTP.ACTOR: I Government Scientific Source Partici atin, to Multistate contract: Y' es Equipment -Catalog offered; As listed on price list Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt ):--www.o«s_state.ny.us-purchase-s e -awards -3823? 19745CAN.1-TTM Minimum Order: WX accept orders_for less than theJ Yes $100 minimum order. Shipping on rninirnum order: Bidder with ship in accordance with the "Minimum Order" clause. Volume Discount: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for ricins=. Orders should be directed to: Person to contact in the event of an emery envy Name: Mike Mendrvsa occurring after business hours or on ive'ekend-holidav: Phone: 800-348-8030, Ext. 173 Normal Business hours: M -F, 8:00 AM -6:00 PM EST 703-880-5041 Name: Mike Mendrysa Fax: 703-734-1803 Phone: 703-880-5041 E-mail: mmendrysa@govsci.com Fax: 703-734-1803 Cell phone: 571-331-9813 E-mail: mQmendrvsarivahoo.com Additional services offered by contractor to contract Overnight and expedited service for delivery of products users at no added cost: is available at additional cost for stocked products. I Vendor offers: Maintenance Not offered Calibration I Not offered Service Not offered Accepts NT State Credit Curd for purchases under 510.000 Yes Discount, for use of N7' State credit card: 0% Guaranteed Delivery 7-10 days A -R -O for standard off the shelf stocked products. 30-90 days A -R -O for capital equipment and instrument orders and any other products not readily available off the shelf. Electronic Access Ordering Offered: Yes Price list available on web: A roved rice list contained herein Discount w- ainnent xiithin 15 days of delivery and or receipt of voucher None Corn airy Website www.('ovsci.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 46 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: Guard Line Fire & Safety. Inc. Participating in Multistate contract: Equipment -Catalog offered: SpillFix 2005, White wing Env. 2055, MSA 3004-2005, North 2004, Lakeland Industries 3005, DuPont Clothing 2005, 3M 2005, OnGuard-Bata 2005, Ricochet 2005, Veridian 2005, Air- Shore 2005, Power Hawk 2004, Ergodyne 3003, Global Secure 2005, Star Field Lion 2005. Grace 2005.. Cairns Clothing 2005 Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summar' page at htt:--www.orgs.state.nv.us-purchase-s g -awards -3823219745 CAN. HTM Minimum Order: Will accept orders for less than the Yes S'100 minimum order. Shipping on minimum order: For orders less than 5100 shipping will be added in accordance with "Minimum Order" Clause. Volume Discount: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for ricin;. Orders should be directed to: Person to contact in the event of an emergency Name: Wayne Dora occurring after business hours or on weekend -holiday: Phone: 201-475-6600, Ext. 47 Normal Business hours: M -F, Sat, Sun Fax: 201-703-8180 Name: Wayne Dora-BurtWanner E-mail: wdora��guardlinefire.com Phone: 201-403-4159 or 4155 Fax: 201-703-8180 Cell phone: 201-403-4159-201-403-4155 E-mail: wdora(n�guardlinefrre.com kwannerr2 guardlinefire.com Additional services offered by contractor to contract No users at no added cost: Vender of fees: Maintenance Yes, 20°ro discount Calibration Yes. 201ro discount Service Yes, 20% discount Accepts NI'State Credit Curd for purchases under 510,000 Yes Discount, for use q f NI' State credit card. l % Guaranteed Delivery 45-60 days varies with equipment ordered A -R -O Electronic Access Ordering Offered: Yes Price list available on web: Approved price list contained herein Discount for pavnient within 15 days of deliven1 and or receipt o f voucher None Com any Website www.auardlinefire.com ("n tinnari� CROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PACE 47 EQUIPMENT (Statewide) LEVEL ONE COh'TPMCTOR: Eagemever North America, lnc:-l'eudiaz« Participating in Multistate contract: Fes (Revised 1-19-10) Equipment -Catalog offered: Hagemeyer North America. Inc. Government Sales List Price 4pplicable ages: All Exclusions. None Price List identification: See price list accompanying this award for approved contract pricing - Summar; page at http:--www.oas.state.nV.us-purchase-s e-awards-3823219745CAN.HTM Minimum Order: Ifill accept orders.for less than the No 5100 mininunn order. Shi in , on neinimum order: Volume Discount. VOLUME PRICING- Price Breaks for sin -le order to one location in dollars. y 5100.00 0.5010 Orders should be directed to: Name: John McLoughlin Phone: 866-506-9361 Fax: 800-332-4364 E-mail: jniclouc-,Iilin(@.haaemevcma.com Person to contact in the event of an emerL; enCJ' occurring after business hours or on weekend-holidav: Normal Business hours: M -F 8:00 am - _5:00 pm Name: Rick Bond Phone: 888-745-6486 Fax: 800-745-4374 Cell phone: 301-543-3258 E-mail: rbond n.hagemeyerna.com Additional services offered by contractor to contract users at no added cost. Recharge for Fire Extinguishers Hvdrotest and Service Pressure Test Vendor offers: Maintenance 5% Calibration 5% Service 5 AcceptslVYState Credit Card.forpurcltases under 5'101,000 Yes Discounf.foritsc ofIVI'State credit card: Guaranteed Delivery 5-60 days .A -R-0 Electronic Access Ordering Offered: Yes Price list available on web: Yes Discount for pavinentwithin 15 days o delivery and or, recti t ofvoucher 0% Com amp Wcbsite GROUP 38232 — HAZARDOUS INCIDENT RESPONSE EQUIPMENT (Statewide) LEVEL ONE REVISED AM'ARD PAGE 48 CONTRACTOR: Hi -Tech Fire and Safen, Participating in Multistate contract. Yes Equipment -Catalog offered: Equipment as listed on price list Applicable pages: .All Exclusions: Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.oas.state.ny.us- urchase-spg-awards-3823219745CAN.HTM Minimum Order: Nall accept orders for less than the 5100 minimum order. Yes Shipping on nrinintum order: Shipping costs will be added in accordance with Minimum Order Clause Volume Discount: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricinu. Orders should be directed to: Name: William Emory Phone: 631-777-5170 Fax: 631-777-5171 E-mail: b.emory@hitechfrreandsafety.com Person to contact in the event of an enterg ency occurring after business hours or on weekend -holiday: Normal Business hours: M -F 9-5 EST Name: William Emery Phone: 631-754-8696 Fax: 631-263-9108 Cell phone: 631-495-0914 E-mail: b.emorynhitechfireandsafety.com Additional services offered by contractor to contract users at no added cost: Initial end user training for newly delivered products Vendor offers: Maintenance NA Calibration NA - Service -- -- - .. - N A - - - - Accepts NI"State Credit Card.for purchases under 510,000 No Discount far use q f A'P State credit card: NA Guaranteed Delivery 15-120 days A -R -O varies by equipment ordered Electronic Access Ordering Of No Price list available on web: As incorporated herein Discount or pavinent within 15 days of delivery and or recti t of voucher None offered Com any Website mi"-,Ar.hitechfireandsafety.com GRCIUP 38232—IIAZAP.DGUS INCIDE- T P\ESPONSE REN ISED AWARD PAGE 49 EQUIPMENT (Statewide) LM7EL UNE CONTRACTOR: Mar -Vel International. Inc. Participating in Multi stale Contract: I Yes Catalog or equipment offered: March 3005 Applicable apses: All Exclusions: None taken Price List identification: See price Iist accompan-ving this award for approved contract pricing - Summary page at htt:--www.o«s.state.nv.us- urchase-s �,-awards-3833219745CANI.HTM Minimum Order: Will accept orders for less than the Yes. will accept orders for less than the 5100 minimum 5'1110 zrrinimuni order order. Shipping on nziniznunr order: None.. there is no shipping on a minimum order Volume Discount. Conditions: Volume P7 -Price breaks for single order to one location in dollars Only Categories E-1 $100.000-1,/,0 $250.000-3°b 5400,000-3% Price Breaks for aggregate contract purchases in dollars statewide Only Categories E -I $10.000.000-111/1() 520,000.00-2% 530.000.00-30,/o Discuss additional discounts with vendor on submission of larse orders Orders should be directed to: Person to contact in the event of an enzergerzcy Name: Noelle Irish occurring after business hours or on weekend-holidt ,: Toll free: 1-800-326-5711; Ext. 141 Normal Business hours: M -F 8:30 am -5:00 pm Phone: 856-488-4499, Ext. 141 Name: Noelle Irish Fax: 856-488-4343 Phone: 856-488-4499, Ext. 141 E-mail: nirishrrmar-vel.com Fax: 856-488-4343 Cell Phone: 732-850-1911 E-mail: nirish(cr�,mar-vel.com Additional services of by contractor to Colin -act I . Assembly and Inspection of most equipment, users including breathing Systems, SCBA and Scuba - -- - - - Invitation -to MCG Sponsored -Seminars -and- Events Trainin-, and Product Update Seminars Contractor Offers: Service No Maintenance No Calibration No Accepts N3' State Credit Card for purchases under Yes 5'10.000 Discount for use of M' State credit card: l 2°io Guaranteed Delivery 30 days A -R -O fered: Electronic Access Or•der•ilZ,0 Of Yes Corn any Websitc: www.mar-vel.com Price list available on web: Yes *Discount for payment within 15 Days of delivery and -or receipt of voucher: 1-2% i --- .:_....a� GROUP 35232 — HA2hRDOUS INCIDENT RESPONSE REN71SED ANA'ARD PAGE -50 EQUIPMENT (StateNvide) LEVEL ONE CONTRACTOR: Municipal Emergency Services Inc. Participating in Multistate contract: Yes Equipment -Catalog of Equipment as listed on price list Applicahle ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary pave at htt:--www.o<(s.state.nv.us- urchase-s g-awards-3823219745CAN.HTN4 Mininuun Order: Will accept orders_for less than the No 5100 minimum order. Shipping on ndizin2um order: NA Volume Discount: I °/o additional for single order to one location totaling $],000,000 1 % additional for agency ag negate purchase totaling $1,000.000 I% additional for all sales after contract volume reaches S1.000.000 Orders should he directed to: Person to contact Ln the event O_f an eineraertc Name: Sue Ber,=er occurring, after business hours or on weekend -holiday: Address: 261 Upper North Road Normal Business hours: M -F &00 AA7— 5: 00 PMEST Highland, NTi` 12528 Name: Robert Duncan Phone: 800-560-8030 Phone: 800-560-8030 Fax: 845-691-4319 845-691-4313 E-mail: sberger@mesfire.com Fax: 845-691-4319 Cell phone: 845-222-0193 E-mail: rodun can ibmesfire.com Additional services of by contractor to contract Hose recoupling, hydrostatic testing users at no added cost. Vendor of Maintenance Not offered Calibration Not offered -Ser vice-- -- - - - - Not offered _ Accepts NP State Credit Card for purchases under x'10, 000 Yes Discount_for use of NY State credit curd: None offered Guaranteed Deliver), 90-120 days A -R -O Electronic Access Ordering Offered: Yes Price list available on weh: Approved price list contained herein Discount for paynteW within 15 dcrts of delivery and or receipt of voucher None offered Corn any Website wvvv,%anesfire.com /...,.,+­� 4. GROUP 35232 — HAZARDOUS INCIDENT RESPONSE DEVISED ANVARD PAGE 51 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: ' Promark International. Inc. Partici atin« in Multistate contract: Yes Et ui meat-Cutuln« of fered: Several manufacturer's lines as listed in accom anving rice list Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.oi-,s.state.nv.us- urchase-s ,,,-awards-3823219745CAN.HTIvi Minimum Order: 6Y711 accept orders for less S100 mininnum order. than the 1'es Shipping on nununum order: Shipping costs will be added in accordance with the "Minimum Order" clause. Volume Discount: Noneoffered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also; compare to other- vendors on these contracts for pricing. Orders should be directed to: Name: Pat Baron Phone: 800-645-4443 631226-1541 Fax: 631-226-1259 E-mail: promarlcpat@aol.com Person to contact in the event of all elnerb encu occurring after business hours or on weekenri-holidtq: Normal Business hours: M,T,TH,F 10:00 AM- 5:00 PM Wed. 10:00 AM -7:00 PM Name: Kathryn Margiotta Cell : 516-647-0806 Fax: 631-226-1259 E-mail: oromarkinto—aol.com Additional services offered by cotntractor to contract users at no added cost: None fees: Vendor Of Maintenance Not offered Calibration Not offered Service Not offered Accepts All'State Credit Card.for purchases under $10,000 I Yes Discount.for use of AT State credit card. 00i0 Guutunteed Deliverl., --- _ __ _ __ __ ___ _ ' 30 days A -R -O Electronic Access OrderZn- Offered: Yes Price list available on web: Approved price list contained herein Discount for pavnient within 75 days of delivery and or receipt of voucher None Cont ant., Website w\Vw.PublicSafetvmall.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AIA'ARD PAGE 52 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: Safeware. Inc. Participating in Multistate contract.- Yes Equipment -Catalog of Multiple catalogs offered, items as listed on price list Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.o!zs.state.n ,.us -purchase -s g-awards-3823219745CAN.HTM Minimum Order. Will accept or•dersfor less than the 5100 minimum order. Yes Shipping on minimum order: Bidder will ship at no additional cost Fplume Discount: VOLUME PRICING- PRICE BREAKS for single order to one location: $100,000.00 -299,999 1 $300,000.00-599,999 1.5% $600,000.00-999,999 200 $1.000.000.00+ 3 0/'o Orders should be directed to: Name: Cathy Jones Phone: 800-331-6760; Ext. 188 301-683-1212, Ext. 188 Fax: 301-683-1240 E-mail: clones@safewareinc.com Person to contact in the event of an enterbeney occurring after business hours or on weekend-holidav: Normal Business hours: M -F, 8:00 AM -5:00 PM EST Name: Charles Radcliffe Fax: 301-683-1240 Phone: 800-287-2130 Cell: 301-440-4975 E-mail: cradcliffe(a-�safewareinc.com Additional services offered by contractor to contract users at no added cost. None fens: Vendnr of Maintenance Yes, 2% off of list price Calibration Yes, 2% off of list price Service Yes, 2% off of list price kepis AT Sfkte Credit CarcZ foi-purelidses uitdei' S'I0,000 Discount.for• use of NT State credit card: 1 % Guaranteed Deliveg Varies by item Electronic Access Ordering Of Yes Price list available on web: Approved price list contained herein Discount or pavnient within 1-5 days of deliver v and or receipt of voucher None Cont anh Kebsite NAww.safewareinc.com GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AN 4.RD PAGE 53 EQUIPMENT (State vide) LEVEL ONE CONTRACTOR: Source One Distributors, Inc. Participating in Multistate conrr'act: Yes Catalog of Items as listed in price list Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at http:--w",w.oas.state.ml.us- urchase-s g-awards-3823219745CAN.HTM Mnnnmm Order: Will accept or•ders.for less than the 9100 mini m rn order. Yes Shipping on minimum order: Shipping costs will be added in accordance with Minimum Order Clause Volume Discount: % S50,000 additional l% S100,000 additional 2% Orders should be directed to: Name: Claudine Guercio Phone 866-768-4327 561-296-0520, Ext 233 Fax: 561-514-1021 E-mail: cguercio@.buysourceone.com Person to contact in the event of air emergency occurring after business hours or on weekend -holiday: Normal Business hours: 8-5 M -F Name: Randy Webb Phone: 561-296-0520, Ext 230 Fax: 561-514-1021 Cc]] phone: 561-307-2002 E-mail: rwebb@bLi),sourctorie.com Additional servicer of by conn•actor to contract users at no added cost. Product training seminars and demonstrations f%endor of Maintenance Not offered Calibration Not offered Service Not offered Accepts AIF State Credit Curd for purchases under S1 5, 000 Yes Discount.for use ofNI''State credit card: None offered Guaranteed Delivery 45 days .A -R-0 Electronic Access Ordering Offered. Yes Price list available on web: Approved price list contained herein Discount for payment within 15 days of delivery and or receipt of voucher 0.5'110 additional discount for payment within 15 days of delivery GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 54 EQUIPMENT (Statewide) LEVEL ONE CONTIMCTOR: Strategic Response Initiatives, LLC Partici ating in Multistate contract: Yes Equipment -Catalog, of As listed on price list Applicable ages: All Exclusions.- None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt :--www.o,s.state.nv.us- urchase-s 2-awards-3823219745CAN.HTM 11'lininzum Order: Will accept orders for less than the S100 100 minimum order. 7- Shipping, on minimum order: Shipping will be added in accordance with ` Minimum Order" clause Volume Discount. Single order- to one location in dollars additional discount $500.000-1% $1.000.000--110//o Orders should be directed to: Name: Brad Dashnaw Phone: 518-772-2902 Fax: 518-677-1645 E-mail: info@strategicRl.com Person to contact in the event of an emergency occurring, after husiness hours or on weekend -holiday: Normal Business hours: M -F 9-5 EST Name: Robert Domenici Cell: 518-858-2611 Fax: 518-677-1645 E-mail- robert.domeniciea7,strate2icRI.com Additional services offered by contractor to contract users at no added cost. None offered T%endor offers: Maintenance NA Calibration NA Service NA Accepts NYState Credit Card forpurchases under ✓;'101,000 Yes Discount for use of A'Y State credit card. None offered Guaranteed Delivery 30-60 days A -R -O Electronic Access Ordering Of Yes ! Price list available on web: Approved price list contained herein Discount for ayrnent within 15 days o delivery and or receipt o voucher None Offered Corn any Website m-,vwstrate-icRLcom GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 55 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: Tactical & Survival Specialities, Inc. Participating in Multistate contract: Yes ,Equipment -Catalog offered: TSS] and multiple manufacturer- offering. Contact vendor for copies of cataloL, Applicable a,,es: All Exclusions: None taken Price List identification: See price list accompanying this award for approved contract pricing -Summary page at htt:--www.ogs.state.nv.us- urchase-spy,-awards-3 823319745CAN.HTM Minimum Order: Will accept orders for less than the Yes, will accept orders for less than the $100 minimum ,S'100 minimum order. order. Shipping on minimum order. For orders less than $100 shipping will be added in accordance with "Minimum Order" Clause Volume DISCOirrtt: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for ricin =. Orders should be directed to: Person to contact in the event of an emergenc>> Name: Jon Miller occurring after business hours or on weekend-Izolidup: Phone: 877-535-8774 Normal Business hours: M -F 8:30 AM— 5:30 PM 540-434-8974, Ext. 4311 Name: Neil Senatro Fax: 540-434-7796 Phone: 540-434-8974, Ext. 4250 E-mail: jmillercrtacsurv.com Fax: 540-434-7796 Cell phone: 540-336-8007 E-mail: nsenatro@tacsurv.com Additional services offered by contractor to contract None offered ztsers at no added cost: Vendor offers: Maintenance j Not offered Calihration _ - - ._ Not offered,_-. Service ( Not offered Accepts NFStateCredit Cardforpurchasesunder ,10,000 I No Discountfor use of NI' State credit card. NA Guaranteed Delivery: 30 days A -R -O Electronic Access Ordering Offered: Yes; contact vendor for information Price list available on rveb: Approved price list contained herein Discount or aymzentwithin 15 davc of delivery and or receipt of voucher 1 % Company Website ',A�AA,.tacsun .corn GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE -56 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: VV`rR International Partici atilig in Multistate contract: Yes Catalog or egllipnunt offered: VWR Safety Catalog 2001-2002 Applicable ages: All Eyclusions: None taken Price List identification: See price list accompanying this award for approved contract pricing -Summary page at htt:--www.op.state.ny.us- urchase-s a-awards-3823219745CAN.HTM Minimum Order: Will accept orders.for less than the Yes; will accept orders for less than the $100 minimum $100 nlininlum order. order. Shipping on minimum order: For orders less than $100 shipping will be at no additional cost. Volume Discount.- Conditions: Vollnne pricing - Price breaks for single order to one location $10.000 and above - 3% additional discount Orders should be directed to: Person to contact in the event of an emergency Name: Karen Robinson occurring after business hours or on weekend -holiday: Phone: 800-932-5000, Ext. 4270 Normal Business hours: M -F 7:30-5:00 800-947-4271 Name: Jim Cummings Fax: 866-329-2897 Phone: 856-241-7211 E-mail: karen_robinson(a vwr.com Fax: 856-467-2488 Paaer: 856-297-8208 Cell phone: 856-397-8208 Email: iim cumminas(a?vwr.com Additional services offered by contractor to contract Technical Assistance telephone support- 1-866-vwr-safe users at no added cost: (1-866-897-7233) Contractor O Pers: Service Not offered Maintenance - -- ffered----- Not offered--------- Calibration Calibration Not offered Accepts AIYState Credit Card_forpurchases under 510,000 Yes Discount. for use of A'J' State credit card: None offered Guaranteed Deliveg In stock 5 days A -R -O EZCCh•071ZC ACCCSS OTdCJ•lrlg Of Yes, contact vendor for information Price list available on web: Approved price list contained herein Com any Website: '"mrw.vwr.com Discountor avnzent within 15 days of deliveiI, and or recti t o voucher None GROUP 39232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE S7 EQUIPMENT (Statewide) LEVEL ONE CONTRACTOR: W. W. Grainger, Inc. Partici. alloy' in Multistate contract: No. NYS only Equipment -Catalog offered: As listed on price list Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary pare at htt :--www.oas.state.m,.us- urchase-s a-awards-3823219745CAN.HTM Mitttrttitin Order: Will accept orders for less than the 5100 nzininurm order. Yes Shi in« on minimum order: Bidder- will ship at no additional cost Volunte Discount: Noneoffered. Discuss additional discounts with vendor on submission of fare=e orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for ricins. Orders should be directed to: Name: Jennifer Hicks Phone: 518-389-0194 Fax: 518-869-1418 E-mail: Jennifer.hicks(c—v-rainver.com Person to contact in the event Of an emerg encs% Call: (800) call-wwg or 800-225-5994 for automatic emergency routing Additional services of bt contr actor to conn act users at no added cost: None Offered Vendor of Maintenance Not offered Calibration Not offered Service Not offered Accepts NYState Credit Card for•purchases under 510,000 I Yes Discouzzt for use of NI'' State credit card:. _ _ I None offered Guaranteed Deliver, Days A -R -O 3-5 days for Grainger product TVJ- 45-90 days Paramed- 15 business days Electronic Access Ordering Of Yes, Lmay be used on for products listed on attached price list Price list available on web: Yes. TVI and Paramed products not Iisted on site Discount or pavinent within 15 dabs of deliver•t7 and or receipt of voucher None offered Com ant' ll'ebsite ( www.gyrainaer.com GROUP 38232—HAZARDOUS INCIDENT RESPONSE REVISED A«'ARD PAGE 58 EQUIPMENT (Statewide) LEVEL TIWO CONTRACTOR: 309 SYSTEMS. INC. Participating in Multistate contract: Yes Catalog or Equipment of fered.• Manufacturer's Mobile Communication Packa_e Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.o�*s.state.n ,.us- urcltase-s awards-3823219745CAN.HTIv] Minimum Order: Will accept orders.for less than the Yes 5100 nzinimunz order. Shipping on minimum order: Shipping costs will be added in accordance with the "Minimum Order" clause Volume Discount. Eleven or more TacPac units on a single P.O. - additional 10% discount Orders should be directed to: Person to contact in the event o f an emergency Name: Mark Lueker occurring after business hours or on weekend holiday: Phone: 970-282-7006 Normal Business hours: M -F 9 AM -5 PM CST Note: Vendor will accept collect calls regarding contract Name: Marl: Luoker Fax: 970-282-7015 Phone: 970-282-7006 E-mail: mlueker@308systems.com Fax: 970-253-701 Cell phone: 970-215-0043 E-mail: mlueker(a�308systems.com .Additional services offered by contractor to contract I None offered users at no added cost. Vendor of Maintenance Not offered Calibration Not offered Service Not offered Accepts AT State Credit Card for purchases under S10,000 Discount_ for use of NP State credit card: Guaranteed Deliverl, Electronic Access Ordering Offered: Price list available on web: Discount for payment within 15 days of deliveg and or receipt of voucher Company Website Yes None 60 days A -R -O Yes Approved price list contained herein None www.308systems.com GROUP 35232 - HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE >9 EQUIPMENT (Statewide) LENrEL TWO CONTRACTOR: Adams Electronics, Inc. Particinathig !n Multistate co7irract. Yes Catalog offered: Items as listed in price list Applicable pages: All Exclusions: AD16. AD14. TZ-20.MIT.. HF -IP -A, HF -1D -A Price List identificuti.on: See price list accompanying this award for approved contract pricing -Summary page at http:--www.ogs.state.ny.us-purchase-spm awards-382321974SCAN.HTM Minimum Order: Nall accept ordersfor less than the S1001ni7iilnuin order. Yes Shipping on lninirizunl order: Shipping costs will be added in accordance with Minimum Order Clause T,Wunze Discount. See price list Orderer should be directed to: Dame: Gina Adams Phone: 918-622-5000 Fax: 918-622-005 E-mail: adamsinc@enid.com Person to contact in the event of un emergency occurring after business hours or m1 weekend-holiduv: Normal Business hours: 8-5 M -F Name: Gina Adams Phone: 918-622-5000 Cell Phone: 918-671-2937 Fax: 918-622-5005 E-mail: adamsinc(a-)enid.com Cell phone: 918-671-2937 Additional services of b>> contractor to contract users at no added cost. None offered Vendor offers: Mabda7iance ---- - - - -- - --- - I _ --Not-offered-- Not -offered -Calibration Calibration Not offered Service Not offered Accepts NI'State Credit Card.for• purchases under S15,000 Yes; up to $2500 maximum Discoulzt, for use of NI' State credit curd: None offered Guaranteed Delivery 14 days A -R -O Electronic Access Ordering Of No Price list available on web: Approved price list contained herein Discount for pavinew within 15 dans of delivery and Or receipt of voucher None Offered GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 60 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: Advanced Containment Systems, Inc. Partici atirrg in Multistate contract: Yes Catalog of fered: Advanced Containment Svstems. Inc Applicable ages: All Eiclusionr: None Price List identification: See price list accompanying this award for- approved contract pricing - Summary page at littp:= wvr e.oes.state.ny.us- urchase-s ,-awards-3823219745CAMHTM Minimum Order: 11411 accept orders./or less 9100 minimum order. than the No Shipping on rnininurm order: N -A Volume Discount. None offered. Discuss additional discounts with vendor on submission of lar=c orders. it is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for ricin,. Orders should be directed to: Name: Matt Byrd Phone: 713-987-0336 800-927-3271 Fax: 713-987-0355 E-mail: mbyrd@acsi-us.com Person to contact in the event ofan emergency occurrin4 after business hocas or on weekend -holiday: Normal Business hours: M -F 7AM - 6PM CST Name: Mari Byrd Phone: 713-987-0336 800-927-3271 Fax: 713-987-0355 Cell phone: 281-384-8056 E-mail: mbvrd c7r.acsi-us.com Additional services offered by C071traCtOr to Contract users at no added cost. None Vendor offers: Maintenance Not offered Calibration No offered Service Not offered Accepts NI' State Credit Card for purchases under 510, 000 No Discount_ for use of ArY State credit card: N -A Guaranteed Deliver - .1+ 30-180 days A -R -O Electronic Access Ordering Of No Price list available on web: Approved price list contained herein Discount or PaVY1107t within 15 days o delivery and or receipt of voucher None Com anv Website «ww.acsi-us.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 61 EQUIPMENT (Statewide) LE VEL TWO CONTRACTOR:Ahura Corporation Partici L[ring in Multistate contract. Yes Equipment -Catalog offered: Ahura Corporation March 25, 2005 - First Defender Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summate page at htt :--www.oL=s.state.m,.us- urcltase-s �,-awards-3823219745CAN.HTM Minimum Order: 0411 accept orders for less than the No 5100 nzininucm order. I Shipping on minimum order: N -A Volume Discount: VOLUME PRICING - applies to more than one unit Iisted on a single purchase order: 2°io additional for multiple units (total of 50,o discount) Orders should be directed to: Name: Douv Keelan Phone: 978-657-5555 Fax: 978-657-5921 E-mail: dkeelan@ahurascientific.com Person to contact in the event of an enzerbencjy occurring after business hours or on weekend-holidig: Normal Business hours: M -F 9AM-6PM Name: Doug Keelan Phone: 978-657-5555 Cell Phone: 978-657-5555 Fax: 978-657-5921 E-mail: dkeelanr:ahurascientific.com Additional services of by contractor to contract users at no added cost: None fess: Vendor of Maintenance Not presently under contract Calibration Not presently under contract Service Not presently under contract Accepts A1Y State Credit Card.for purchases under 510,000 Yes Discount for use of NI' State credit card: None Guaranteed Deliver -.17 60 days A -R -O Electronic Access Ordering Of No Price list available on web: Approved price list contained herein Discount or pavinent within 15 days of deliver v and or receipt of voucher None Com ant, H'ebsite -kvwu<ahuraco .com GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REN71SED AWARD PAGE 62 EQUIPMENT (Statewide) LEVEL TWO CONTR4CTOR: American Innovations, Inc. Participating in Multistate contract., Yes Equipment -Catalog offered: As listed on price list A licablC lyes: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--wmw,.o ,s.state.m,.us- urchase-s g-awards-3823219745CAN.HTM Mininuan Order: 14,711 accept ordersfor less than the 5700 minintuin order. No I ' Shipping on minimum order: N -A Volume Discount: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for ricin,. Orders should be directed to: M -F 9:00-5:00 EST Name: Diana Enciso Phone: 845-371-3333, Ext. 900 Fax: 845-371-3885 Person to contact in the event of an emergency occurring after business hours or on weekend -holiday: Normal Business hours: M -R 8-6 Name: Chris Boylan Phone: 914-263-8365 Cell: 914-263-8365 Email: chrisb vaiiny.com Additional services offered by conmactor to contract users at no added cost. None Offered Vendor of Maintenance Not offered Calibration Not offered Service--- ---- - _ - Not -offered Accepts NI'State Credit Card for purchases under 515,000 Yes Discount_for use of NJ' State credit card: None offered Guaranteed DCEVMe y 120 Days A -R -O Electronic Access Ordering Offered: Yes Price list available on web: Yes Discount for arnrlent within 15 dors of delivers, acid or- receipt of voucher -)% Company Website �,,A!.americaninnovations.com GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AM'ARD PAGE 63 EQUIPMENT (Statewide) LE17EL TWO CONTRACTOR: Arrow -Tech, Inc. Participating in Multistate contract: Yes Catalog or equipment of New York 19745 05-04-05 Items as listed on price list Applicable a,,es: All Etielusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.ogs.state.ny.us- urchase-s g-awards-3823319745CAN.NTM Alinznium Order: H,711 accept orders for less than the 5100 minimum order. Yes Shipping on nzininium order: Shipping costs will be added in accordance with the "Minimum Order" clause. Volume Discount: Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering vohime. Also compare to other vendors on these contracts for pricing. Orders should be directed to: Name: Perry LaFountain Phone: 877-477-6461, Ext. 135 701-477-6461. Ext. 135 Fax: 701-477-6464 E-mail: arrotrutma.com Person to contact in the event of an emergency occurring after business hours or on weekend-holidar: Normal Business hours: Mon -Fri 8:OOAM-4:30PM Name: Carol James Fax: 701-477-6464 Cell phone: 701-550-1283 E-mail: carol@arromeciiiiic.com Additional services offered ky contractor to contract users at no added cost: None offered Veltdor OffCrs: Maintenance Not offered Calibratiort _—_---__-_ Not offered_-- Service Not offered Accepts AIJ'State Credit Card for purchases under 510,000 Yes Discountfor use of NY State credit card: None offered Guaranteed Delivery 7-150 days A -R -O depending on item Electl•onic Access Ordering Offered: No Price list available on web: Approved price list contained herein D1SC01111t fOr" ar111ent it1lthllt 10 dans of dellvery and o1" receipt of voucher /a%. Coln airy 9,ebsite www.arrovgechine.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE EQUIPMENT (Statewide) LEVEL TWO REN71SED AWARD PAGE 64 COATRACTOR: Atlantic Nuclear Corp. Par-ticipating in Multistate contract: Yes Equipment -Catalog offered: Ludlum, Teletrix, MCA. Dositec; ANC A licablc ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at lett:--www.oQS.state.11y.us- urchase-s g-awards-3823219745CAN.HTM Minimum Order: J4,'ill accept ordersfor less than the Yes .8100 rnininium order. Shipping on minimum order: Shipping will be added in accordance with the "Minimum Order" Clause Volume Discount: VOLUME PRICING -PRICE BREAKS for sinele order to one location: For Ludlum products with quantity X40 units, total discount is 4% Orders should be directed to: Person to contact in the event of an enzer-encs Name: John P. Anderson occurring after business hours or on weekend -holiday: Phone: 800-878-9118 Normal Business hours: 24-7 781-828-9118 Name: John P. Anderson Fax: 588-440-1319 Phone: 800-878-9118 781-828-1319 781-828-9118 E-mail: ancra�att.net _ 781-828-0434 Fax: 888-440-1319 781-828-1319 Cell phone: 781-630-2979 E-mail: anc@att.net Additional services of by contractor to contract users at no added cost: Vendor Of Maintenance Yes, 15% off of list Calibration Yes, 15% off of list Service Yes, 15010 off of list Accepts 11TI' State Credit Card for purchases wider 510,000 Yes Discomzt.for use gfNYState credit card: None Guaranteed DCHVOe ) 45 days A -R -O Electronic Access Ordering Of No Price list available on web: Approved price list contained herein Discount for palment within 15 days of rleliverl' and or receipt of voucher I None Conr any V`cbsite v< w.atlanti cnuclear.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AW'AP.I) PAGE 73 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: Farber Specialty Vehicles Participating in Multistate contract: Yes Cutrdobor equipment of Farber 3-1-2005 Applicable ages: All Exclusions: None Price List identification: See price list accompanying htt:--www.ogs.state.nv.us- urchase-s f=-awards-3823219745CAN.HTM this award for approved contract pricing - Summary page at J Minimum Order: Will accept orders. for less than the 5100 minimum order. I N -A Shi in« on mininuun order: N -A Volume Discount: VOLUME PRICING - PRICE BREAhS for single order to one location: 1 unit 2.75% 2 units 3.25% 3 T units 3.75% Orders should be directed to: Name: Itien Farber Phone: 800-331-3188 614-863-6470 Fax: 614-759-2098 E-mail: lcfarber@farberspecialty.com Person to contact in the event of an emergency occurring after business hours or on weekend-holidav: Normal Business hours: IA -F 7:30AM-5:00PM Name: Jim Jameson Phone: 614-863-6470 Fax: 614-759-2098 Cell phone: N -A (work phone) 614-863-6470 E-mail: Additional services offered by contractor to contract users at no added cost: None Vendor offers: Maintenance Not offered Calibration Not offered Service Not offered Accepts NJ'State Credit Cardfor purchases under x'10, 000 Yes Discount for• use of NI" State credit curd: None Guaranteed Delivery 210 days A -R -O Elecb'O2L1C Access Or•dCT•rrib Of No Price list available on web: Approved price list contained herein Discount for avinont within 15 dans of deliver v and or receipt of voucher None Com ariv Website www.farbers ecialtv.com GROUP 3823-1 —HAZARDOUS INCIDENT RESPONSE RE`71SED AWAPa PAGE 74 EQUIPME, NT (Statewide) LEVEL TWO CONTRACTOR: Ferm Washington Participating in Multistate conrract: Yes Catalog or Equipment of POW as listed on price list Applicable pages: All Eiclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt :--www.o( ,s.state.ny.us- urchase-s o -awards- )92 ')19745CAN.HTM. Minimum Order: 1+111 accept ordersfor less than the S'100 inininuun order. No Shipping on mininuan order: N -A Volume Discount: Conditions: None offered. Discuss additional discounts with vendor on submission of lar�,e orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricing. Orders should be directed to: Name: Becky Jenkins Phone: 800-733-3766 937-283-2822 Fax: 937-283-3622 E-mail: bjenkins@f,-mo.com Person to contact in the event of all emergency occurring after business hours or on fveekend-holidav: Normal Business hours: M -F 8:OOAM - 5:OOPM Name: Becky Jenkins Phone: 800-733-3766 937-283-3822 Fax: 937-383-3622 Cell phone: 513-225-9560 E-mail: bjenkins@ferno.com Additional services offered by contractor to contract users at no added cost. None fens: Vendor of Maintenance Not offered Calibration Not offered Service Not offered Aceepts NY State Credit Card.for purchases under 510,000 Yes Discount for use of NJ'State credit card: None Guaranteed Deliver - .1, 45 days A -R -O Electronic Access Ordering Of No Price list available on web: Approved price list contained herein Discount or avnzent within 15 dots of dclive7), and or receipt of voucher None Cor77 anv Website A,n�w.ferno.com GROUP 38232 — HAZARDOUS INCIDENT P.ESPONSE REVISED AM'ARD PAGE 7; E, QUIPIVIENT (Statewide) LEVEL TWO CONTRACTOR: 1• loatTech. Inc. Particl ating in Multistate contract: es Elflllp171e'IIt-Catalog offered: Equipment as listed on price list Applicable ages: All Exclusions: I None Price List identification: See price list accompanying this award for approved contract pricing - Summary pave at htt:--www.oL,s.state.ny.us- urchase-spa-awards-3833219745CAN.HTM Minimum Order: Yl'ill accept orders for less than the 5100 mininulnr order. Yes Shipping on minin2um order: Bidder will ship at no additional cost t%olun2e Discount: $0 - $5.000 0% additional $5,001 - $25.000 4° o additional Orders should be directed to: Name: Michael Lobsinger, CTU Phone: 518-366-0964 Fax: 518-266-0318 E-mail: salesOfloattech.com Person to contact in the evezzt qf an elrrergenc} occurring afte7• business hours or on weekend -holiday: Normal Business hours: M -F 9:OOAM-5:OOPM Name: Michael Lobsinger Phone: 518-266-0964 Fax: 518-266-0518 Cell phone: 518-331-8209 E-mail: Michael@floattech.com Addirional services of by contractor to contract users at no added cost. Training materials (DVD with training= materials) Swim test training onsite in NYS Vendor offers: Maintenance NA Calibration NA Service (2 year service reconvnended) 180/'0 off of list Accepts -NY State -Credit Ca•d-for purchases uzzder 5'10;000 - - Yes -- -- - - ---- - - Discount. for use of NY State credit card. 0% Guaranteed Deliver1' 120 days A -R -O with first P.O. 3 weeks on inventory items Elect otic Access Ordering Offered: No Price list available on web: Approved price list contained herein Discount for pqvinent within 15 !lays of delive77, and or receipt of voucher 3% Corn any Id''ebsite oatteCh. coIn GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE171SED AWARD PAGE 76 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: General Atomics Electronic Svstems Inc. Partici ati.nt, in Multistate conn -act: Yes Cataloo offered: Items as listed in price list Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary pane at htt:--www.ogs.state.ny.us urchase-s L,-awards-3823219745CAN.HTM Minirnunr Order. Will accept orders.for less than the Yes 5100 nzininzurn order. Shipping on mininzunr order: Shipping costs will be added in accordance with the ($100) minimum order clause Volume Discount. • Single sale to single location >S2000 - discount --1.0% • Agency Total >$20,000 in a single year -all additional sales to that agency for that year; discount=1.5% • Total State sales >$200,000 in a single -near all following sales in that State for that year, discount _2.50/U • Total State sales >$400,000 in a single year alt following sales in that State for that year, discount =4.0°/b • Total State sales >$1,000,000 in a single year all following sales in that State for that year, discount =5.5111; • Total State sales >$2,000,000 in a single year all following sales in that State for that year, discount =7.5% Orders should be directed to: Person to contact in the event of an emergency Name: Pamba Carolan Phone: 800-954-2233 or 858-522-8345 occiii-rina after business hours or nn weekend -holiday: Normal -Business hours: - 7.30 - 4:30 M F Fax: 858-522-8318 Name: Gerald Scott E-mail: pamba.carolan@ga-esi.com Fax: 858-522-8318 Cell phone: 858-735-7691 E-mail: Gerald.scottpga-esi.com Additional services offered by contractor to contract None users at no added cost. Vendor offers: Maintenance No Calibration Yes- l °/6 discount offered Service No Accepts NT State Credit Card, for purchases under S15, 000 Yes Discount for ttse o f NY State credit card: None offered Guaranteed Deliver y 90 days A -R -O for orders 5 $100,000 Orders >$100,000 confirm delivery schedule Electronic Access Orderinc Offered: No Price list available on web: Approved price list contained herein •.r;, t: ,i,...� f,r„r;,,o, ,,lr m rnrnin/ nfvmirlanr I None GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN71SED AWARD PAGE 78 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: Laerdal Medical Corporation Pariici a411g ill Multistate contract: Yes, Note: Chanted from NYS only 7-11-07 Catalog offered: Laerdal Applicablc ages: All Exclusions: Only items listed on price list accompanying this award are considered contract items Price List identification: See price list accompanying this award for approved contract pricing - Summary page at Imp: --ww\A,. ogs. state.ny. u s-urchase- s g-awards-3)823219745CAN.H TM Minirnum Order: N,ill accept orders for less than the $100 mininium order. Yes Shipping on minimum order: Bidder will ship at no additional cost Volrnne Discount: None offered. Discuss additional discounts with vendor on submission of ]arae orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricing. Orders should be directed to: Name: James Baker Phone: 800-648-1851, Ext. 3693 845-297-7770, Ext. 3693 Fax: 800-266-4359 E-mail: james.baker@laerdal.com Person to contact in the event of an enterbency occurring after business hours or on weekend -holiday: Normal Business hours: M -F 8:00AM-6:00PM EST Name: Michael Palermo Phone: 845-297-7770 Fax: 585-425-148 Cell phone: 845-264-1981 E-mail: Michael.palernio(c�r�laerdal.com Additional services offered bh contractor to contract users at no added cost. None Vendor o ers: Maintenaiice __ __ _ __. __ __-_ _ _1 -Not -offered___ Calibration Not offered Service Not offered Accepts NT Statc Credit Card for pu:•chases under $10,000 Yes Discount_ for use of NF State credit card: 090 Guaranteed Delivery 30 days A -R -O Electronic ,Access Ordering Of No Price list available on web: Approved price list contained herein Discount for pavinent within 15 days o delivery and or receipt of voucher None Cont any Website w-,A,,A,.laerdal.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED A NVARD PAGE 79 EQUIPMENT (Statewide) LEVEL TWO CONTP.ACTOR: Laurus Systems. Inc. Partici atinfr in Multistate contract: Yes Catalog or equipment offered: Laurus Systems Applicable pages: All Exclusions: None taken Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.ogs.state.ny.us- urchase-s g-awards-38-'3219745CAN.HTM Minimum Order: Will accept orders.for less Marl the Yes, will accept orders for less than the $100 minimum S100 nrinimtum Order. order. Shipping on rnininrum Order: For orders less than $100 vendor will ship at no additional cost Folcurrze Discount Item Volume (units) Additional discocart TSA vehicle monitors 3 or more 3°i0 For sinule order to one TSA-PM-xxx ] 0-99 5% location (radiation pagers) 100-499 1000 00+ 15% Rados Dosimeters 500= 1.5% SE International Survey Instruments 25+ '% D -Tett mini-rad-Lamma pagers 100= 5% D -tett Rad -ID 5_� 50110 Tiered pricing- XRF- 1-5 List ICS4000Identifiier 6-10 5010 11-25 7.5% 26-50 10% Orders should be directed to: Person to contact in the event of an enzergencl7 Name: Laura Lynch occurring after btfsitlCSs hours or on weekend -holiday: Phone: 866-465-5558 Normal Business hours: M -F 8:30-5:00 410-465-5558 Name: Laura Lynch Fax: 410-465-52157 Phone: 866-465-5558 E-mail: lauralynch(iDlaurussystems. com 410-465-5-558 Fax: 410-465-5257 Cell phone: 443-889-4108 E-mail: rad.info(i7,laurussystems.com Additional services offered by contractor to contract Phone support users at no added cost: Vendor fern: of Maintenance Yes Calibration Yes Service ( Yes AcceptsAr7'State Credit Card.for purchases under 510,000 Yes Discount for rest of All'State credit card: None offered Guaranteed Deliver)' Varies by item offered, check with vendor rior to ordering Electronic Access Orderin(I Offered: Not available Price list available on web: Approved price list contained herein Conz any Website: mna,w.laurussystems.com Discount or avrtzent ivitlzitr 15 days of deliver- 7 and or recd t of voucher None GROUP 38_32 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 80 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: LDV, Inc. Participating- irr Multistate contract: Yes Catalog of Items as listed on price list A licablc ages: All Exclusions: None Price List iderztifrcatiorz: See price list accompanying this award for approved contract pricing - Summary, page at htt:--www.oQs.state.nv.us- urchase-s ,r-awards-3823219745CAN.HTM Minimum Order: J1111 accept orders,for less than the Yes 9100 nzininnrnt order. Shipping on minimum order: Shipping costs will be added in accordance with the "Minimum Order", clause Volume Discount: l unit -6.7320% 2 units 7.729510 3-4 units 8.72701ib 5-9 units 9.2258% 10+ units 9.7246% Orders should be directed to: Person to contact in the event of all emergency Name: Frank Solofra occurring after business hours or ori weekend -holiday: Phone: 800-558-5986 - 262-757-2436 (direct) Normal Business hours: M -F 8AM- 5PM Central Fax: 262-763-0156 Name: Frank Solofra E-mail: fsolofra@ldvusa.com Phone: 800-558-5986 - 262-757-2436 (direct) Fax: 262-763-0156 Cell phone: 262-206-1623 E-mail: fsolofranldvusa.com Additional services of by contractor to contract None users at rzo added cost: Vendor offers: Maintenance Not offered Calibration Not offered Set -vice Not offered Accepts NP State Credit Card for purchases under S70,000 Yes Discount_ for use of NP State credit card: None Guaranteed Delivery 365 days A -R -O Electronic Access Ordering Of No Price list available on web: Approved price list contained herein Discount for payment within 15 days of deliveg and or receipt of voucher 1.5°io cash discount for payment within 15 days of deliver}, and -or receipt of voucher Company Website v,�NA,.Idvusa.com GROUP 38232 — HAZARDOL''S INCIDENT RESPONSE PE17ISED AM ARD PAGE 81 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: Lenco Industries.. Inc. Participating in Multistate contract: Yes Equipment -Catalog o feted: Items and options as listed on price list A licahlc pages: All Exclusions: None Price List identificatioit: See price list accompanying this award for approved contract pricing Summary page at http:--www.o ,s.state.nv.us-purchase-sp<(-awards-3823319745CAN.HTM 'Note: Inspection at the Factory prior to delivery is highlp recommended Pricing on Price List is F0B Destination; Freight Cost to Destination will be prepaid and added to Invoice Cls a separate line item. 1' endor" must nott&purchaser of freight char-cs at time of order. When inspecting vehicles at the Factory, theptirchaser" has the option of driving the vehicle to destination tp save .freight cost. Minimum Order. J4411 accept orders for less than the Yes .100 minimum order. Shipping on nuniinum order: Shipping costs will be added in accordance with minimum order clause Volume Discount. Noneoffered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricing Orders should be directed to: Person to contact in the event of an eiaiergeitcp Name: Terry D'Anna occurring after business hours or nn weekend-holiihiy: Phone: 500-444-5362 Normal Business hours: M -F 8:30 AM to 5:00 PM EST 413-443-7359, Ext. 118 Name: Terry D'Anna Fax: 413-445-7865 Phone: 413-443-7359. Ext. 118 E-mail: Terrv(2�lencoarmor.com Fax: 413-445-7865 Additional services of by contractor to contract Customer Service Help Line users at no added cost: Vertdor-o Maintenance Not offered Calibration Not offered Service Not offered Accepts AIF State Credit Card, for purchases under 510, 000 Yes Discount for use ofNl'State credit card: None offered Guaranteed Delivery 210 days A -R -O Electronic Access Ordering Offered: Yes Price list available on web. Approved price list contained herein Discount or papyneytfwithin IS days of deliveg and or receipt of voucher None Conryw p Website www.swattrucks.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 82 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: Linstar Inc. Partici atin­ in Alultistate contract: )-'es Equipment -Catalog of Equipment as listed in accompanying price list Applicable a-cs: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summan page at htt:--www.og=s.state.nv.us- urchase-s g -awards -3823219746 CAN.HTM Alinimum Order: 11111 accept orders for less than the Yes 5100 minintunr order. Shipping- on minimum order: Shipping costs will be added in accordance with "Minimum Order" clause Volume Discount. None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for ricinE. Orders should be directed to: Person to contact in the event of an enzeraenep Name: Melanie CwikIinski occurring- after business hours or on weekend -holiday: Phone: 800-666-6464 Normal Business hours: 8:00,01 5:00PMEST 716-631-9200 Name: Mary Jo Cornell Fax: 716-631-3024 Phone: 716-631-9200 E-mail: me]aniec@linstar.com Fax: 716-631-2024 Cell phone: linstar.com E-mail: mjc@linstar.com Additional services of by contractor to contract None offered users at no added cost. Vendor of .-Maintenance __ _ __- __- Not offered__ Calibration Not offered Service Not offered Accepts NI'State Credit Curd for• purchases under 510,000 Yes Discount. for use of NY State credit card: None offered Guaranteed Delivery Compsee & Elliot Data 30 days Datacard: 30 days Galaxy: 30 days Salamander: 30 days SST: 46 days Electronic Access Ordering Offered: No Price list available on web: Approved price list contained herein Discount for avment within 16 days of delivery and or receipt of voucher None Corn ani) Website CROUP 35232 — HAZARDOUS INCIDENT RESPONSE ISE-\ISED AM"ARD PAGE 83 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOIz: MBF Industries Inc. Participating in Multistate contract: Yes Catalog equipment offered: Items as listed in price list A nlicable a«es: All Exclusions: Non e Price List identification: See price list accompanying htt:--www.o ,s.state.nv.us- urchase-s tt-awards-3823219745CAN.HTM this award for approved contract pricing - Surnmary page at Minimum Order: J4411 accept orders.for less than the S1001111717771n711 order. N -A Shi ill," on nlininulm Order: N -A Volume Discount. None offered -Discuss additional discounts with vendor on submission of lame orders. It is recommended that end-users should contact vendor when ordering volume. Orders should be directed to: Name: John `<>,r. Baker Phone: 407-323-9414 - Will accept collect calls Fax: 407-330-2068 E-mail: john-bakerrmbfindustries.com Person to contact in the event of an emergency occurring after business hours or on weekend -holiday: Normal Business hours: M -F SAM-5:00PM EST Name: John '\V. Baker Phone: 407-323-9414 Fax: 407-330-2068 Cell phone: 352-345-5519 E-mail: john-balcer(ib.mbfindustries.com Additional services of lip contractor to contract users at no added cost. None Vendor of Maintenance Not offered Calibration Not offered Service Not offered Accepts ATYState Credit Card for purcliriscs uiiaei $10,000 Discotult. for use of N]' State credit card: I NA Guaranteed Delivery 180 days A -R -O Electronic Access Ordering Of No Price list available on web: Approved price list contained herein Discount for pavnient within 15 days ofdelive7y and or receipt of voucher None Colllnanv Website w-A-Ar.mbfindustries.com GROUP 38232 — HAZARDOUS INCIDENT RE, SPONSE RE'V'ISED AWARD PAGE 84 EQUIPME4 NTT (Statewide) LEVEL TWO CONTRA CTOR: N ab co. Inc. Participating in Multistate contract. Yes Equipment -Catalog of Nabco. Inc. 2-1-05 Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt :--www.ogs.state.ny.us-purchase-s R -awards -3823219745 CAN.HTM Minimum Order: Will accept orders_for less than the 5100 minimum order. Yes Shipping, on nuninzum order: Shipping will be added in accordance with the "Minimum li Order" clause Volume Discount. None offered. Discuss additional discounts with vendor on submission of ]arae orders. It is recommended that end-users should contact vendor when ordering volume. .Also compare to other vendors on these contracts for ricins. Orders should be directed to: Name: Randy Markey Phone: 724-746-9617 (Vendor will accept collect calls regarding this contract equipment) Fax: 724-746-9709 E-mail: randy@nabcoinc.com Person to contact in the event of an emergency occurring, after business hours or on weekend -holiday: Normal Business hours: M -F 8:30AM-5:OOPM Name: Randy Markey Phone: 724-746-9617 Fax: 724-746-9709 Cell phone: 412-812-4514 E-mail: randy@nabcoinc.com Additional services offered by contractor to contract users at no added cost. None offered Vendw offers: Maintenance Not presently accepted for contract. Calibration-­­ alibration Service Service Accepts AT State Credit Card_for purchases under 510,000 Yes Discountfor use ofNYState credit card: None Guaranteed Delivery 240 days A -R -O Electronic Access Ordering, Of Yes Price list available or web: Approved price list contained herein Discount for avment within 15 days o delivers? and or receipt of voucher 1-20ro Corn any Website www.nabcoinc.com GPOUP 38232—IIAZAPDC)US INCIDENT Y�ESPCiNSE REVISED AM ARD PAGE 8-S EQUIPMENT (Stateivide) LEVEL TWO CONTRACTOR: OHD. LLC. l'ariici "rtin�in 119111tistate contract. No Equipment -Catalog, offered: Respirator fit tester An ,"cable nr?acs: NA Eachlsions: None taken Price List idelttificatiott: See price list accompanying this award for approved contract pricinnpag, htt :--www.o<_,s.state.n),.us- urchase-spe-awards )92'3219745CAN41- ,v4 h4bihnum Order: 14,711 accept orders for less than the ,100 mininium order. Yes Shipping On mini rium Order: Vendor will shipat no additionalJ%olume Discolnzt.• S;50.000-100,000- 6% total disc X100.000- - 90/0 total discount Ordel"s 512011111 he directed ill:PL'I:CO/1 Name: Jill Strickland Phone: 888-464-3872 205-980-0180 Fax: 305-980-5764 E-mail: jstricklan@ohdusa.com t(1 CO71tact in the event (7f an L'771 L'r- L'71CJ? (ICCi,l7"ZlI ",tier business hours or on weehencl-holiday: Normal Business hours: S -d CST Name: Bruce Scharer Phone: 8108-464-3872 Fax: 205-980-5764 Cell phone: 240-457-0123 E-mail: bschorerru,ohdLisa. com Disn•ibutors under this Contract Jerome Fire Equipment 8721 Caughdenoy Rd Clay, NY 13041 3I5-699-5258 315-699-0894 rierome0wicromefire.cam Premier Safety L Services Co. Two Industrial Park Drive Oakdale, PA 15071 500-828-1080 304-363-937= AAA Emergency Supply Co 633 North Broadway White Plains. NY 10603 914-949-0512 914-949-8344 Additional services of br Conn•actor to contract _.. users at no ad"Ied Cost: None offered Yendor 0 fors: Maintenance + Na Calibration 6% off of list Service Na ,Accepts All'State Credit Card forpurchases under 910,000 I Yes Discount for use of NP State credit ClWd: None offered Guaranteed Delivety 2 weeks A -R -O Electronic Access Ordering? Offered: No Price list available on web: Approved price list contained herein DZSCOa71t for pavinent within IJ days of delivery and 01" 1'CCCZ t 0f vouCIZer None offered Coal ally Website www.ohdusa.com GI:OUP 38232 — PIA.ZAP.DC)US INCIDENT 12LSPC)NSE EQUIPMENT (Statewide) LEVEL TWO REVISED AWARD PAGE 86 CONTRACTOR: Pine Enviroirmental:Services, Inc.=l'enciin(! Participatim, in Multistate contract: Yes Catalog or Equipment offered: Photovac 2005, Gilian 2005, Thermo 2005, YS] 2005, BW 2005, RKl 2005 and accessories Applicable ages: Items as listed on price list Exclusions: NA Price List identification: See price list accompanying this award for approved contract pricing - Summar_y page at htt :--N�Iwv,I.ogs.state.nv.us- urchase-s ,-awards-3823219745CAN.HTM A9inincu717 Order: !bill accept orders for Iess than the Yes 5701/ rnininurm order. Shippint, on minimum order: Bidder will ship at no additional cost Volitme Discount. VOLUN>E PRICING- PRICE BREAKS for single order - Vendor MaZlZiellailCL' Calibration Scr•vicc Accepts All'State Credit Card,for purchases under 5'10,000 Discount for use ofAT&ate credit card. Guaranteed Deliver -y Electronic Access Orderut2 Offered: �jers: Yes, 5% off of list price- 560 -hour Parts 5% off mfg list Yes, 5% off of list price - 560 -hour Yes, 5% off of list price- 560 -hour Parts 5% off mfg list Yes ' None additional 30 days A -R -O Not yet available to one location in dollars (Photovac): 5100,000.00 16.5% VOLUME PPICI]VG PRICE BREAKS for single order to one location in dollars (Gilian): 550.000.00 19.5% VOLUME PRICING- PRICE BREAKS for single order to one location in dollars (Thenno): 5100;000.00 22.5°/10 VOLUME PRICING- PRICE BREAKS for single order v to one location in dollars (YSI): 560.000.00 21.2% VOLUME PRICING- PRICE BREAKS for single order V to one location in dollars (BRt): 175.0 00.00 16.5% V OLUIVIiE PRICING- PRICE BREAKS for single order to one location in dollars (RKI): $75.000.00 18.5% Orders should be directed to Person -to contactin-the event -of all emercerzcy- --- Name: Martin Diaz occurring after business hours 07'071 weekend -holiday: Phone: 800-301-9663 Normal Business hours: M -F, 8:OOAM-6:OOPM, EST 609-371-9663 Name: AngcloPinheiro Fax: 609-371-1663 Phone: 800-301-9663 E-mail: mdiazec"`vpine-environmental.com 609-371-9663 Fax: 609-371-1663 Cell phone: 609-548-6781 E-mail: a inheiro(i� ine-environmental.corn Additional services offered by contractor to contact Training users at no added cost: Consulting Vendor MaZlZiellailCL' Calibration Scr•vicc Accepts All'State Credit Card,for purchases under 5'10,000 Discount for use ofAT&ate credit card. Guaranteed Deliver -y Electronic Access Orderut2 Offered: �jers: Yes, 5% off of list price- 560 -hour Parts 5% off mfg list Yes, 5% off of list price - 560 -hour Yes, 5% off of list price- 560 -hour Parts 5% off mfg list Yes ' None additional 30 days A -R -O Not yet available GROUP 38232—EAZAPJ)OUS INCIDENT I:I SPONSE EQUIPMENT (Statewide) LE VEL TW O REVISER AM'APJ) PAGE S7 CONTRACTOR: I'II'S Technology, Inc. Participatin,' in Multistate contract* Yes Er tri ment-Catalog, offered: PIPS Technology Price List 2006 Applicable lages: All Exclusions: Only items listed on NYS price list are contract items Price List identification: See price list accompanying this award for approved contract pricing - Summary paae at htt :--www.o<ss.state.nt.us- urchase-s �g-awards-382321974>CAN.I-ITM Millirrtlnrr Order: 14,ill accept orders for less t/zarr file 'Yes, will accept orders for less than the $100 minimum 117)0 minitrrurtr order. order. Slsippill nn nzirzinzzerrr order: Shippim-, costs will be added in accordance with the Minimum Order clause Volume Discount: VOLUlv1E RI PCING - Price Breaks for single order to one location in dollars. $0-250, 000 0'/1, additional $250,1-500.000 5% additional $500.001+ 1090 additional VOLUME PRJCING- Price Breaks for agency s aggre`ate purchase in dollars. $0-250.000 annually 0%0 additional 5250.001-500.000 annually 5910 additional 5500.001= 10%, additional Orders should be directed to: Person to contact in the event of an er17ergerzc7 Name: Lindsay Plummer occurring after business hours or on weehewl-holiday: Phone.- 565-392-5547 Normal Business hours: M -F 8:00am - 5:00pm BST Fax: 865-392-5599 Name: Brian Shockley E-mail: 1plummer@federalsignal.com Phone: 865-392-5546 Fax: 865-392-5599 Cellphone: 865 -382 -3368- E -mail: bslrocldey(1f deralsiLnal.com Additional services of by rontr actor to conn act - l year free software upgrades users at no added cost. - Custom OCR ensine for NY State or other- state- rcaion as available -relevant fers: Vendor of Maintell fill ce 5% Calibration ( na Service 5% ACCeptsAThStafe Credit Card forpurchases Zrnder 910,000 Yes Discount for use of ATState credit card: Guaranteed Delivery 60 days A -R -O Electronic Access Orderirzg Offered: No Price list available on web: Yes D2SCOu71t for oI7111nt within 15da.tls Of delivery and or receipt Of voucher 1°/0 Conr crop 1P'ebsite �a�ww.ninstechnologv.com Distributor Name Maim Police Sunr ly Contact Name Robert Merten ULSZrO U ZOr• Address 47 N Dell Ave State Zi Phone -Fax P: 973-584-7714 GROUP 38232 — IIAZAP,DOUS INCIDENT P.ESPONSI' REVISED ANA'ARD PAGE 98 EQUIPMENT (Statewide) LEVEL TWO LEVEL TWO CONTRACTOR: RAE Systems. Inc. Partici afire«:=ilr Yes Catalog or equipment offered: Portable products and Integrated Wireless Monitoring, Systems; Service Pricing Guide Applicable rages: All Exclusions: None taken Price List identification: See price Inst accompanyln- this award for approved contract pricing - Summary page at http:--wwA,A,.oL*s.state.ny.us-purchase-s <,-awards-3823219745CAN.HTM Minimum Order: fH11 accept orders.for less than the SIOV nzintr uni order". No Slfi in" Oil rlli7lilrtll/i1 0171el-. J%nlumc Di.ccnunt. None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricinEr. Orders should be directed to distributors listed •• 07' contact: Name: Roberta Potts Phone: 408-952-8256 Fax: 408-952-8487 E-mail: rpotts@raesystems.com «• r.,z n t„ Person to contact in the event o_ f m1 enlerb ency occurring after business hours or on weekend-hnlida.v: Normal Business hours: 8:00-5:00 Name: Bob Ladzinski Phone: 856-986-8517 Cell phone: 856-986-8517 Fax: 609-770-3416 E-mail: rladzinski0xaesystems.com Additional services offered by contractor to contractTraining, trseisafno added cost: seminars, whitepaper presentations, Tech notes (RaeSS,stems.com).-Ap lication notes -(RaeSystcros.com)- " C011tractOV n fees: Maintenance Yes. 5% off of list price Calibration Yes. 5% off of list price Service Yes. 5.11'0 off of list price Accepts ATPState Credit Card forpurchases tinder $10,000 I Yes Discount.for use ofh'I'State credit card: None offered Guaranteed Deliveg 15 days A -R -O Electronic Access Orderhm Offered: No Price list available on web: Approved price list contained herein Conmanv NTebsite i 1A ww.raesystems.com Discount for pawncizf within 15 days of deliver and nr receipt of voucher None Discount for pawnent within 30 days of delii,ci27 and or receipt of voucher, None GROUP 38232 — FIAZARD0US INCIDENT RESPONSE REVISED A W./vRD PAGE 89 EQUIPAMNT (State-wide) Distributor- List State Contract (R: Systems, Inc.) Distributor Name Contact Name Address City State Zip RAE Systems Rei_ =tonal Sales Ivlanaeer ALASKA TTT Environmental LLC Tom Tompkins 549 W. international Airport Toad; Lloyd Stading 71-0839336 P: 907-770-9041 B12 P: 206-310-5906 F: 907-770-9046 Anchorage, Ah 99518 lstadin<_ra.!rresystems.com tner7viroln.!L=ci.n et ARA:ANSAS Safeware lnc(f07-127er11r Dennis Miller 533 Sea Rim Drive Paul Tarter 177701,1177 as- Air P: 817-946-33264 Arlington, TX 76018 P: 214-850-7872 Insn-umemation Inc.) F: 817-472-680.9 ptartcr(Furaes},stems.com 52-115280 Dmil ler(1< r!snr�met.com CTEH Rvan Hicks 615 West Markham St. Paul Tarter 62-1679336 P: 501-952-5763 Little Rock, AR 72301 P: 214-850-7872 F: 501-614-2835 ptarterruraesystems.com rhicks0yaeh.com Northside Sales Co. Ivlike Hollis 7115 E. Bethany Road Paul Tarter 71-0613591 P: 501-912-4009 N. Little Rocl•;, AR 72117 P: 214-850-7872 Coverin- Ali, OK F: 501-945-3928 ptarterruraesystems.corn mholl ist2�northsidesales.com CALIFORNIA I i Cal Olympic Glove L Patti Tresch 1730 N Delilah Street Porter Norton Safety Co Inc P: 800-421-6630 Corona, CA 92879-1893 P: 805-258-2119 95-1998621 F: 951-340-3337 pnorton(Nraesystems.corn etresc}vcucalol`,-safer\,.corn Don Wolf and Don Wolf, Jr. 21955 Plummer Street Porter Norton Associates Inc P: 818-885-5800 Chatsworth, CA 91311 P: 805-258-3119 95-4581513 F: 818-885-5855 pnorton@raesystems.com donaldtm.donwol f .corn marktacdonwolf.com JAECO Fife X Safety Chucl. Murray - - -2761-01d Middlefield Way -- -Porter-Norton - - 567-72-2549 P: 650-964-6050 Mountain View, CA 94043-2404 P: 805-258-2119 F: 650-964-6101 pnorton(Euraesystems.com Chuck.rn0vi aecosafe. coin Industrial Safet}, Supply Michael DeDiego 5580 Power Inn Road Porter Norton Corporation P: 800-441-1598 Suite J P: 805-258-2119 94-1518976 F: 510-658-0413 Sacramento, CA 95820 pnorton@raesystems.com m ikedratissc.com SKC-`Vest Inc Beth Sackett 2380 E N alnut Ave. Porter Norton 95-3299430 P: 714-992-2780 Fullerton, CA 92831 P: 805-258-2119 Cell: 714-612-4868 pnorton( araesystems.com skcbetbOa roadrunner.corn Valley Instruments Fernando AnLclini PO Box 9278 Porter Norton Service Inc P: 661-327-5681 3536 Brian -Way P: 805-258-2119 95-3137395 F: 661-327-1660 Bakersfield, CA 93309 pnortonraesystems.corn fern an do i art v al l ev i n stru m e»t. co m FLORIDA Dawson Associates, Michael Coleman 922-B Hurricane Shoals RoadDavid Saladin Inc. P: 770-963-0207 Gainesville, GA 30046 P: 770-990-2566 �R_r ;dRd�q F 770-9')7-5973dsaladin@raesystems.com GROUP 35232 — EAZARDOUS INCIDENT It SPONSE EQUIPMENT (Statewide) REVISET) AM'ART) PAGE 90 Distributor- lvame Contact Name Address City State Zip RAE Systems Regional Sales Ivlana<ser KANSAS Mid Continent Safety Gree Aylward PO Box 16689 Toni Kochevar 45-1240647 P: 316-522-0900 Wichita, KS 67216 P: 630-220-5190 F: 316-522-0956 tkochevar(m.raesystems.com ere �.alvwar•d(ci�mid safe.com Wise Safety and John Hoffman 15101 West 110"' Street Tom Kochevar Environmental P: 913-492-9444 Lenexa, KS 66219 P: 630-220-5190 43-0894853 F: 913-492-4327 tl<ochevarritraesystems.com j.hoffmanrgwisesafetvenv.coro MASSACHUSETTS has opted to deal "direet" with OR contact aig RAE Systems Len Belisle RAE SYS1CIns distributorfor assistance P: 413-364-2412 I bel is I coal MARYLAND Safeware; Inc. Mandy Hough or Ed Arthur 5641 South Laburnum Ave Jim Kane 52-1152853 P: 800-359-4617. Ext. 204 Richmond; VA 23231 P: 757-746-5554 F: 804-226-090 jkane(Fu,raesystems.com mhouah@t)safewareinc.com earth urtats a fewarei n c. com A7INNESOTA Clarey's Safety Todd Claret' 3555 Ninth Street Thr Suite r20U Tom Kochevar 41-1355547 P: 507-259-6749 Rochester; MN 55901 P: 630-220-5190 F: 507-289-5213 tkochevar(a�raesystems.com toddclarevruclarevs.com MISSOURI Reis Environmental Inc. Terry Creason 11022 Linpage Pl. Tom Kochevar 43-0908405 P: 314-369-5399 Saint Louis. MO 63li2 P: 630-290-5190 F: 314-426-3714 tkochevarr�r aesystems.com t.creasoniFawisesaf i\em.a>m NEW YORK DiVal Safety -Equipment Tonl Liberti 1721 Niauara-Street __ _ Len Belisle --- _ _. Inc P: 716-874-9060 Buffalo, NY 14207 P: 413-364-2412 16-1104585 F: 716-874-4686 lbelisle(c—v.raesystenis.corn tlibertiOvdivelsafetv.com Gen -el Safety & Greg Krannich 961 Route 10 East, Suite 21A Bob Ladzinski Industrial Products LLC P: 973-584-7777 Randolph, NU 07569 F: 556-986-8517 81-0557077 F: 973-594-2727 rl adzinsk i rriraesystenis. com greer7.eenelsafety. corn Municipal Equipment Robert Duncan 261 Upper ?worth Road Len Belisle Services Inc. P: 800-560-8030 Highland. NY 12525 P: 413-364-2412 65-1051374 F: 945-691-4319 lbelislek-raesystems.com roduncarnti;mesfre.com Pine Environmental Martin Diaz 921 North Main Street, Bldg 20 Doug Mayer Services; Inc. P: 609-371-9663, Ext. 11 Windsor, NJ 08561 P: 865-776-9897 26-0116297 F: 609-371-1663 dmavenaoraesystems.com mdiazi imine-environmental.coni Safety Instruments, Inc. Rich Rotolo Pinewood Business Center Len Belisle 13-3728304 P: 914-301-5855 247 Route 100, Suite 220 P: 413-364-2412 F: 914-301-5857 PO Box 2004 lbelisle(a)i-aes\,stenls.conl richsi0ontonline.11e1 Somers. h)' 10589 GROUP 38232 — HAZARDOUS INCIDENT I:ESPC)NSE R-EVISED A WAIU) PAGE 91 EQUIPMENT' (StateAvide) Distributor Name Contact Name Address City State Zip RAE Systems kPc=inn�l .CaINc A/lanaiPr OKLAHOMA Safeware lnc(fornlerlp Dennis Miller 533 Sea Rim Drive Tarter /07014177 CIS Air P: 817-946-3364 Arlington, TX 76018 4-850-7872 rplarte I17SI1-LU71e111alio17I71c.) F: 817-472-690> r«uraesystents.coil, 52-1152883 Dm ill er0£1'(Fvsnrvnet.com CTEH Ryan I-Iicks 6l > Wesi Markham St. Paul Tarter 62-1679336 P: 501-953-5763 Little Rock, AR 72201 P: 214-850-7872 F: 501-614-2835 ptarterrtiraesystems.con] rhiclsral.cteh.com Northside Sales Co. Mike Mollis 7115 E. Bethany Road Paul Tarter 71-0613591 P: 501-912-4009 N. Little Rock, AR 72117 P: 314-850-7873 F: 501-945-3939 ptarte-( uraesystems.com iiiholhs([i/noiliisldesales.conl OREGON Life Safety Corporation Rex Sparks 1221 SE Gideon St Lloyd StadinL, 91-1677175 rexsparks(Fnmyway.com Portland, OR 97203 P: 206-310-5906 Paul Equal] lstadinu0b. aesystems.corn paul(70.1ifesafetycorp.com P: 503-231-8282 Safewarelnc(foi-merly IeffFrisch 10945 SMI 108th Ave Lloyd Stading 1,77011117 aSAir P: 503-784-2355 Tigard, OR 97223 P: 206-310-5906 11IM-inieniationInc.) F: 503-630-0929 Istadinll((—Oraesysterns.com 52-1152883 ifrisch(d).airmonitors.net VIR GINIA Safeware; Inc. Mandy Hough or Ed Arthur 5641 South Laburnum Ave Jim Kane 52-1152883 P: 500-359-4617, Ext. 204 Richmond, VA 23231 P: 757-746-5554 F: 804-326-0987 jl_anei),raesystems.com mhough@saf wareinc.com eaithurralsafewareinc.com _ NEST VIRGINIA Field Environmental Tony Visco 301 Brushton Avenue Jim Elliott 25-1771742 P: 412-436-2600 Suite A P: 412-657-6438 F: 412-436-2619 I Pittsburg, PA 15321 jehliottruraesystems.com ariscoral.fie idenvironmental.com Premier Safety & Doug Boyce Two Industrial Park Drive Jim Elliott Service Inc P: 734-693-8690; 304-365-0032 Oakdale, CA 15701 P: 412-657-6438 25-1678928 F: 724-693-8698 ielliottr2uraesystems.com d.bovicera;orem iersafet�,.net The above listed P%I; Systerns distributors honori.no the terms and condiotns of' eorrespondiiig distribtttors are the Wily Al I'HOPULLED who wiLl be the NYS z?IRIE Contract and the participation addendum Si<died with each state listed GROUP 38232 — FIAGAP.DOL'S INCIDENT P.ESPC)NSE REN ISED AWARD PAGE 93 EQUIPMENT (Statewide) LEVE, L TWO CONTRACTOR: -FRa iscan systems, Inc. Participating in Multistate contract., Yes Catalog (7)' L'(Irapl7lL'111 Offered: Rapsican - items as listed on price list - equivalent to GSA pricing A ilicablciLges: ^ All E'VC11l"Violy None Price List ideatificatiolz: See price list accompanying this award for approved contract pricing - Summary page at 17tt:--VN'VdSV.o1's.state.n)!.us- urchase-s <,,-awards-3823219745CAN.HTM Minimum Order: 6f all accept orders for less than the 9700111i71r1na711 order. No Slzi Ing' Oil inini71win Order: N -A Volume Discount: Additional I% for 10-20 instruments on a single order delivered to one or multiple locations 2°ib for 20= instruments on a single order delivered to one or multiple location 30 or more will be neLotiated Orders should be directed t0: Name: Paul A. Barnes Phone: 800-318-7226 310-349-2438 Fax: 310-349-2491 E-mail : Pbam-escFurapiscansystems.com PerS011 1`0 C011taCt ill t11C CVe721 Of a71 enzeroengj, occiwriizb ((fter business hours or on weekend -holiday: Normal Business hours: 8:00AM-5:30PM PST Name: Sarah Benoit Cell: 424-675-0545 Fax: 310-349-2491 E-mail: sbenoit(c✓iirapiscansystems.com Additional servicer of hp conn -actor to contract ztsers at7zo added cost: None Offered Vendor o Pers: Maintenance Yes, Service price list March 2005 -no additional -discount offered Calibration Yes, Service price list March 2005 -no additional discount offered Service Yes, Service price list March 2005 -no additional discount offered AcceptsNl'State Credit Card forpurckases unde7' 910,000 Yes Discount_for use of 1VT State credit card: None Guaranteed Delivery 30 days A -R -O Electronic Access Orderin g Of No Price list available on web: .Approved price list contained herein Discount for pajunew within 15 days of delivery and or recei_ t of voucher None Coln am, Website ' Hm-�A,.RapiscanS),stems.com GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED .AWARD PAGE 93 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: Remotes. Inc I'urtici uuin« in Multistate cnnrract: Yes Rquipn,ew-Catalog offered: Equipmem as listed in price list A ,licable ages: All Rucllrsions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary pa! -,e at htt :- A,",w.oss.state.ny.us- urchase-sp(,-awards-3 823219745 CAN. HTM Minimum Omicr:• Will accept orders f )r IeSS than tilt ! �" es 5700 wininium order. Shippill 071 nlini77211111 order: Shipping costs will be added in accordance with minimum order" clause Volume Discount. Volume discount offered - QTY 11-100 2b1. QTY 101-200 4°io QTY 201= 6°i'o OYrICI1S Sl1011lCl be dlYL'CIL'd t0:Pe1•5071 t(r co712QCt I71 Me event ofan e772CT�!C71C); Name: Remotec Sales Phone: 865-453-0228, Ext. 165 DCCIlT1'L72o after business hours Or on weekenri-holldig: Normal Business hours: M -F S -d, 24 hour on cull Fax: 866-483-1239 service E-mail: jim.daniels@ngc.com Name: Remotec Service Technician Phone: 865-483-0228_ Ext. 244 Fax: 86--48^,-1426 Cell phone: 865-548-6130 E-mail: remotecservice@ngrc.com Additional se7vices of by contructor to conn•act Training classes for the Mini -II and IID -1 are offered at users at no added cost: the contractors facility for 1.5 days and 2.5 days for the F6k Trainingis limited to 6 persons and is included hr - the base price of the vehicle. Travel must be arranged by customer *On-site training is offered — aLencies should contact vendor to negotiate off contract purchase 2ricing Ve71dor of fCl'S: Mr2i72tC71ance Not offered Calibration Not offered Service Not offered Accepts A7' State CreditCa.rd f0rpurchases under 510,000 Yes Discount_for ltse ofNJ'State credit card: None offered Guaranteed Deline7y + 120 days A -R -O Electronic Access Orderin Offered: No Price list available on web: Approved price list contained herein GROUP 38232—HAZAPIDOUS INCIDENT RESPONSE REV'ISED AWARD PAGE 94 EQUIPMENT (Statewide) LE�TEL TWO CONTRACTOR: t Science ALplications International Corporation (SAIC) Partici atirr" in Multistate contract:— Ccatulo." nr et/uipmcut offered: Commercial Price List Applicable pagay., All Exchisions: None Price List itlentrflcatlon: See price list accompanying this award for approved contract pricing - Summary page at htt :--www.oLs.state.nv.us- urchase-s -awards-;823219745CAN.HTM Mininuutr Order: 1,H11 accept orders, for less than the S'100 mininunn order. I No Shipping on inini m ni order: I NA Volume Discount: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that cnd-users should contact vendor when ordering volume. Also compare to other vendors on, these contracts for ricin,. Orders should be directed to: Name: Susan E. Banks Phone 443-402-2664 Toll free: TBD Fax: 443-402-2770 E-mail: susan.e.banks@saic.com Person to contact in the event of cert enieroencp ocean rine after business hours or on ivicekcnd-hnliday: Normal Business hours: 8 -5M -FEST Name: Monica Jakubowski Phone: 443-402-2705 Fax: 443-402-2780 E-mail: monica.m_jakubowski(a!saic.com AddZZIollal SCl'VZCCS off,retl by contractor to cozinwet users at no arlded cost: None Offered Vendor offers: Maintenance Calibration ( Yes -no additional discount offered SC7•vice Accepts RTI' State Credit Card for purchases under S10,000 I Yes Discount.for use of NT State credit card: None additional Guaranteed Delivery paries by product line Electronic Access Orderinb Offered: No Price list available or web: Approved price Iist contained herein Discnintt.forpaynient within 15 days of dcliver1, and or receipt of voucher Discount for pawn ell, t within 30 days of deliver•r and or receipt of voucher None Company fEebsite I wwvw.saic.com GROUP 3S233 —HAZARDOUS INCIDENT RESPONSE REVISED ANVARD PAGE 9S EQUIPMENT (State.Nvide) LEVEL TWO COAITRACTOR: Scott Technologies Inc. D -L-A Scott Health and Safety I lrtieipati7lrr ill Multislilit' contract: No Catalog ar egc[ipnlent offered: Respiratory Protection Eduipmenl and Portable Gas Detection Monitors Applicable panes: All _ Exclusions: None taken Price List identification: See price list accompanying this award for approved contract pricing - Summary page al htt:--www.oErs.state.m,.us- urchase-s r(-awards-382321974.5CAN.HTM lV%Z72immin Order: GFill accept orders fol' less than the No 5700 71 inilnum order. Shi in,g, on 772i12Z771um order: 1%ohun.e Discount. Notre offered. Discuss additional discoimts with vendor on submission of large. orders. 1t is recommended that end-users should contact vendor when orderins volume. Also compare to other vendors on these contracts for prlcim-'. .,Sec list nu• OT'Cle1s should be [lil'L'CIL'(l to (hStl'ibl[ll1TS IISIed" en of rr �� PL'1'5071 t0 CO1ZILtCI Z71 the event [L77 L'11te1'�L72C or contact the Scott Regional Manager listed bel for Oe [(rf L7 after business how's m' on Tveeken-1-holiday: assistance: For Municipal Fire Depts Normal Business hours: 8:00-5:00 Name: Robert "Bob" Battaglia Phone: 716-689 4881 Name: Steve LaPlante Cell: 716-863 0853 Cell: 307-838-9733 Fax: 716-689 7765 Fax: 207-767-0026 E-mail: rbattaglia@vtycoint.com E-mail: slap]ant--@rycoint.com If your Fire Dept is on Lona Island or NYC, contact Name: Rvan Rhatican Phone: 610-344 7590 Celia 610-2L 4930 Fax: 610-344 7584 E-mail: rrhaticant7.tycoint.com For all other state and local agencies other than Fire Depts.: Name: Becky Snyder Phone: 704-291-8324 Fax: 704-2914330 E-mail: bsnvderr).tvcoint.com For all other state and local agencies other than Fire Depts. located on Lon; Island and NYC: Name: Ron Harris Phone: 215-258 712 Cell: 267-424 0223 E-mail: rcha•ris(attvcoilit. corn Additional cervices offered br contractor to contract � Training, seminars, whitepaper presen'ations. Tech notes CROUP 38"_'33 — EAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 96 EQUIPMENT (Statewide) Contractor o fers: Maintenance 1v01 offered at this time Calihratiorr Noi offered at this time Service Not offered at this time Accepts NT State Credit Card for purchases under 510,000 Yes; our accept ccept credit cards Discount for use of'AlY State credit card: None Guaranteed Deliver No Elech nnie Access Urrlerin, Of Some of our distributors provide this service to their customers. Price list available on web: Yes Cont anv I'Vehsite No Discount for palmlent within 15 days of delivery and or receipt of voucher No Discount.for palunew Within 30 days of deliverl, and or receipt of voucher No GROUP 38232 — HAZARDOUS INCIDENT T:ESPONSE P\_EN'lSED AWAf�D PAGE 97 EQUIPMENT (Statevvicie) Distributor NameFiv tact Name Address City State Zip Scutt Health L Safer Regional Sales Manager Dival Safety Dival Safety Bob Battaelia and Steve http:--VJVN,w.divaisafell'.com3-1354 1721 Niagara Street LaPlanteFed Tax ID# 161104585 8031 Buffalo, N>}'. '14207 ulevin«nd i va Isaferv.com B-Lann Equipment Co..lnc. Al Remington B -Cann Equipment Ca. Inc. Bob Battaglia and Steve Fed Tax ID# 14-15-14230 Phone 800-962 5266 3288 6th Ave. LaPlante Cell 518-269-0477 Troy, NY 12180 arem in etlaim' cW_j xr. com AAA Emergenc31 Supply CO., Matthew S. Manfredi AAA EmeT«ency Supply Co.. Inc. Ryan Rhatican and Inc. Phone 914-949-0612 635 North Broadway Steve LaPlante Fed Tax ID# 13 - 19943 15 Cell 914-490-4307 White Plains, t -,TY 10603 mattm(Tgaaaem ergency.com Tyler Fire Equipment, LLC Tim Bur *ess Tyler Fire Equipment; LLC Bob Battaglia and www.t3/let•fre.coni Phone 607-734-1081 703 Erie Street Steve LaPlante Fed Tax ID# 03-0495952 TburLes4rurochester.n,.com Elmira, ISM 14904 South Shore Fire & Safety David Smith South Shore Fire & Safety Eq Ryan Rhatican and Equipment Distributors Inc. Phone 516-794 4000 579 East Meadow Avenue Steve LaPlante "­A-w.southshorefire.com dsmith(Fusouthshorefire.com East Meadow._ NY 1 1664 Fed Tax ID# l I -1996719 Coastal Fire Systems; Inc. Fred Gandolfo Coastal Fire S}stems, Inc. Ryan Rhatican and www.coastalfiresystems.com Phone 631-661-7515 410 Sunrise Hwy. Steve LaPlante Fed Tax ID# 20-3010673 fiedtivcoastalfiresystems.com VJ.Babylon; NT 11704 Smiths Fire Service, Inc. Calvin D. Smith Smiths Fire Service, Inc. Bob Battaglia and www.smithsfireservice.com Phone 814-226-4441 983 Barnum Road Steve LaPlante Fed Taa7D 010553404 ___ _---_ _ _ Eldred: PA 16731 HIES Bob Duncan MES Municipal Emergency 860-364-6830 Municipal Emergency Services, Inc. Services; Inc. roduncan@mesfire.com 261 Upper North Road Fed Tax ID;` 65-1051374 Highland, NTY 12528 Fisher Safety James Bond Fisher Safety Fed Tax ID4 232942737 Phone 500-955-9999 x1994707 3000 Park Lane Cell 560-666-2281 Pittsburgh, PA 15275 iames.bond('a),therrnofish.T-.com Hagemeyer North America Anthony Camobreco Hagemeyer North America www.hagemeyerna.com Phone 686-288-7980 11680 Great Oaks Way, Ste 300 Fed Tax ID# 56-3281678 ACamobreco@hasemeyerrta.com Alpharetta, GA 30022 The above listed distributors are the only AUTHORIZED Scott Health & Safen distributor: who will be honoring the le -FIRS and conditions of the NYS 1-i1R.F, Contract GROUP 38232 — IIAZAP.DOUS INCIDENT' RESPONSE REN SED ANVARI) PAGE 98 EQUIIINTENT (Statewide) LEVEL TWO CONTRACTOR: Smiths Detection, Inc. Partici patine in A1114tistate contract: Yes Catalog or e71117pment offered: 11rlce list items Applicable ages: All Exclu cion s: Mone Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt :--www.o_s.state.nv.us- urchase-s e -awards '�8?3219745CAN.HTM 44ininzzznl Order: h1,711 accept orders. for less than the Yes 9100 mininuzzn order. Shipping on minirnunr order: Shipping will he added in accordance with the "JAinimurn Order" clause Volume Discount: None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricing. Orders should be directed to: Person to contact in the event of all ellzel'gerzcy Name: Patricia Morse oCCLPTM- after hitsiness hours or on weekend-holizlat': Phone: 973-496-9200 Person to Contact in the event of an enzergencl, Fay:: 973-496-9300 occurring after bzrsiness hours or on weekelz(l-Jzotidtz,•: E-mail: patricia.morseia;smithsdetection.com y Normal Business hours: M -F; E:OOAM - S:OOPM Name: Patricia Morse CeII: 973-632-3517 ax: 973-496-9300 E-mail: Patricia.morsefsmithsdetect ion. com Emergency no.: X -Ray and Trace 1-800-297-0955 HazmatED.. Cvranose and G.ASID 1-866-442-0628 4dditzohal services offered k, conri-actor• to contract -- Altproducts include -a standard one year warrant)' - users at no added cost. Vendor offers: Maintenance Not offered Calibrati071 Not offered Service Not offered Accepts NY State Credit Car•d_forparchuses under 910,000 � Yes Discount. for use of.n'P State credit ca7'd. 0% Guaranteed Deliverl, 60-150 days A -R -O depending on item EIL'Cti'O7LLC ACCCSS OI'LICI'Lng Offered: No Price list available on web: Approved price list contained herein Discount for p Lnnnent within 15 dans of deliver, and or receipt of voucher None Com any Rebsite IwNA-,A,.smtihsdettction.com GROUP 38232 - HAZAM)OUS INCIDENT R-LSPONSE REV71SED AWMI) PAGE 99 EQUIPMENT (Statewide) LMT, TWO CONTRACTOR: Survival Armor, Inc. PCirticl at217", 111 Militlstate Contract: Yes Equipment -Catalog offered: Egnlplllent aS listed Oil aCCOMpallying' price list Applicable Pages: All Evclusinits: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--wwm'.ous.state.n),.us- urcliase-s u-awards-382321974-iCAN.IITM /l/12121112LU11 Ci!"dL'J': RVI ClCCL'pt ordersfor less tJ2C111 the I Yes 9100 111n1211121117 order. Ij Shi ill" an lllinin11111J order: Bidder will shi) at no additional cost Volume DisC01172t. None offered. Discuss additional discounts with vendor on submission of large orders. It is recommended that end-users contact vendor when ordering volume. Also compare to other vendors on these contracts. Orders should be directed to: Name: Cathy Lowe Phone: 866-868-5001, Ext 132 239-210-0891; Ext 132 Fax: 239-210-0898 E-mail: cath ylowe-011suivivalarmor. corn Person t0 Co)rtact 277 the event O_ f a71 0771ei e1tC), ciccur'rinb after bllSillL'SS Juun"s or 072 We? elzrl-hoiitlay: Normal Business hours: M -F 0':OOAM-5:OOPM EST Name: Cathy Lowe Phone: 866-868-5001. Ext. lit 239-210-0891; Ext. 132 Fax: 239-210-0898 Cell. 770-780-0070 E-mail: cathylower±survivalarmor.corn Additional services of fererl by cnnri actor to contract users at nn adcled cost: .None offered Vendor of Not off red — - - Calibration I Not offered Service Not offered Accepts ATStatc Credit Cc17'd.f07'hlT7•c12aSe5 under 910,000 , Yes Discount for use of I T State credit card: 0°io Guaranteed Delivery I Concealable 30-46 days A -R -O Tactical 42-56 days A -R -O Electronic Access Orderin- Offered: No Price list available on web: Approved price list contained herein Discount for pLivinent within 15 days of deliver), and or receipt of voucher 0% Coln m117 Website www.sun,ivalarrllor.com Distributor List for NY State Contract (Survival Armor, Inc.) Listed below are the names of authorized Distributors to assist NO'S contract users. Distributor Name Industrial Distributor Haight Fire Equipment Contact Name Steve Joslin Address Citv State Zi 199 Little Britain Road Phone - Fax P: 845-562-6485 GROUP 38232 — HAZARDOUS INCIDENT P-ESI'ONSE REVISED AWARD PAGE 100 EQUIPMENT (Statewide) LE`rEL TWO CONTRACTOR: Thermo Eberline LLC Partici )ating ilr Muttistaic Colltl•aet. �'eS Calalo(, or el ui mlent offered: Equi nient as listed on Radiation and Explosive Detection CD An lli.cable pages: All items listed on contract price list Exclusions: Any items not listed on contract price list Price List identafi.cation: See price list accompanying this award for approved contract pricing - Summar), page at htt :--wvrw.o_s.state.nv.us-purchase-s-attards-3823279745CAN.HTM Minimum Order: k ill Accept ordersfnr less than the Yes, will accept orders for the less than the $700 S100111initnunr order. minimum order Shi in�� on mininular oiler: None, will ship at no additional cost Volume Discount. VOLUME PRICING- PRICE BREAKS for single order to one location in dollars. Additional voIume discount: X100.000.00 21A $300,000.00 3 9500.000.00 4°rii Orders should be directed to: Pel Sort to conlac! ill the eVellr of 11)) enter•" elley occurring after Name: Bob Thomson -Jim Dovle business hours oY ort weekend-holidap: Phone 800-274-4212 Normal Business hours: M -F 7:30AA4-4:30PM 603-560-23394508) 553-1124 Category 2. Explosive Device Mitigation Name: David Geary Fax: 603-329-8077 - 508-520-2815 Phone: 866-282-0430 - 508-553-1655 E-mail: bob.thomson(?�thermofisher.com Fax: 508-520-2815 jim.doyle@Mthermofisher.com E-mail: david.gearyr<cThermoFisher.com Catea_on, 3. Search and Rescue Equipment or: Name: Mark Deacon Phone: 800.2?4-4212 - 505-428-3533 Fisher Scientific Cell Phone: 440-487-6427 Fed ID 0': 232942737 Pax: 505-428-3535 Name: Patrick O'Lean, E-mail: marlc.deacornc"_i,ThermoFisher.com Phone: 1-800-955-9999 Cat -.son, 4. Detection Equipment Chemical Name: Michael Buckley 412-490-8915 Phone: 866-282-0430-508-946-4937 Fag: 412-490-888 -- _ __ __ __ Fat:: -508=520-2800 E-mail: Patrick.oleary@thennofisher.com E-mail: Michael.buckleyrThemioFisher.com Categon, 4. Detection Equipment. Radiological Cateeon 6. Phvsical Securin Enhancement Eouirrment Cate!�ory 7 Terrorism Incident Prevention Etguipment C at gw-y 12. Intervention Equipment Name: Mark Deacon Phone: 800-274-4212-505428-3533 Cell Phone: 440.4 87-6427 Fax: 505.428-3535 E-mail: mark.deacon0i ThermoFisher.com Additional services offered by coltrnctor to conn act I None users at no added cost. I%endor n fors: Thermo offers the same discount on service as offered on the products. Mainienance I Yes, same discount as offered on equipment Calibration Yes, same discount as offered on equipment Service Yes, same discount as offered on equipment Accepts AT State Credit Card for purchases ulztler• S10,000 Yes Discount for use of AT State credit curd: None Guaranteed Deliver v 90 days A -R -O GROUP 35232 — IIAZAP.I)OUS INCIDENT I:ESPONSE RQ'ISED AWARD !'AGE 101 EQUIPMENT (Statewide) LEVEL TWO CONTf2ACTOR: Tou;li Traveler Ltd. Participatin, in Multistate contract: Yes Ec ui talent -Catalog, offered: TOUgh Traveler bass as lisied on price list A 1 licablc a,,es: All Exclusions: None Price List identificatiolz: See price list accompanying this award for approved contract pricing - Summary page at htt :--wvrw.ogs.state.nv.us- urchase-s><_�-awards-35333]9745CAN_FITM Millinlllnl Order: Will accept orders for 9100 111177111111117 01'11er. less than the Yes Shippinzi- on mininutin order: Shipping costs will be added in accordance with the "Minimum Order" clause Volume Discount: VOLUI E PRICING - Volume pricing is as listed on the bottom of the price list. Additional diSCOt111tS are available based on number of items ordered. Orders should be directed to: Name: Nancy Gold Phone: 800-465-6844 518-377-8526 Fax: 518-377-5434 E-mail: toughtraveler@aol.coo Pei -soil to Contact 111 the event of 1177 eilleloelley occurring clfter business hours or oil weekend-holidclp: Normal Business hours: M -F 08:00AM - 55:00PM Name: Nancy Gold Phone: 800-465-6844 518-783-8434 Fax: 518-70-6414 E-mail: toughtravc1cr vaol.com Additional services of hp contractor to conn act users at no added cost. None offered Vendor Of Maintenance Not applicable CLilihMtiMl Not applicable Service Not applicable Accepts 1VYState G•edit Card_forpzn-Cl?ases finder S'IO,000 Yes Discount for use o 71l)'State credit card: None Guaranteed Delivey, Varies based on size. items ordered and current productiIii promised. Electronic Access 07-de7-i7n- Offered: No Price list available an lveh: I Approved price list contained herein Discount for paimlent within 30 rials of delivers? and or receipt of voucher (? 50/. Compcnzr i3'ebsi.te (ti>nww.toughtraveler.com GI:OUP 38232 — HAZARDOUS INCIDENT I:ESPONSE REVISEI) AMIAPvD PAGE 102 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: TSI'Incor orated _Pendin« Partici rating in Alultistau, contract: Yes Catalog of TSI incorporated- Respirator Fit Testing, PortaCOunt Plus Respirator Fit Tester and N95 -Companion TSi Inco orated -Res iratory Protection for First Responders Applicable ages: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htt:--www.o<=s.state.ny.us- urcltase-spy,.-awards-3823219745CAN.HTM Minimum Order: Pill accept orders.for less than the No S100 7nininnon order. Shipping on milzinunn Order: N -A T olYone Discount. VOLUME PRICING- PRICE BREAKS for single order to one location in dollars: 535,000.00 50110 Contact vendor for additional discounts when purchasing larL,e quantities of equipment Orders should be directed to: Person to contact in the event of an e711e7-"e7zct Name: Pam Wittig occurriw, after business hours or" 077 weekend -holiday: Phone: 800-874-2811 Normal Business hours: Mon -Fri 8:00AN1-5:00PM CST Fax: 651-490.-3824 Name: Joe Harris E-mail: answers(2Dtsi.com _ Cell Phone: 330-389-2473 Or Fax: 651-490-3824 AJ Abrams Co; Inc E-mail: joseph.harrisctitsi.com Name: Pam Lothrup Phone: 800-842-3011 Fax: 303-266-8289 E-mail: ajabramsco@att.net Paymentls-madedirectlytoTSI----- Additional services offered by contractor to contract Start-up assistance 1-2 hours on site users at no added cost: Vendor o fors: A'laintenance Not offered Calibration Not offered Service Not offered Accepts NP State Credit Card. for• purchases under 910, 000 Not offered Discount.for• use of NI' Statc credit card: None offered i Guaranteed Deliver -1-4 units days A -R-0 5-10 units- 60 days A -R -O * if over 10 units advise at the time of the order Electronic AccessOrderina Offered: Yes i GROUP 38232 — HAZARDOUS INCIDENT RLSPONSE REVISED AWARD PAGE 103 EQUIPMENT (Statewide) LEVEL TWO CONTRACTOR: The 1 odock Will Company, Lie. Participating in Masltistslte co11n'aCt. Yes EIJLllpl7r L'nt-Cala1(1g (7.ffL'!'L'[I: )'odocL Wall Co. A 7licablc pa'IcS: All Exclusions: None Price List identification: See price list accompanying this award for approved contract pricing - Summary page at htip:--www.ogs.state.rny. us-purchase-spg-awards-3823219745 CAN.1-ITM Note: PricinL, is FOB destination. frei«hi prepaid and added. Check with vendor for cost before orderinLl. Mininrunl Order: NFld accept orders.for less than the $700 MiW11111nr order. Yes Shipping on ntiniM1111l order: I Shipping will be added in accordance with the "Minimum Order' clause Volume Discount:None offered. Discuss additional discounts with vendor on submission of large orders. 11 is recommended that end-users should contact vendor when ordering volume. Also compare to other vendors on these contracts for pricim'.. Orders should be directed t0: Name: Corey Fishe Phone: 1-888-496-3625 570-380-2856 Fax: 570-380-2859 E-mail: cfishe)yodock.com PCI-SO71 t0 COMUCt i71 t126' CV('1Zt Of'1111 enicr en C)! occurring erftL'r' h1lS77Z8SS 1101,11-S 0T Oil iveekend-holiday: Normal Business hours: M -F, 9:00AM-4:30PM Name: Corev Fishe Cell Phone: 570-336-8507 Fax: 570-380-3819 E-mail: cfishe(H—wodock.com 4ddiii072117 selvices offered by c071PWC107' to c071tr'act users at no added cost: None Vendor s7 fers Maintelzance I Not applicable Calibration Not appiicable Service Not applicable Accepts AT State Credit Card, for purchases under SM. 000 I Yes Discount for use Of AIJ State Credit Card: 0% Guarantees/ Delivery � 45 days A -R -O Electronic Access Orderbi OffC]'L'll: NO Price list available on web: Approved price list contained herein Discount for patnnent within 15 days Of delirer-J, and m' recei t of voucher None Company Website ��na�>.waterbarrier.com GROUP 35232-HAZAPd)OLIS INCIDENT P,-ESI'ONSE P.-EVISED AWARD PAGE 104 EQUIPMENT (Statewide) LEVEL TWO C'ONTRAC'TOR: Zistos Corporation Participating in Multistate contract: Yes Equipment-Cataloh offeretl: Zistos items as listed on accompanying price list Applicable trees: All E.xclusionr: None Ej Price List identification: See price list accompanying IMP: --wwNA'.02 S.state.n�'.us-purchase-s '-awards-3823219745. this award for approved contract pricing - Summary page at CAN. FITM Minimum Order: I1 ill accept orders for less than the 5700 nzininzum order. I Yes Shipping on minimum order. Shipping costs will be added as in minimum order clause Volume Discount: 1 °io additional on orders over Sl 00.000 Orders slzoultl he directetl to: Name: John A Kennedy Jr., \rPoccurring Phone: 631-434-1370 Fax: 631-434-9104 E-mail: jkennedy@zistos.com Person to contact in the event of an emergence after business hours 07 -on wcelcend-holiday: Normal Business hours: M -F 8:30 AM to 5 PM Name: Bob Levine, President Phone: 631-434-1370 Fax: 631-434-9104 Cell phone: 631-766-3161 E-mail: bleviner,zistos.com Adrlitiozuil services of feretl by conn actor to conn act users at no atldetl cost: Training on use of equipment is included i%endor of Maintenance— _ __ _ -_ 1 Not offered Calibration Not offered Service Not offered Accepts NPState Credit Card forpurchases under 510,000 Yes Discountfor use of A'I'State credit card: 0° Guaranteed Deliver' 60 days A -R -O Electronic Access Ordering Offered: No Price list available on web: Approved price list contained herein Discount for painnent within 15 dais of deliver -)l and or receipt of voucher 1 % Conl anv l'l'•ebsite w\v\A'.Zistos.corn GROUP 38232 - IIAZARDUL'S INCIDENT RESPONSE REWISEI) AWAIJ) PAGE 105 EQUIPIAIENT (Statewide) REQUEST FOR CHANGE: Any request by the aeency or contractor regarding changes in any par( of the contract must be made in writing to the Office of General Services; Procurement Services Group; prior to effectuation. CONTRACT PAYMENTS: Payments cannot be processed by State facilities until the contract products have been delivered in satisfactory condition or services have been satisfactorily performed. Payment will be based on any invoice used in the supplier's normal course of business. However; such invoice must contain sufficient data including but not limited to contract number; description of product or service, quantity, unit and price per unit as well as federal identification number. State facilities are required to forward properly completed vouchers to the Office of the State Comptroller for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular attention to those involving cash discounts for prompt payment. If the contract terms indicate political subdivisions and others authorized by law are allowed to participate:_ those entities are required to male payments directly to the contractor. Prior to processing such payment; the contractor may be required to complete the ordering non -State agency's own voucher form. See "Contract Billings" in Appendix B; OGS General Specifications. ELECTRONIC PAYMENTS: The Office of the New York State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. To obtain an electronic payment authorization form visit the OSC website at www.osc.state.ny.us or contact them by e-mail at epuni1@osc.state.ny.us or by phone at 515-474-4032. NOTE TO CONTRACTOR: This Contract Award Notification is not an order. Do not take any action under this contract except on the basis of purchase order(s) from the agency or agencies. PREFERRED SOURCE PRODUCTS AND SERVICES: Some products -services in this contract may be available from one or more preferred source suppliers such as Correctional Industries (Corcraft), Industries for the Blind of NYS, and NTYS Industries for the Disabled. -- Agencies are reminded to comply with -the -statutory -requirements under Section 16"2 of the State Finance La -w and the guidelines issued by the State Procurement Council to afford first priority to products and services available from preferred sources which meet your form; function and utility. Contractors are required to include this notice in all price lists and contract updates. CONTRACT CHANGES Price lists submitted with a bid will be held firm for one year from the date of award. Future requests for price list updates will be submitted on a yearly basis thereafter. If the time between bid submission and contract award exceeds 180 days we allow a one time initial price list update for any price list changes that occur during the period from bid submission to contract approval. CONTRACT PRICE LIST CHANGES: Price list updates are allowed once per year on the vendor's schedule. This price list update may also include the addition of new products. Product additions only are restricted to 2 times per ysar. We reserve the right to allow additional chap_=es if it is determined to be in the best interests of the State. Vendors should be aware that price list approval may take up to three months. New products will be considered for inclusion provided they strictly adhere to the contract scope and are offered to the State at the same terms and conditions as in the original bid and at pricing or discounts deemed to be reasonable. Contractors agree to provide documentation to demonstrate that the pricing is GROUP 38232 — HAZARDOUS INCIDENT P.ESI'ONSE I:E�gSED ANA'ARI) PAGE 106 EQUIPMENT (Statewicle) generally allowed unless specific documentation from the manufacturer is provided showing that a distributor cannot support the discount on that equipment without undue hardship. Reduction in discount from that originally accepted may result in deletion of item from award. Decision will be made on a case-by-case basis. Price decreases or discount increases are permitted and encouraged at any time. New products will be considered for inclusion provided they are pertinent to the award description and offered to the State at the same terms and conditions as in the original bid and al pricing or discounts deemed to be reasonable and in the best interests of New York State. Price decreases or discount increases are permitted and must be offered to all participating states. See Attachment l for Contract update procedures and forms required. BEST PRICING OFFER Price decreases shall take effect automatically during the Contract Term and apply to orders submitted subsequent to the effective dates of applicable price decreases as follows: 1. Commercial Price .List reductions: Where the NYS Net Prices are based on a discount from the Contractor's list prices and the Contractor lowers its pricing to its customers or to similarly situated government customers during the contract term; or ?. Special Offers- Promotions- General: 1/here the contractor generally offers more advantageous special price promotions, or special discount pricing to customers during the contract term, and the maximum price or discount associated with such offer or promotion is better than the discount or price otherwise available under this contract, such better price or discount shall apply for similar quantity transaction for the life of the general offer or promotion. 3. Special Offers- Promotions -Specific: Contractor may offer an Authorized user competitive pricing which is lower than the Net NrYS Price set forth herein at any time during the contract period and such lower pricing shall not be applied as a global price reduction under the contract pursuant to the foregoing paragraph. EXCLUSIONS: The New York State Office of General Services Procurement Services Group reserves the right to delete before or after award any of the products included in the contractor's catalog. Catalog may list products covered by other State contracts as well as those available from preferred sources. It is the obligation of the agencies to order from the appropriate source. (See "Overlapping Contract Items" clause). NON -STATE AGENCIES PARTICIPATION LN CENTRALIZED CONTRACTS: New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic -nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B, OGS General Specifications. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State); the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State. Upon request, all eligible non -State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site Click on "For Government -Contracts and Purchasing," then ".About Procurement," then "Non -State Agency Legal References." Questions regarding an organization's eligibility to purchase fi-om New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717. EXTENSION OF USE: These contracts may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the contractor. Political subdivisions and nt}, P, m,thnrivarl a„+;+;Ar ,,.;th;,, oo.-}, ...,,-t;..;,,or;,, r. C��ro f„ r,r,.. o,-., ,,, o.,r.,l .,.�,,. ,7',..•,. � GIZOUP 38232 — H_A ZA U)0US INCIDENT RESPONSE P-EVISED AMIARD PAGE 107 EQUIPMENT (Statewide) MINIMUM ODDER: Minimum order is 5:100.00. Contractor may elect to honor orders for less than the mirrinrum order. For such orders, at the contractor's Option, shipping costs from the contractor's address (as stated in bid) may be added to invoice with a copy of the freight bill. End users must be notified before the purchase of shipping charges. Shipping, costs are to be prepaid by contractor and such orders are to be shipped on an F.U.B. destination basis. All such orders must be shipped by the most economical method for the proper delivery of the product unless special instructions are stated on the order by the agency. See individual vendor award pages for additional information. VOLUME DISCOUNTS: Volume discounts may be applied per purchase order; cumulatively per customer agency and -or cumulatively statewide as listed under vendor information. Volume discounts shall be defined and applied as follows: Purchase order volume discounts shall be additional discounts applied to individual purchase orders over a specified dollar amount. Cumulative agency volume discounts shall be additional discounts applied to all future orders made by an individual agency once an established volume has been met by that agency. Cumulative statewide volume discounts shall be additional discounts applied to all future orders for all state and norn-state orders once an established volume has been met under this contract. See individual vendor offering for details. DELIVERY: Delivery is expressed in number of calendar days required to make delivery after receipt of a purchase order. Product is required as soon as possible and guaranteed delivery may be considered in malting, purchases. Delivery shall be made in accordance with instructions on Purchase Order- from each contract end-user. If there is a discrepancy between the purchase order- and what is listed on the contract; it is the contractor's obligation to seek clarification from the ordering end user. INSTALLATION: Where installation by conn -actor is required, it is the responsibility of the end user- to prepare the site for installation brinain!z all utilities to within 4 feet of the site. PERFORMANCE REQUIREI\ENTS: CUSTOMER SUPPORT The contractor shall provide toll-free telephone support -assistance at no extra charge to all customers Aaencies interested in o•derina via EDI. TOLL-FREE NU]\/TBERS The contractor must provide toll-free telephone numbers for the State's procurement usage. If contractor does not current]), maintain toll-free numbers, the contractor must be willing to accept collect calls . PRICE LISTS AND CATALOGS The contractor shall provide, within 30 days of request during the first 45 days of the contract period, sufficient catalogs -media to service all customers who wish to use these contracts. After the first 45 days of the contract, additional catalogs, or updated catalogs when applicable, shall be provided within 10 calendar- days of request. DISCREPANCIES The contractor shall resolve all oder and invoice discrepancies (e.g., shortages.. breakages, etc.) within five business days from notification. GROUP 36232 — FIAZARDOUS INCIDENT P-.ESI'ONSE RE, VISED AWARD I'AGE 108 EQUIPMENT (Statewide) picked up by the contractor within five business days after notification with no restocking charge and shall be replaced with specified products or the agency shall be credited -refunded for the full purchase price. PRODUCT RETURNS. AGENCY ERROR Standard stoci, products ordered in error by ayencies musl be returned for credil within 1-5 days of receipt. Product must be in resalable condition (original container, unused). There shall be no restocking fee if returned products are resalable. PERFORMANCE REQUII:EVIE'NTS: (Coni`d) SUBSTITLITI ONS Unauthorized substitutions are not acceptable. Substitution of one catalog product for another catalog product shall require the approval of the ordering agency. EMERGENCY SERVICE NUMBER .AND EMERGENCY CONTACT TNFORMATIONr The contractor will provide a toll free product emergency service; available seven days a week; twenty-four hours a day. Given the nature of the products; an emergency contact including name, number-, cell number, fax, and email must be provided. SALE FLYERS At the contractor's option, sale catalogs, and flyers based on the awarded catalog, that offer further- price reductions, may be offered to contract users. Also.. at the contractor's option, catalogs -price lists developed for a specific customer's specialized requirements may be offered. CONTRA CT PERI OD AND RENEWALS: The initial contract term was for ; years and has been renewed for an additional 5 years, until May 31, 2015. However, the State may unilaterally cancel the contract on a monthly basis any time after the initial twelve (12) months by providing written notification at least one (1) month prior to the effective date of cancellation. The minimum term of the contract shall be twelve (12) months. This provision does not affect the State's right of suspension or cancellation contained in the "Suspension of Work" arid "Cancellation" clauses in Appendix B, OGS _General Specifications. CANCELLATION FOR CONVENIENCE The State of New York retains the right to cancel an), of the contracts, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies. SHORT TERM EXTENSION: In the event the replacement contract has not been issued, an), contract let and awarded hereunder by the Lead State, may be extended unilaterally by the State for an additional period of up to one month upon notice to the contractor with the same terms and conditions as the original contract including, but not limited to, quantities (prorated for such one month extension), prices, and delivery requirements. With the concurrence of the contractor, the extension may be for a period of up to three months in lieu of one month. I-Ioweve1•; this extension terminates should the replacement contract be issued in the interim. CONTRACT NIIGRATION: e,a,P A upnriP¢ nr anv other authorized user holding individual contracts with contractors under this GROUP 38232 -11A ZARDOUS INCIDENT RESPONSE RE)7ISEI3 ANA .,k D PAGE 109 EQUIPMENT (Statevvide) WARRANTIES: See "Warranties" in Appendix B. OGS General Specifications or manufacturer's standard warranty. Normal wear and tear items shall be warranted in accordance with mall Lrfacturer's standard warrant),. Accessories supplied shall be compatible with the rest of the product. RESERVATION The State reserves the right to negotiate lower pricing;, or to advertise for bids, any unanticipated excessive purchase. The State reserves the right to negotiate and establish contracts directly with a third parr manufacturer should their- sales volurne warrant. Additionally, the State reserves the right to delete products from a contract offering at any time it is considered to be in the best interests of the State. PRICE SHEETS AND CATALOGS Contractor shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions; deletions, etc.) pursuant to the contract, to authorized users which request them. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalog and price lists, either in paper format or electronic format, must be available to all end users upon request. Price lists provided to contract users under this contract should contain Net Prices reflecting the proper discounts for appropriate product lines. INSTRUCTION MANUALS Simultaneous with delivery; the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied, if appropriate. The manual shall include complete instructions for unpacking, inspecting; installing, adjusting; alit*ning, and operating the product, together with layout and interconnection diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers; and ordering information, if applicable. REPORT OF CONTRACT PURCHASES: (Note: See also "Snecial Renorting Reauiremon,"' Zisterl hely w) Contractor shall furnish report of purchases made from contract the fifteenth of the month following the end of each six month period. The reports -of New York State sales and -Total contract sales are to be submitted -to -the Office of General - _- Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NT' 12242; to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the Group Number, the Invitation for Bids Number, Contract Number, sales period, and contractor's name. See Attachment 1B for copy of suggested report form. This format may be used or a printout g_>enerated by the contractor showing contract sales and including information on NTYS sales and participating State sales for the six month period will be accepted. ID'S reserves the right to request additional information if needed. Participating State reports should be submitted to the participating state as required by the State. ,NOTE: Snecial RennrtinE, Reauirement- it is the: resnmrsibilitr of the enol-c_(Scr to notifil contra.ctarrn at tinge of order- i Federal Grant money' is heinp userl Detailed contract user purchase reports must be supplied (if requested by the State or Federal controlling agencies) for purchases made from these contracts using Federal Homeland Security or Law Enforcement Terrorism Prevention Federal grants. These reports must be supplied within 2 business days upon request by State or Federal controlling agency. Failure to submit the required report may be cause for disqualification of contractor for future contracts or cancellation of any contract held under this award by that vendor format: (other information may be required and vendor will be notified in advance). CROUP 35232 — TIAZAI:DOUS INCIDENT P.ESPONSE P.EVISED AWARD PAGE 110 EQUIPMENT (Statevvide) ADMINISTRATIVE FEE: To be paid semi- annually. Contractors have included in their pricing schedule an Administrative Fee of 0.5 i, of sales. The fee, alone with the information in the table below, must be submitted to both the New York State Office of General Services on a semi- annual basis and to the National Association of State Procurement Officials. Contractors are required to submit a sales report to both NrYS and NASPO. NYS sales listed, other participating State sales and total sales must be shown (see format below). Period: Other participating Total sales (both NYS Date from- Date to NIYS sales state sales and participating States) Note: The Administrative Fee must be submitted and paid within 30 days after the end of each six month period. Two checks must be cut. One check should go to NTYS for NYS sales only and the second cheek for all other participating State sales shall «o to NASPO. Vendors will receive schedule of dates. Checks for 0.500 of sales for each preceding 6 months shall be sent, along with a copy of information in the table above. Check stub should state the dates which the payment covers. The above sales report shall be sent along with the payment check to: NYS- 0.51/,, of NTS sales NASPO-0.5'% of all other participating State sales I\n'S Office of General Services NASPO Division of Financial Administration Atte. NASPO Program Manager PO Box 2117 301 East Main Street. Suite 1405 Empire Plaza Station Lexin--ton.. Kentuch! 40507 Albany, NY 12220-0117 Check should be made out to: ( Check should be made out to: N'YS Office of General Services NASPO EMERGENCY PURCHASING: In the event that a disaster emergency is declared by Executive Order under Section 28 of Article 2-B of the Executive Law; or that the Commissioner determines pursuant to his -her authority under Section 163(10)(b) of the State Finance Law that an emergency exists requiring the prompt and immediate delivery of products or services, the -Commissioner reserves the rr�fit to -obtain sucl products or services from airy source, incI - I'- but not limited to this contract, as the Commissioner in his -her sole discretion determines will meet the needs of such emergency. Contractor shall not be entitled to any claim or lost profits for products or services procured from other sources pursuant to this paragraph. CONTRACT DUPLICATION: Contractors holding contracts for items offered under this award must offer the same or better pricing on those items if they are offered for inclusion in any award. If awarded, the items may be purchased under the already existing contract number or under this award. "OGS OR LESS" GUIDELINES APPLY TO THIS CONTRACT: Purchases of the products included in the Invitation For Bids and related Contract Award Notification are subject to the "OGS or Less" provisions of Section 163.3.a.v, Article XI, of the New York State Finance Law. This means that State agencies can purchase products from sources other than the contractor provided that such products are substantially similar in form, function or utility to the products herein and are: 1. lower in price -and-or- 2 available under terms which are more economically efficient to the State agency (e.g. delivery terms, GROUP 35232 — FIAZAPU)OUS INCIDENT RESPONSE REVISED AWARD PAGE III EQUIPMENT (Statewide) PERIODIC RECRUITMENT The State reserves the right to consider additional vendors starting six months from the contract award beginning date and at six month intervals during the course of the contract or at any time determined by the State to be in it's best interest. Vendors shall be required to submit an original bid document which may include an addendum containing additional applicable statutory requirements currently in effect at the time of the new bid solicitation. Bids shall be evaluated under similar terms and conditions. Once awarded a contract. a vendor may not resubmit a bid for fiiture consideration until the original bids have been evaluated and contracts awarded. MERCURY -ADDED CONSUMER PRODUCTS: Contractors are advised that effective January 1. 2005, Article 27, Title 21 of the Environmental Conservation Lala- hans the sale of fever thermometers containing mercury and the sale of elemental mercury for other than research purposes due to the hazardous waste concerns of ttlercury. The ]am, further states that effective July 121, 2005, manufacturers are required to label mercury -added consumer products that are sold or offered for sale in New York State by a distributor or retailer. The label is intended to inform consumers of the presence of mercury in such products and of the proper disposal or recycling of mercury -added consumer products. Contractors are encouraged to contact the Department of Environmental Conservation; Bureau of Solid Waste, Reduction L Recycling at (518) 402-8705 or the Bureau of Hazardous Waste Regulation at 1-800-462-6553 for questions relating to the law. Contractors may also visit the Department's web site for additional information: http --aa aa�a dec state nv.us-aa ebsite-dshnl-redrew-c145home.html OVERLAPPING CONTRACT ITEMS (MS contract users only): Products available in this contract award may also be available from other NYS State contracts. Agencies should select the most cost effective procurement alternative that meets their program requirements and maintain a procurement record docunlenti lg the basis for this selection. See additional NT'S Homeland Defense Contracts at: http:--www.ogs.state.ny.us-purchase-SearcllBrows e. asp GROUP 35232 —HAZARDOUS INCIDENT IESPONSE REVISED AVIARD PAGE 112 EQUIPMENT (Statewide) CONTRACT UPDATE PROCEDURE The following guidelines are subject to change at the discretion of OGS. TYPES OF CONTRACT UPDATES: In order to expedite processing of a change request, where proposed changes involve more than one category below, the} should be submitted to OGS as totally separate requests. ✓ a) REGULAR ADD - "Regular Adds'' are requests for i) catalog price increases for Products which are already incorporated under the Contract, and ii) addition of new products to the Contract which do not fall under the previously established price structure or discounts for Product types Previously approved under the Contract. Regular Adds must be submitted to OGS for prior approval; and must be accompanied by aj ustification of reasonableness of price. P.egular Adds are subject to pre -audit by the Comptroller. if approved, OGS staff will notify Contractor in writing. Adds are subject to pre -audit by the Office of the State Comptroller. If approved; OGS staff will notify Contractor in writing b) SPECIAL ADD - Special Adds are changes that are not specifically covered by the terms of the Contract but inclusion is found to be in the best interest of the State. Contractor must provide a justification of reasonableness of the prices offered and a statement explaining why it is in the best interest of the State to approve the new Products. Special Adds are subject to pre -audit by the Office of the State Comptroller. If approved; OGS staff will notify Contractor in writing. (2) CONTRACTOR'S SUBMISSION OF CONTRACT UPDATES: In connection with any Contract update, OGS reserves the right to: • request additional information • reject Contract updates • remove Products from Contracts • remove Products from Contract updates • request additional discounts for new or existing Products (3) PRICE JUSTIFICATION - FORMAT: Contractor is required to submit the Product and price info??nation for the update in an Excel spreadsheet fortnat in hard copy in triplicate and on a floppy dish, CD, or _ _ e ectromca y via e-mail to the DGS Purchasing Of tcerTne list niusf be -dated -and thefor mat should --be consistent 147ith the format of the price iist(s) included in the NYS bid docuzzlentation for this Contract. 177e price list should separately include and identify by use of separate worksheets: Last approved complete price list, price list additions,price list deletions, complete updated price list (including additions, deletions and price changes), list of new manztfacturer lines being added. Excel cop); of pl for update will be supplied to each vendor and hill include the required 14)07ksheets. The ,State reserves the rtaht tO require a revised NYS Net Price List at any lime dui-ing the Contract period Each updated price list Hurst include the date the price list was prepared. (4) SUPPORTING DOCUMENTATION: Each update request must include the current U.S. commercial price list relevant to the Products included in the update. If the NYS Net Prices are based on a GSA Schedule. the current GSA Schedule must also be included with the update request. Requested price increases not based on an approved GSA schedule must also include a copy of the current National Consumer Price Index as described in the "Payments -Pricing" section of the Contract. (5) COVER LETTERS: A Contract update must be accompanied by the Contract Update Form . Contractor should briefly describe the nature and purpose of the update (e.g., update requested in order to reflect a recently approved GSA schedule, to restructure the pricing to its customers generally, and -or for new Products or services which fall into a new group or category that did not exist at the time of approval of the Contract by the GROUP 3b232 — IIAZARI)OUS I_NCIDENT I:ESPONSE PX, WISED AWAM) PAGE 113 EQUIPMENT (Statewide) STATE OF NEW YORK EXECUTIVE DEPARTMENT - OFFICE OF GENERAL SERVICES PROCUREMENT SERVICES GROUP Cornine Tower — 39"' Floor Empire State Plaza Albany; Ne", fork 12242 CONTRACT UPDATE FOI:M OGS CON7TRACTNO.: PC DATE OF SUBMISSION: CONTRACT. PERIOD: VENDOR CONTACT: From: 2; 2005 NAND: _September To: May 31, 201 N-IONE NO: 3. All terms and conditions of the contract shall apply to FAX NO.: this request. E-MAIL: NOTE: Submission of this FORM dues not constitute acceptance by the State of NeR- York until approved by the appro riate Ne« York State renresentative(s). D isaLree INSTRUCTIONS: 1. This fibrin is to be used.for till conn -act updates, The fo7•rn is to be completed and s16711itted to t12e OGS P•ocurenzcnt Services Grortp_fa7•.final approval. i-`endorr sluill co777plete, sign, and attach this fori7n to a cover letter. Abp submission that is not complete or signed will be relectedL 2. Co7tt7-actor is 7-equired to submit the Product and price i7for127ation for the update in an Excel spreadsheet formai on a disk a72d-07- electr071icall7? Via e-772ail to the 0GSPz17-ci2asi7?o Officer. Copp of Excel forn7atted price list will be supplied. 3. The list must be dated and the format should be c077siste771 ivith the format of the price lists) included in the Prici77g of the bid and aivard for this Contract. ___4. The_co7ztract update must be -accompanied h7, a revised NIT IVet Pr ccList inco7porat7ng all changes COMPLETE STATEMENTS I THROUGH 8 BELOW 1. This request is an: 2. The intent of this submittal is to: Regular Add Add new products Delete products Special Add Increase pricing allowed one time per year Reduce pricing 3. All terms and conditions of the contract shall apply to 4. All discounts as agreed to in the contract shall apply, this request. A«ree A ree Disagree D isaLree 5. All discounts are: 6. Attached documentation includes: GSA Cun-ent approved GSA (labeled "For information Most Favored Nation* only") Current commercial price list (labeled "For *Prices offered are the lowest offered to any similarly information on)),") Cit"gipfl pntii\' GROUP 38232 — IIAZAP.DOUS INCIDENT IZESPONSE REVISED AWARD PAGE 114 EQUIPMENT (State-wide) 1. Describe the Nature and Purpose of the update: 2. Please explain how pricing has been structured to customers;. and -or identify and describe new Products or services; which fall into a new group or category, that did not exist at the time of approval of the Contract by the New York State Comptroller. If not applicable, state NA: If you have previous sales to non -contract users of any of the product line to be added, please supply copies of' invoice pricing to support the reasonabieness of pricing being offered or demonstrate other non NTYS contract discount. FOR STATE USE ONLY OGS APPROVAL: QSC APPROVAL: Approved Approved as Approved Disapproved amended-- - Disapproved Name: Name: Title: Title: Date Date GROUP 38232 — IIAGARhOUS I:NCII)ENT I',ESPONSE FIEVISEP AWARD PACE lis EQUIPMENT (Statewide) ATS- Hazardous Incident Resnonse Eauinment Bid 74741 B -O ;-21)-25 Subrnil wilb upcicne price lists ATTA': Site 14•'olsle,el On the price list spreadsheet supplied with this update, the column labeled "list price" is based on our price list .L (Choose appropriate description- retail , distributor`s; contractor's, or manufacturer`s-'whatever is appropriate) I certify that the list price on the price list supplied to NTYS for this update is the nationally distributed price list (describecl above used by our company at the this time . Name/Sianature Title Date Company Name GROUP 38232 — IIAZAP.DOUS INCIDENT I:ESI'ONSE P-Q1SED AWAPM PAGE 116 EQUIPMENT (Statewide) NYS Office of General Services Procurement Services Group PEMODIC REPORT Cornino Tower OF Empire State Plaza CONTRACT PURCHASES Albany, New York 12242 INSTRUCTIONS TO CONTRACTOR 1. Report should be submitted in accordance with instructions in the Contract Award Notification. Reports are due for the period January l -June 30°i on July 15. For the Period .lulyl- December 31 reports are due on .lanuary 15. Reports must be submitted by email and by hard copy. Administrative fee shall accompany hard copy of report. 3. Please enter all information requested (Name and Address; Group Number, Period; etc.) in areas provided. A copy ofthe Report form will be emailed to all vendors. A FYJ read only cop), was included with the bid and a copy will be available on our contract information on the website at http:--NArww.ogs.state.ny.us- purcih ase-spg-awards-3 82321974 5 CAN.HTM 3. Worksheet 1 on Contract Sales Report Form is as follows: Location (State) Periodic Report of Contract Purchases Group 438232, Award 19745 Contractor name: Address: Contract Number: Date Submitted: Contract period: _9-2-05-5-31-10 Time covered by this report: �......... ....... .. Purchasing Officer: Sue Wolslegel Location Total Dollar amount 0.5% Administration fee NYS sales $ Please list sales to other entities - List States below (add additional lines if needed) Non NY State sales -State Total dollar Amount 0.5% Administration fee Contract Sales Report Worksheet 2 requires the following information on any contract sales be kept: Sale date Customer Name Location (State) Item description Item number Number purchased GROUT' 35232 — HAZARDOUS INCIDENT RESPONSE REVVED AWARD PAGE I17 EQUIPMENT (Statewide) 4. If no purchases are made. submit the report worksheet 1 statinL, "No Purchases." 5. Do not overlap report periods from any prior report. Do not carry over amounts previously reported. 6. Please submit this report for sales under the 1-IIU— contract only. 7. It is important that complete records be kept of ali orders a«ainst the contract. Therefore; if you are a manufacturer and shipments are made from distributor's or agent's stocks; be sure to report them. 8. Reports should be sent to the address at the top of this page to the attention of the contact individual for "State Aacricies and Vendors" shown on the frons page of the Contract Award Notification. 9. Any questions regarding the submission of Your report should also be directed to the contact individual shown on the Contract Award Notification. Failure to submit timely reports or falsification of such reports may result in cancellation of contract and disqualification of contractor for firture contracts. GROUP 39'232—HAZARDOUS INCIDENT P.ESPUIR'SE RENrISED ANAIA.RD PAGE llb EQUIPMENT (Statewide) State. ofNewPori: 0fffce of General`Services PROCURE, 11I VT•SERVICES GROUP Contract Performance=Re )ort Please take a moment to let us know how this contract award has measured up to your expectations. 1f reporting on more than one contractor or product; please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product's end user. Contract No.: Contractor. Describe Product' Provided (Include Item No., if availabie): *Note: `'Product" is defined as a deliverable under any Bid or Contract, which may include commodities ("including printing), services and -or technology. The term "Product" includes Licensed Software. Excellent Good Acceptable f Unacceptable • Product meets vour needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Emplovee courtesv • Problem resolution Comments: (over) Agency. Address: Prepared by: Date: Phone: E-mail: Please detach or uhotoconv this form & return by KAX to 57£-474-2437 or mail to: OGS PROCUREnIENT SERVICES GROUP Customer Services, Room 3711 NEW YORK SFAZE OFFICE ®F BENERAL SERVICES PROCUREMENT SERVICES GROUP APPENDIX A STANDARD CLAUSES FOR NEW, YORK STATE CONTRACTS STANDARD CLAUSES FDD NYS CUNTBACTS APPENDLR A TABLE OF CONTENTS 1. Executory Clause 2. Non -Assignment Clause 3. Comptroller's Approval 4. Workers' Compensation Benefits 5. Non -Discrimination Requirements 6. Wage and Hours Provisions 7. Non -Collusive Bidding Certification S. International Boycott Prohibition 9. Set -Off Rights 10. Records 11. Identifying Information and Privacy Notification 12. Equal Employment Opportunities For Minorities and Women 13. Conflicting Terms 14. Governing Law 15. Late Payment 16. No Arbitration __. _._.... . 17. Service of Process 18. Prohibition on Purchase of Tropical Hardwoods 19. MacBride Fair Employment Principles 20. Omnibus Procurement Act of 1992 21. Reciprocity and Sanctions Provisions 22. Purchases of Apparel STANDARD CLAUSES FDP, NYS CONTRACTS APPENDIX A STANDARD CLAUSES POR NYS CONTRACTS The parties to the attached contract.. license, lease, amendment or other agreement of any kind (hereinafter; "the contract" or "this contract") agree to be bound by the folloNvin« clauses which are hereby made a part of the contract (the word "Contractor" herein refers to any party, other than the State, whether a contractor. licenser, licensee, lessor, lessee or any other party): 1. EXECUTORN' CLAUSE. In accordance with Section 41 of the State Finance Law, the State shall have no liability- under this contract to the Contractor or to anyone else beyond funds appropriated and available for this contract. 2. NON -ASSIGNMENT CLAUSE. In accordance with Section 135 of the State Finance Law, this contract may not be assigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposed of without the previous consent, in writing, of the State and any attempts to assign the contract without the State's written consent are null and void. The Contractor may, however, assign its right to receive payment without the State's prior written consent unless this contract concerns Certificates of Participation pursuant to Article S-A of the State Finance Law. 3. COMPTROLLER'S APPROVAL. In accordance with Section 112 of the State Finance Lav,, (or, if this contract is with the State university or City University of New York, Section 355 or Section 6215 of the Education Law), if this contract exceeds $15,000 (or the minimum thresholds agreed to by the Office of the State Comptroller for certain S.U.N.Y. and C.U.N.Y. contracts), or if this is an amendment for any amount to a contract which, as so amended, exceeds said statutory amount, or if, by this contract, the State a-grees to give something other than money when the value or reasonably estimated value of such consideration exceeds 510,000, it shall not be valid, effective or binding upon the State until it has been approved by the State Comptroller and filed in his office. Comptroller's approval of contracts let by the Office of General Services is required when such contracts exceed 530,000 (State Finance Law Section 163.6.a). 4. WORKERS' COMPENSATION BENEFITS. In accordance with Section 142 of the State Finance Law, this contract shall be void and of no force and effect unless the Contractor shall provide and maintain coverage durinn the life of this contract for the benefit of such - employees.-.as--are--required- to _be_covered _by. the _provisions of the Workers' Compensation Law. 5. NON-DISCRTMINATION REQUIREMENTS. To the extent required by Article IS of the Executive Law (also known as the Human Rights Law) and all other State and Federal statutory and constitutional non-discrimination provisions, the Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, national origin, sexual orientation, age, disability, genetic predisposition or carrier status. or marital status. Furthermore, in accordance with Section 220-e of the Labor Law, if this is a contract for the construction, alteration or repair of any public building or public work or for the manufacture, sale or distribution of materials, equipment or supplies, and to the extent that this contract shall be performed within the State of New York, Contractor agrees that neither it nor its subcontractors shall, by reason of race, creed, color, disability, sex, or national origin: (a) discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for the performance of work under this contract. If this is a building service contract as defined in Section 230 of the Labor Law, then, in accordance with Section 239 thereof, Contractor agrees that neither it nor its - I- - ­..,.«, _1,.,11 r,., --„T, _fr, rr 1 —1— national rrivin 9.e performance of work under this contract. Contractor is subject to fines of 550.00 per person per day for any violation of' Section 220-e or Section 239 as well as possible termination of this contract and forfeiture of all monevs due hereunder for a second or subsequent violation. 6. WAGE AND HOURS PROVISIONS. If this is a public wort: contract covered by Article b of' the Labor Law or a building service contract covered by Article 9 thereof, neither Contractor's employees nor the employees of its subcontractors may be required or permitted to work more than the number of hours or days stated in said statutes, except as otherwise provided in the Labor Lav,, and as set forth in prevailing wake and supplement schedules issued by the State Labor Department. Furthermore, Contractor and its subcontractors must pay at least the prevailing wage rate and pay or provide the prevailing supplements, including the premium rates for overtime pay, as determined by the State Labor Department in accordance with the Labor Law. 7. NON -COLLUSIVE BIDDING CERTIFICATION. In accordance with Section 139-d of the State Finance Law, if this contract was awarded based upon the submission of bids, Contractor affirms, under penalty of perjury; that its bid was arrived at independently and without collusion aimed at restricting competition. Contractor further affirms that, at the time Contractor submitted its bid, an authorized and responsible person executed and delivered to the State a non -collusive bidding certification on Contractor's behalf. S. INTERNATIONAL BOYCOTT PROHIBITION. In accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law; if this contract exceeds 55,000, the Contractor agrees, as a material condition of the contract, that neither the Contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating; or shall participate in an international boycott in violation of the federal Export Administration Act of 1979 (50 USC App. Sections 2401 et seq.) or regulations thereunder. If such Contractor, or any of the aforesaid affiliates of Contractor, is convicted or is otherwise found to have violated said laws or regulations upon the final determination of the United States Commerce Department or any other appropriate agency of the United States subsequent to the contract's execution, such contract, amendment or modification thereto shall be rendered forfeit and void. The Contractor shall so notify the State Comptroller within five (S) business days of such conviction, determination or disposition of appeal (2NYCRR-105-.4). — 9. SET-OFF RIGHTS. The State shall have all of its common law, equitable and statutory rights of set-off. These rights shall include, but not be limited to; the State's option to withhold for the purposes of set- off any moneys due to the Contractor under this contract up to any amounts due and owing to the State with regard to this contract, any other contract with any State department or agency, including any contract for a term commencing prior to the term of this contract, plus any amounts due and owing to the State for any other reason including, without limitation, tax delinquencies, fee delinquencies or monetary penalties relative thereto. The State shall exercise its set-off rights in accordance with normal State practices including, in cases of set-off pursuant to an audit, the finalization of such audit by the State agency, its representatives; or the State Comptroller. 10. RECORDS. The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter, collectively, "the Records"). The Records must be kept for the balance of the calendar year in which they were made and for six (6) additional years thereafter. The State Comptroller, the Attorney General and any STANDARD CLAUSES FOR HYS CONTRACTS APPENDIN A within the State of New Fork or, if no such office is available, at a mutually agreeable and reasonable venue within the State, for the term specified above for the purposes of inspection, auditing and copying. The State shall take reasonable steps to protect from public disclosure any of the Records which are exempt from disclosure under Section 87 of the Public Officers Law (the "Statute") provided that: (i) the Contractor shall timely inform an appropriate State official, in writing, that said records should not be disclosed; and (ii) said records shall be sufficiently identified; and (iii) designation of said records as exempt under the Statute is reasonable. Nothing contained herein shall diminish, or in any way adversely affect, the State's right to discovery in any pending or future litigation. 11. IDENTWVING INFORMATION AND PRD ACV NOTIFICATION. (a) FEDERAL EMPLOYER IDENTIFICATION NUMBER and/or FEDERAL SOCIAL. SECURITY NUMBER. All invoices or New York State standard vouchers submitted for payment for the sale of goods or services or the lease of real or personal property to a New York State agency must include the payee's identification number, i.e., the seller's or lessor's identification number. The number is either the payee's Federal employer identification number or Federal social security number; or both such numbers when the payee has both such numbers. Failure to include this number or numbers may delay payment. Where the payee does not have such number or numbers, the payee, on its invoice or New York State standard voucher, must give the reason or reasons why the payee does not have such number or numbers. (b) PRIVACY NOTIFICATION. (1) The authority to request the above personal information from a seller of goods or services or a lessor of real or personal property, and the authority to maintain such information, is found in Section 5 of the State Tax Law. Disclosure of this information by the seller or lessor to the State is mandatory. The principal purpose for which the information is collected is to enable the State to identify individuals, businesses and others who have been delinquent in filing tax returns or may, have understated their tax liabilities and to generally identify persons affected by the taxes administered by the Commissioner of Taxation and Finance. The information will be used for tax administration purposes and for any other purpose authorized by law. (2) The personal information is requested by the purchasing unit of the agency contracting to purchase the goods or services or lease the real or personal property covered by this contract or lease. The information is maintained in New York State's Central Accounting System by the - -Director of Accounting Operations Office of the State Comptroller, 110 State Street, .Albany, New York 12236. 12. EQUAL EAIPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOMEN. In accordance with Section 312 of the Executive Law, if this contract is: (i) a written agreement or purchase order instrument, providing for a total expenditure in excess of $25,000.00, whereby a contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, to be performed for, or rendered or furnished to the contracting agency; or (ii) a written agreement in excess of 5100,000.00 whereby a contracting agency is committed to expend or does expend funds for the acquisition, construction; demolition, replacement, major repair or renovation of real property and improvements thereon; or (iii) a written agreement in excess of 5100,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon for such project, then: (a) The Contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, tee. A',...L ,'a. ,. —I ..r..t.... --A . '„ —,A --I— r.+ employment; job assigmnent, promotion, upgradings, demotion, transfer; layoff, or termination and rates of pay or other forms of' compensation; (b) at the request of the contracting agency; the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union or representative will not discriminate on the basis of race, creed; color, national origin, sex, age, disability or marital status and that such union or representative will affirmatively cooperate in the implementation of the contractor's obligations herein: and (c) the Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the State contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, ave, disability or marital status. Contractor will include the provisions of "a", "b", and "c" above, in every subcontract over $25,000.00 for the construction, demolition, replacement; major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor. Section 312 does not apply to: (i) work, goods or services unrelated to this contract; or (ii) employment outside New York State; or (iii) banking services, insurance policies or the sale of securities. The State shall consider compliance by a contractor or subcontractor with the requirements of any federal law concerning equal employment opportunity which effectuates the purpose of this section. The contracting agency shall determine whether the imposition of the requirements of the provisions hereof duplicate or conflict with any such federal law and if such duplication or conflict exists, the contracting agency shall waive the applicability of Section 312 to the extent of such duplication or conflict. Contractor will comply with all duly promulgated and lawful rules and regulations of the Governor's Office of Minority and Women's Business Development pertaining hereto. 13. CONFLICTING TERMS. In the event of a conflict between the terms of the contract (including an), and all attachments thereto and amendments thereof) and the teras of this Appendix A, the terms of this Appendix A shall control. 14. GOVERNING LAW. This_contract.shall be governed -by _the _laws - of the State of New York except where the Federal supremacy clause requires otherwise. 15. LATE PAYMENT. Timeliness of payment and any interest to be paid to Contractor for late payment shall be govemed by Article 1 l -A of the State Finance Law to the extent required by law. 16. NO .ARBITRATION. Disputes involving this contract, including the breach or alleged breach thereof; may not be submitted to binding arbitration (except where statutorily authorized); but must, instead, be heard in a court of competent jurisdiction of the State of New York. 17. SERVICE OF PROCESS. In addition to the methods of service allowed by the State Civil Practice Law & Rules ("CPLR"), Contractor hereby consents to service of process upon it by registered or certified mail, return receipt requested. Service hereunder shall be complete upon Contractor's actual receipt of process or upon the State's receipt of the return thereof by the United States Postal Service as refused or undeliverable. Contractor must promptly notify the State, in writing, of each and every change of address to which service of process can be made. Service by the State to time last known address shall be sufficient. Contractor will have thirty (30) calendar days after service hereunder is STANDARD CLAUSES FOR NYS CONTRACTS APPEH0111 A 18. PROHIBITION ON PURCHASE OF TROPICAL HARDWOODS. The Contractor certifies and warrants that all wood products to be used under this contract award will be in accordance with, but not limited to, the specifications and provisions of State Finance Law §165. (Use of Tropical Hardwoods) which prohibits purchase and use of tropical hardwoods, unless specifically exempted, by the State or any governmental agency or political subdivision or public benefit corporation. Qualification for an exemption under this lana, will be the responsibility of the contractor to establish to meet with the approval of the State. In addition, when any portion of this contract involving the use of woods, whether supply or installation, is to be performed by any subcontractor, the prime Contractor will indicate and certify in the submitted bid proposal that the subcontractor has been informed and is in compliance with specifications and provisions regarding use of tropical hardwoods as detailed in §165 State Finance Law. Any such use must meet with the approval of the State; otherwise, the bid may not be considered responsive. Under bidder certifications, proof of qualification for exemption will be the responsibility of the Contractor to meet with the approval of the State. 19. MACBRIDE FAIR EMPLOYMENT PRINCIPLES. In accordance with the MacBride Fair Employment Principles (Chapter 807 of the Laws of 1992), the Contractor hereby stipulates that the Contractor either (a) has no business operations in Northern Ireland, or (b) shall take lawful steps in good faith to conduct any business operations in Northern Ireland in accordance with the MacBride Fair Employment Principles (as described in Section 165 of the New York State Finance Law), and shall permit independent monitoring of compliance with such principles. 20. OMNIBUS PROCUREMENT ACT OF 1992. It is the policy of New York State to maximize opportunities for the participation of New York State business enterprises, including minority and women -owned business enterprises as bidders, subcontractors and suppliers on its procurement contracts. Information on the availability of New York State subcontractors and suppliers is available from: NYS Department of Economic Development Division for Small Business 30 South_ Pearl St -- 7"' Floor Albany, Nevi York 10245 Telephone: 518-292-5220 A directory of certified minority and women -owned business enterprises is available from: NYS Department of Economic Development Division of Minority and Women's Business Development 30 South Pearl St -- 2nd Floor Albany, New York 12245 http://m,ww.enipire.state.n),.us The Omnibus Procurement Act of 1992 requires that by signing this bid proposal or contract, as applicable, Contractors certifi that whenever the total bid amount is greater than Sl million: (a) The Contractor has made reasonable efforts to encourage the participation of New York State Business Enterprises as suppliers and subcontractors, including certified minority and women -owned business enterprises, on this project, and has retained the documentation of these efforts to be provided upon request to the State; (c) The Contractor agrees to make reasonable efforts to provide notification to New York: State residents of employment opportunities on this project through listing any such positions with the .lob Service Division of the New York State Department of Labor; or providing such notification in such manner as is consistent with existins collective bargainins contracts or agreements. The Contractor agrees to document these efforts and to provide said documentation to the State upon request; and (d) The Contractor acknowledges notice that the State may seek to obtain offset credits from foreign countries as a result of this contract and agrees to cooperate with the State in these efforts. 21. RECIPROCITY AND SANCTIONS PROVISIONS. Bidders are hereby notified that if their principal place of business is located in a country; nation, province, state or political subdivision that penalizes New York State vendors, and if the goods or services they offer will be substantially produced or performed outside New York State, the Omnibus Procurement Act 1994 and 2000 amendments (Chapter 684 and Chapter 383, respectively) require that they be denied contracts which they would otherwise obtain. NOTE: As of May 15, 2002, the list of discriminatory jurisdictions subject to this provision includes the states of South Carolina, Alaska, West Virginia, Wyoming, Louisiana and Hawaii. Contact NYS Department of Economic Development for a current list of jurisdictions subject to this provision. 22. PURCHASES OF APPAREL. In accordance with State Finance Law 162 (4-a), the State shall not purchase any apparel from any vendor unable or unwilling to certifj+ that: (i) such apparel was manufactured in compliance with all applicable labor and occupational safety laws, including, but not limited to, child labor laws, wase and hours laws and workplace safety laws, and (ii) vendor will supply, with its bid (or, if not a bid situation, prior to or at the time of signing a contract with the State), if known, the names and addresses of each subcontractor and a list of all manufacturing plants to be utilized by the bidder. STANDARD CLAUSES FOR HYS CONTRACTS APPENDIR A THIS PAGE IS INTENTIONALLY LEFT BLANK NEIL YOGIC STATE OFFICE OF OENEGAL SEBUICER PROCUREMENT SERVICES GROUP APPENDIX B GENERAL SPECIFICATIONS (Commodities and Non -Technology Services) P1 ;=A¢;= RFTA;N TF[[q 1" nr [JMr- FT FOR FUTURP GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY CONTRACTS) APPENDIX B 'SABLE OF CONTENTS TS GENERAL, 1. Applicability 2. Governing Law 3. Appendix A 4. Ethics Compliance S. Conflict of Terms 6. Definitions BID SUBMISSION 7. International Bidding 8. Bid Opening 9. Bid Submission 10. Facsimile Submissions 11. Authentication of Facsimile Bids 12. Late Bids 13. Bid Contents 14. Extraneous Terms 15. Confidential/Trade Secret Materials 16. Prevailing Wage Rates 17. Taxes 18. Expenses Prior to Contract Execution 19. Advertising Bid Results 20. Product References 21. Recycled or Recovered Materials 22. Products Manufactured In Public Institutions 23. Pricing 24. Drawings 25. Site Inspection 26. Procurement Card 27. Samples BID EVALUATION _- 28. Bid Evaluation 29. Conditional Bid 30. Clarification/Revisions 31. Prompt Payment Discounts 32. Equivalent or Identical Bids 33. Performance Qualifications 34. Disqualification for Past Performance 35. Quantity Changes Prior To Award 36. Release of Bid Evaluation Materials 37. Timeframe for Offers TERMS & CONDITIONS 38. Contract Creation/Execution 39. Participation in Centralized Contracts 40. Modification of Contract Terms 41. Scope Changes 42. Estimated/Specific Quantity Contracts 43. Best Pricing Offer 44. Purchase Orders 45. Product Deliver), 46. Weekend and Holiday Deliveries 47. Shipping/Receipt of Product 48. Title and Risk of Loss 49. Re -Weighing Product 50. Product Substitution 51. Rejected Product 52. Installation 53. Repaired or Replaced Product/Components 54. On -Site Storage 55. Employees/Subcontractors/Agents 56. Assignment/Subcontractors 57, Performance/Bid Bond 58. Suspension of Work 59. Termination 60. Savings/Force Majeure 61. Contract Billings 62. Default - Authorized User 63. Interest on Late Pavments 64. Remedies for Breach 65. Assignment of Claim 66. Toxic Substances 67. Independent Contractor 68. Security/Confidentiality 69. Cooperation With Third Parties 70. Contract Term - Renewal 71. Warranties GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERV/CES) APPENDIX B GLNERaL 1. APPLICABILITY The terms and conditions set forth in this Appendix B are expressly incorporated in and applicable to all procurements and resulting procurement contracts let by the Office of General Services Procurement Services Group, or let by any other Issuing Entity where incorporated by reference in its Bid Documents. Appendix B shall govern such procurements or contracts unless expressly modified or amended by the terms of a Bid Specifications, or a negotiated Contract/Clarification document, if any. Captions are intended as descriptive and are not intended to limit or otherwise restrict the terms and conditions set forth herein. 2 GOVERNING LAM' This procurement, the resulting contract and any purchase orders issued hereunder shall be governed by the laws of the State of New York except where the Federal supremacy clause requires otherwise, and actions or proceedings arising; from the contract shall be heard in a court of competent jurisdiction in the State of New York. 3. APPENDIX A The terms of .Appendix .A (Standard Clauses for New ) ork. State Contracts) are expressly incorporated herein. 4. ETHICS COMPLIANCE All Bidders/Contractors and their employees must comply with the requirements of Sections 73 and 74 of the Public Officers Law, and other State codes, rules and regulations establishing ethical standards for the conduct of business with New York State. In signing the bid, Bidder certifies full compliance with those provisions for any present or future dealings, transactions, sales, contracts, services, offers. relationships, etc., involving New York State and/or its employees. Failure to comply with those provisions may result in disqualification from the bidding process, termination of contract, and/or other civil or criminal proceedings as required by law. 5. CONFLICT OF TERMS Conflicts between procurement or contract documents shall be resolved in the following order of precedence: a. Appendix A (Standard Clauses for NYS Contracts) b. Contract/Clarification Documents Writing(s) setting forth the final agreements, clarifications, terms, statement of work and/or modifications between the Bid Documents and Contractor's Bid or Mini -bid. C. Mini -Bid Project Definition (If any) d. Bid Documents (Other than Appcndix A) i. Bid Specifications prepared by the Issuing Entity it. Appendix B (General SpeCiftariort.r) C. Contractor's Bid or Mini -Bid Proposal 6. DEFINITIONS Terms used in this Appendix B shall have the following meanings: AGENCY OR AGENCIES The State of New York, acting by or through one or more departments, boards, commissions, offices or institutions of the State of New York. ATTORNEY GENERAL Attorney General of the State of New York. AUTHORIZED USER(S) Agencies, or any other entity authorized by the laws of the State of New York to participate in NYS centralized contracts (including but not limited to political subdivisions, public authorities, public benefit corporations and certain other entities set entity shall be held solely responsible for liabilities or payments due as a result of its participation. BID OR BID PROPOSAL An offer or proposal submitted by a Bidder to furnish a described product or a solution or means of achicving a practical end, at a stated price for the stated contract term. BIDDER Any individual or other legal entity, (including but not limited to partnership, firm or corporation) which submits a bid in response to a Bid Solicitation. The term Bidder shall also include "offeror." In the case of negotiated contracts, "Bidder" shall refer to the "Contractor." BID DOCUMENTS Writings setting forth the scope, terms, conditions and technical specifications for a procurement of Product. Such writing typically include, but are not limited to: Invitation for Bids (IFB), Request for Quotation (RFQ), Request for Proposals (RFP), addenda or amendments thereto, and terms and conditions which are incorporated by reference, e.g. Appendix A (Standard Clauses_for NYS Contracts), Appendix B, (General Specifications). Where these General Specifications are incorporated in negotiated contracts which have not been competitively bid, the term "Bid Documents" shall be deemed to refer to the terms and conditions set forth in the negotiated contract. BID SOLICITATION The notice or advertisement of an intent to purchase a specified Product by or on behalf of Authorized User(s). BID SPECIFICATION A written description drafted by the Issuing Entity setting forth the specific terms of the intended procurement; which may include: physical or functional characteristics, the nature of a commodity or construction item, any description of the work to be performed, Products to be provided, the necessary qualifications of the Bidder, the capacity and capability of the Bidder to successfully cam, out the proposed contract, or the process for achieving specific results and/or anticipated outcomes or any other requirement necessary to perform work. Where these General Snecifications are incorporated in negotiated contracts which have not been competitively bid, the term "Bid Specifications" shall be deemed to refer to the terms and conditions set forth in the negotiated contract. COMMISSIONER Commissioner of OGS, or in the case of Bid Specifications issued by an Issuing Entity, the head of such Issuing Entity or their authorized representative. - - --- - COMPTROLLER Comptroller of the State of New York. CONTRACT The writing(s) which contain the agreement of the Commissioner and the Bidder/Contractor setting forth the total legal obligation between the parties as determined by applicable rules of law, and which most typically include the following classifications of public procurements: a. Agency Specific Contracts Contracts where the specifications for a Product or a particular scope of work are described and defined to meet the needs of one or more Authorized User(s). b. Centralized Contracts Single or multiple award contracts where the specifications for a Product or general scope of work are described and defined by the Office of General Services to meet the needs of Authorized Users. Centralized Contracts may be awarded on a sole source, single source, emergency or competitive basis. Once established, procurements may be made from the selected Contractor(s) without further competition or mini -bid unless otherwise required by the Bid Specifications. , A . ..t' -._A n,.,t ,n GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B Bids may be submitted either at a date and time certain or may be accepted on a continuous recruitment basis, as set forth in the Bid Snecifications. Selection of a Contractor from among back -drop contract holders for an actual Product, prgject or particular scope of work may subsequently be made on a single or sole source basis, or on the basis of a mini -bid among qualified back -drop contract holders, or such other method as set forth in the Bid Document. d. Piggyback Contract A contract let by any department, agency or instrumentality of the United States government, or any department, agency, office, political subdivision or instrumentality of' any state or state(s) which is adopted and extended for use in accordance with the requirements of the State Finance Law. CONTRACT AWARD NOTIFICATION An announcement to Authorized Users that a contract has been established. CONTRACTOR Any successful Bidder(s) to whom a contract has been awarded by the Commissioner. EMERGENCY An urgent and unexpected requirement where health and public safety or the conservation of public resources is at risk. ERROR CORRECTIONS Machine executable software code furnished by Contractor which corrects the Product so as to conform to the applicable warranties, performance standards and/or obligations of the Contractor. GROUP A classification of Product (commodities, services or technology). INVITATION FOR BIDS (IFB) A type of Bid Document which is most typically used where requirements can be stated and award will be made to the lowest responsive and responsible Bidder(s). ISSUING ENTITY The Office of General Services or Authorized User who issues the Bid Documents for a procurement. LATE BID For purposes of bid openings held and conducted by OGS, a bid not received in such place as may be designated in the Bid Specifications or in the OGS Mailroom located in the Empire State Plaza, Albany, New York 12242, at or before the date and time established in the Bid Specifications for the bid opening. For purposes - -- ---- - .- --- - -- ofbid openings held and conducted by Issuing Entities other than OGS, the term late bid is defined as a bid not received in the location established in the Bid Specifications at or before the date and time specified for the bid opening. LETTER OF ACCEPTANCE A letter to the successful Bidder(s) indicating acceptance of its bid in response to a solicitation. Unless otherwise specified, the issuance of a Letter of Acceptance forms a contract but is not an order for Product, and Contractor should not take any action with respect to actual contract deliveries except on the basis of Purchase Orders sent from Authorized User(s). LICENSED SOFTWARE Software transferred upon the terms and conditions set forth in the Contract. "Licensed Software" includes error corrections, upgrades, enhancements or new releases, and any deliverables due under a maintenance or service contract (e.g. patches, fixes, PTFs, programs, code or data conversion, or custom programming). LICENSEE One or more Authorized Users who acquire Product from Contractor by issuing a Purchase Order in accordance with the terms and conditions of the Contract; provided that, for purposes of took receipt of and who is executing the Product, and who shall be solely responsible for perfornmance and liabilities incurred. LICENSOR A Contractor who transfers rights in proprietary Product to Authorized Users in accordance with the rights and obligations specified in the Contract. MINI -BID PROJECT DEFINITION A Bid Document containing project specific bid specifications developed by or for an Authorized User which solicits bids from Contractors previously qualified under a Back -Drop Contract. MULTIPLE AWARD A determination and award of a contract in the discretion of the Commissioner to more than one responsive and responsible Bidder who meets the requirements of a specification, where the multiple award is made on the grounds set forth in the Bid Document in order to satisfy multiple factors and needs of Authorized Users (e.g., complexity of items, various manufacturers, differences in performance required to accomplish or produce required end results, production and distribution facilities, price, compliance with deliver), requirements, geographic location or other pertinent factors). NEW PRODUCT RELEASES (Product Revisions) Any commercially released revisions to the version of a Product as may be generally offered and available to Authorized Users. New releases involve a substantial revision of functionality from a previously released version of the Product. OCS The New York State Office of General Services PROCUREMENT RECORD Documentation by the Issuing Entity of the decisions made and approach taken during the procurement process. PRODUCT A deliverable under any Bid or Contract which may include commodities (including printing), services and/or technology. The term "Product" includes Licensed Software. PURCHASE ORDER The Authorized User's fiscal form or format which is used when making a purchase. REQUEST FOR PROPOSALS (RFP) A type of Bid Document which is used for procurements where factors in addition to cost are considered and weighted in awarding the contract and where the method of award is "best value", as defined by the State F-177a72ce Lai -v REQUEST FOR QUOTATION (RFQ) A type of Bid Document which can be used when a formal bid opening is not required (e.g. discretionary, sole source, single source or emergency purchases). RESPONSIBLE BIDDER A Bidder that is determined to have skill, judgment and integrity, and that is found to be competent, reliable, experienced and qualified financially, as determined by the Commissioner. RESPONSIVE BIDDER A Bidder meeting the specifications or requirements prescribed in the Bid Document or solicitation, as determined by the Commissioner. SINGLE SOURCE A procurement where two or more offerors can supply the required Product, and the Commissioner may award the contract to one Bidder over the other. SOLE SOURCE A procurement where only one offeror is capable of supplying the required Product. STATE State of New York GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX 5 7. INTERNATIONAL BiDDiNG All offers (tenders), and all information and Product required by the solicitation or provided as explanation thereof; shall be submitted in English. All prices shall be expressed, and all payments shall be made, in United States Dollars (S; US). Any offers (tenders) submitted which do not meet the above criteria will be rejected. 8. BID OPENING Bids may, as applicable, be opened publicly. The Commissioner reserves the right at any time to postpone or cancel a scheduled bid opening. 9. BID SUBMISSION Ali bids are to be packaged, sealed and submitted to the location stated in the Bid Specifications. Bidders are solely responsible for timely delivery of their bids to the location set forth in the Bid Specifications prior to the stated bid opening date/time. A bid return envelope, if' provided with the Bid Specifications, should be used with the bid sealed inside. If the bid response does not fit into the envelope, the bid envelope should be taped onto the outside of the sealed box or package with the bid inside. If using a commercial delivery company which requires use of their shipping package or envelope, Bidder's sealed bid, labeled as detailed below, should be placed within the shipper's sealed envelope to ensure that the bid is not prematurely opened. All bids must have a label on the outside of the package or shipping container outlining the following information: "BID ENCLOSED (bold print, all capitals) ■ Group Number ■ IFB or RFP Number ■ Bid Submission date and time" In the event that a Bidder fails to provide such information on the return bid envelope or shipping material, the receiving entity reserves the right to open the shipping package or envelope to determine the proper bid number or Product group, and the date and time of bid opening. Bidder shall have no claim against the receiving entity arising from such opening and such opening shall not affect the validity of the bid or the procurement. Notwithstanding the receiving agency's right to open a bid to ascertain the _foregoing_ -information,._ Bidder -assumes all-risk of late delivery_ associated with the bid not being identified, packaged or labeled in accordance with the foregoing requirements. 10. FACSIMILE SUBMISSIONS Unless specifically prohibited by the terms of the Bid Specifications, facsimile bids may be SUBMITTED AT THE SOLE OPTION AND RISK OF THE BIDDER. Only the FAX number(s) indicated in the Bid Specifications may be used. Access to the facsimile machine(s) is on a "first come, firs: serve" basis, and tite Commissioner bears no liability or responsibility and makes no guarantee whatsoever with respect to the Bidder's access to such equipment at any specific time. Bidders are sole]\, responsible for submission and receipt of the entire facsimile bid by the Issuing Entity prior to bid opening and must include on the first page of the transmission the total number of pages transmitted in the facsimile. including the cover nage. Incomplete, ambiguous or unreadable transmissions in whole or in part may be rejected at the sole discretion of the Commissioner. Facsimile bids are fully governed by all conditions outlined in the Bid Documents and must be submitted on forms or in the format required in the Bid Specifications, including the executed signature page and acknowledgment. 11 AUTHENTICATION OF FACSIMILE BIDS The act of signature page, shall be deemed a confining, act by Bidder which authenticates the signing of the bid 12. LATE i3IDS Any bid received at the specified location after the time specified will be considered a late bid. A late bid shall not be considered for award unless i) no timely bids meeting the requirements of the Bid Documents are received or, ii) in the case of a multiple award, an insufficient number of timely bids were received to satisfy the multiple award.- and acceptance of the late bid is in the best interests of the Issuing Entity. Delays in United States mail deliveries or any other means of transmittal. including couriers or agents of the Issuing Entity, shall not excuse late bid submissions. 13. BID CONTENTS Bids must be complete and legible. All bids must be signed. All information required by the Bid Specifications must be supplied by the Bidder on the forms or in the format specified. No alteration, erasure or addition is to be made to the Bid Documents. Changes may be ignored by the Commissioner or may be grounds for rejection of the bid. Changes, corrections and/or use of white-out in the bid or Bidder's response portion of the Bid Document must be initialed by an authorized representative of the Bidder. Bidders are cautioned to verify their bids before submission, as amendments to bids or requests for withdrawal of bids received by the Commissioner after the time specified for the bid opening, may not be considered. 14. EXTRANEOUS TERMS Bids must conform to the terms set forth in the Bid Documents; as extraneous terms or material deviations (including additional, inconsistent, conflicting or alternative terms) may render the bid non-responsive and may result in rejection of the bid. Extraneous term(s) submitted on standard. pre-printed forms (includinEl but not limited to: product literature. order forms. license a"reements. contracts or other documents) which are attached or referenced with submissions shall not be considered part of the bid or resulting contract. but shall he deemed included for informational or promotional lournoses only. Only those extraneous terms which meet all the following requirements will be considered as having been submitted as part of the Bid: a. Each proposed extraneous term (addition, counter-offer, deviation, or modification) must be specifically enumerated in a writing which is not part of a pre-printed form, and — --- -- -- b. The writing must identify the particular specification requirement (if any) which Bidder rejects or proposes to modify by inclusion of the extraneous term; and C. The Bidder shall enumerate the proposed addition, counter offer, modification or deviation from the Bid Document; and the reasons therefore. No extraneous term(s), whether or not deemed "material," shall be incorporated into a contract or Purchase Order unless submitted in accordance with the above and the Commissioner expressly accepts each such terms) in writing. Acceptance and/or processing of the Bid shall not constitute such written acceptance of Extraneous Term(s). 15. CONFIDENTIAL / TRADE SECRET MATERIALS Confidential trade secret or proprietary materials as defined by the laws of the State of New York must be clearly marked and identified as such upon submission. Bidders/Contractors intending to seek an exemption from disclosure of these materials under the Freedom of 112formation Lam must request the exemption in writing, setting forth the reasons for the claimed exemption, at the time of submission. Acceptance of the GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B 16. PREVAILING WAGE RATES - PUBLIC WORKS AND BUILDING SERVICES CONTRACTS Ifaityportion ofwork being bud is subject to the prevailing ivage rate provisions of the Labor Law, the following shall apply: a. "Public Works" and "Building Services" - Definitions i. Public Works Labor Lavv Article S applies to contracts for public improvement in which laborers, workers or mechanics are employed on a "public works" project (distinguished from public "procurement" or "service" contracts). The State, a public benefit corporation, a municipal corporation (including a school district), or a commission appointed by law must be a party, to the contract. The waee and hours provision applies to any worm: performed by Contractor or subcontractors. ii. Building Services Labor Law Article 9 applies to contracts for building service worm: over $1,500 with a public agency, which 1) involve the care or maintenance of an existing building, or 2) involve the transportation of office furniture or equipment to or from such building, or 3) involve the transportation and delivery of fossil fuel to such building, and 4) the principal purpose of which is to furnish services through use of building service employees. b. Prevailing Wane Rate Ainnlicable to Bid Submissions A copy of the applicable prevailing wage rates to be paid or provided are attached to the solicitation. Bidders must submit bids which are based upon the prevailing hourly wages, and supplements in cash or equivalent benefits (i.e., fringe benefits and any cash or non-cash compensation which are not wages, as defined by law) that equal or exceed the applicable prevailing wage rate(s) for the location where the work is to be performed. Where the Bid Documents require the Bidder to enumerate hourly wage rates in the bid, Bidders may not submit bids based upon hourly wage rates and supplements below the applicable prevailing wage rates as established by the New York State Department of Labor. Bids which fail to comply with this requirement will be disqualified. C. Wage Rate Pavrnents / Changes During Contract Term The wages to be paid under any resulting contract shall not be less than the prevailing ._rate__of__wages __and__supplements -as- set -forth -by law. --1t is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the Contractor on any projects which result from this contract which are subject to the provisions of the Labor Lam. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law. d. Public Posting & Certified Pavroll Records In compliance with Article 8, Section 220 of the Labor Law, as amended by Chapter 565 of the Laws of 1997: i. Posting The Contractor must publicly post on the work site, in a prominent and accessible place, a legible schedule of the prevailing wage rates and supplements. ii. Pavroll Records Contractors and sub -contractors must keep original payrolls or transcripts subscribed and affirmed as true under the penalties of perjury as required by law. For public works contracts over 525,000 where the Contractor maintains no regular place of business in New York State, such records must be kept at the work site. For building services contracts, such records must be kept at the work site while work is being performed. works projects must submit monthly payroll transcripts to the issuing entity which has prepared or directs the preparation of the plans and specifications for a public works project, as set forth in the Bid Specifications. For mini -bid solicitations, the payroll records must be submitted to the entity preparing the agency mini - bid project specification. For "agency specific" bids, the payroll records should be submitted to the entity issuing the purchase order. For all other OGS centralized contracts, such records should be submitted to the individual agency issuing the purchase order(s) for the work. Upon mutual agreement of the Contractor and the issuing entity, the form of submission may be submitted in a specified disk format acceptable to the Department of Labor provided: 1) the Contractor/subcontractor retains the original records; and, (2) an original signed letter by a duly authorized individual of the Contractor or subcontractor attesting to the truth and accuracy of the records accompanies the disk. This provision does not apply to buildin<. services contracts. iv. Records Retention Contractors and subcontractors must preserve such certified transcripts for a period of three years from the date of completion of work on the awarded contract. C. Dav's Labor - Defined for Article S. Public Works (For Purposes of Article 8 of the Labor Law) No laborer, worker or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do all or part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. "Extraordinary emergency" shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in tate judgment of the NYS Commissioner of Labor for the preservation of the contract site or for the protection of the life and limb of the persons using the contract site. 17. TAXES a. Unless otherwise specified in the Bid Specifications, the quoted bid price includes all taxes_ applicable to the transaction. b. Purchases made by the State of New York and certain non -State Authorized Users are exempt from New York State and local sales taxes and, with certain exceptions, federal excise taxes. To satisfy the requirements of the New York State Sales tax exemption, either the Purchase Order issued by a State Agency or the invoice forwarded to authorize payment for such purchases will be sufficient evidence that the sale by the Contractor was made to the State, an exempt organization under Section 1 l 16 (a) (1) of the Tax Lama. Non -State Authorized Users must offer their own proof of exemption where required. No person, firm or corporation is, however, exempt from paying the State Truck Mileage and Unemployment Insurance or Federal Social Security taxes, which remain the sole responsibility of the Bidder/Contractor. C. Purchases by Authorized Users other than the State of New York may be subject to such taxes, and in those instances the tax should be computed based on the contract price and added to the invoice submitted to such entity for payment. 18. EXPENSES PRIOR TO CONTRACT EXECUTION The Issuing Entity is not liable for any costs incurred by a Bidder in the preparation and production of a bid or for any work performed prior to GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERViC=S) APPENDIX B 19. ADVERTISING BID RESULTS A Bidder in submitting a bid agrees not to use the results therefrom as a pari of any commercial advertising without the prior written approval of the Commissioner. 20. PRODUCT REFERENCES a. "Or Equal" In all Bid Specifications the words "or equal` are understood to apply where a copyright brand name, trade name, catalog reference, or patented Product is referenced. References to such specific Product are intended as descriptive, not restrictive.. unless otherwise stated. Comparable Product will be considered if proof of compatibility is provided, including appropriate catalog excerpts, descriptive literature, specifications and test data, etc. The Commissioner's decision as to acceptance of the Product as equal shall be final. b. Discrepancies in References In the event of a discrepancy between the model number referenced in the Bid Specifications and the written description of the Products therein which cannot be reconciled, with respect to such discrepancy, then the written description shall prevail. 21. RECYCLED OR RECOVERED MATERIALS Upon the conditions specified in the Bid Specifications and in accordance with the laws of the State of New York, Contractors are encouraged to use recycled or recovered materials in the manufacture of Products and packaging to the maximum extent practicable without jeopardizing the performance or intended end use of the Product or packaging unless such use is precluded due to health, welfare, safety requirements or in the Bid Specifications. Where such use is not practical, suitable, or permitted by the Bid Specifications, Contractor shall deliver new materials in accordance with the "Warranties" set forth below. Refurbished or remanufactured components or items may only be accepted at the discretion of the Commissioner, or upon the conditions set forth in the Bid Specifications. Items with recycled, recovered, refurbished or remanufactured content must be identified in the bid or will be deemed new Product. 22. PRODUCTS MANUFACTLTRED IN PUBLIC INSTITUTIONS Bids offering Products which are manufactured or produced in public institutions will be rejected. 23. PRICING a. Unit Pricing If required by the Bid Specifications, the Bidder should insert the price per unit specified and the price extensions in decimals, not to exceed four places for each item, in the bid. In the event of a discrepancy between the unit price and the extension, the unit price shall govern unless, in the sole judgment of the Commissioner, such unit pricing is obviously erroneous. b. Net Pricing Unless otherwise required by the Bid Specifications, prices shall be net, including transportation, customs, tariff, delivery and other charges fully prepaid by the Contractor to the destination(s) indicated in the Bid Specifications, subject to the cash discount. C. "No Charge" Bid When bids are requested on a number of Products as a group or Lot, a Bidder desiring to bid "no charge" on a Product in the grouping or Lot must clearly indicate such. Otherwise, such bid may be considered incomplete and be rejected, in whole or in part, at the discretion of the Commissioner. d. Educational Pricing All Products to be supplied for educational purposes that are subject to educational discounts shall be identified in the bid and such discounts shall be made available to qualifying C. COPS or Third Parte Financing If acquisition of' Product is financed through Certificates of Participation (COPS) or third party financing, Contractor may be required as a condition of contract award to agree to the terms and conditions of a "Consent L Acknowledvment Agreement' in a form acceptable to the Commissioner. y 24. DRAWINGS a. Drawings Submitted With Bid When the Bid Specifications require the Bidder to furnish drawings and/or plans, such drawings and/or plans shall conform to the mandates of the Bid Documents and shall, when approved by the Commissioner, be considered a part of the bid and of any resulting contract. All symbols and other representations appearing on the drawings shall be considered a part of the drawing. b. Drawings Submitted During the Contract Term Where required to develop, maintain and deliver diagrams or other technical schematics regarding the scope of work, Contractor shall do so on an ongoing basis at no additional charge, and must, as a condition of payment, update drawings and plans during the contract term to reflect additions, alterations, and deletions. Such drawin_=s and diagrams shall be delivered to the Authorized User's representative. C. Accuracy of Drawings Submitted All drawings shall be neat and professional in manner and shall be clearly labeled as to locations and type of product, connections and components. Drawings and diagrams are to be in compliance with accepted drafting standards. Acceptance or approval of such plans shall not relieve the Contractor from responsibility for design or other errors of any sort in the drawings or plans, or from its responsibility for performing as required, furnishing product, services or installation, or carrying out any other requirements of the intended scope of work. 25. SITE INSPECTION Where a site inspection is required by the Bid Specifications or Project Definition, Bidder shall be required to inspect the site, including environmental or other conditions or pre- existing deficiencies in the installed product, equipment or environment, which ymay affect Bidder's ability to properly deliver, install or otherwise provide the required Product. All inquiries regarding such conditions shall be made in writing. Bidder shall be deemed to have knowledge of any deficiencies or conditions which such inspection or inquin, might have disclosed. Bidder must provide with its bid a detailed explanation_ if additional work is required und_ r this clause in _ order to properly complete the delivery and installation of the required Product. 26. PROCUREMENT CARD The State of New York has entered into agreements for purchasing and travel card services. The Purchasing Card enables Authorized Users to make authorized purchases directly from a Contractor without processing the Purchase Orders or Purchase Authorizations currently required. Purchasing Cards ate issued to selected employees authorized to purchase for the Authorized User and having direct contact with Contractors. Cardholders can make purchases directly from any Contractor that accepts the Purchasing Card, The Contractor shall not process a transaction for payment through the credit card clearinghouse until the purchased Products have been shipped or services performed. Unless the cardholder requests correction or replacement of a unsatisfactory, defective or faulty Product in accordance with other contract requirements, the Contractor shall immediate]), credit a cardholders account for Products deemed unsatisfactory, defective or faulty. 27. SAMPLES GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B made available to the Bidder for examination prior to the opening date. Failure by the Bidder to examine such sample shall not entitle the Bidder to any relief from the conditions imposed by the Bid Documents. b. Bidder Supplied Samples The Commissioner reserves the right to request from the Bidder/Contractor a representative sample(s) of the Product offered at any time prior to or after award of a contract. Unless otherwise instructed. samples shall be furnished within the time specified in the request. Untimely submission of a sample may constitute grounds for rejection of bid or cancellation of the Contract. Samples must be submitted free of charge and be accompanied by the Bidder's name and address, any descriptive literature relating to the Product and a statement indicating how and where the sample is to be returned. Where applicable, samples must be properly labeled with the appropriate bid or NYS contract reference. A sample may be held by the Commissioner during the entire term of the contract and for a reasonable period thereafter for comparison with deliveries. At the conclusion of the holding period the sample, where feasible, will be returned as instructed by the Bidder, at the Bidder's expense and risk. Where the Bidder has failed to fully instruct the Commissioner as to the return of the sample (i.e. mode and place of retum, etc.) or refuses to bear the cost of its return, the sample shall become the sole property of the receiving entity at the conclusion of the holding period. C. Enhanced Samples When an approved sample exceeds the minimum specifications, all Product delivered must be of the same enhanced quality and identity as the sample. Thereafter, in the event of a Contractor's default, the Commissioner may procure a commodity substantially equal to the enhanced sample from other sources; charging the Contractor for any additional costs incurred. d. Conformance with Samnle(s) Submission of a sample (whether or not such sample is tested by, or for, the Commissioner) and approval thereof shall not relieve the Contractor from full compliance with all conditions and terms, performance related and otherwise; specified in the Bid Documents. If in the judgment of the Commissioner the sample or product submitted is not in accordance with the specifications or testing requirements prescribed in the Bid Documents, the Commissioner may reject the bid. If an award has been made, the -- Commissioner- may cancel the contract at the expense of the Contractor. -- e. Testing All samples are subject to tests in the manner and place designated by tate Commissioner, either prior to or after contract award. Unless otherwise stated in the Bid Specifications, Bidder Samples consumed or rendered useless by testing will not be returned to the Bidder. f. Requests For Samples By Authorized Users Requests for samples by Authorized Users require the consent of the Contractor. Where Contractor refuses to furnish a sample, Authorized User may, in its sole discretion, make a determination on the performance capability of the Product or on the issue in question. BID EVALUATION 28. BID EVALUATION The Commissioner reserves the right to accept or reject any and all bids, or separable portions of offers, and waive technicalities, irregularities, and omissions if the Commissioner determines the best interests of the State will be served. The Commissioner, in his/her sole discretion, may accept or reject illegible, inrmmnlete nr —rip hide nnrl hic/her rlericinn ahall be final A made in compliance with the Bidder's conditional or revocable terms in the offer. 29. CONDITIONAL BID Unless the Bid Specifications provides otherwise, a bid is not rendered non-responsive if the Bidder specifies that the award will be accepted only on all or a specified group of items or Product included in the specification. It is understood that nothing herein shall be- deemed to chane or alter the method of award contained in the Bid Documents. 30. CLARIFICATIONS / REVISIONS Prior to award, the Commissioner reserves the right to seek clarifications, request bid revisions, or to request any information deemed necessary for proper evaluation of bids from all Bidders deemed to be eligible for contract award. Failure to provide requested information may result in rejection Df the bid. 31. PROMPT PAYMENT DISCOUNTS While prompt payment 9iscounts will not be considered in determining the low bid, the 7-ommissioner may consider any prompt payment discount in resolving )ids which are otherwise tied. However, any notation indicating that the Drice is net, (e.g. net 30 days), shall be understood to mean only that no )rompt payment discount is offered by the Bidder. The imposition of service, interest, or other charges, except pursuant to the provisions of Srticle l 1-A of the State Finance Lax, which are applicable in any case, nay render the bid non-responsive and may be cause for its rejection. i2. EOUIVALENT OR IDENTICAL BIDS In the event two offers ire found to be substantially equivalent, price shall be the basis for letermining the award recipient. If two or more Bidders submit ;ubstantially equivalent bids as to pricing or other factors, the decision >f the Commissioner to award a contract to one or more of such Bidders ;hall be final. 3. PERFORMANCE OUALTFICATIONS The Commissioner eserves the right to investigate or inspect at any time whether or not the 'roduct, qualifications or facilities offered by the Bidder/Contractor neet the requirements set forth in the Bid Documents. Contractor shall Lt all times during the contract term remain responsible and responsive. Bidder/Contractor must be prepared, if requested by the :ommissioner, to present evidence of experience, ability and financial tanding, as well as a statement as to plant, machinery and_capaci-ty_of he manufacturer for the production, distribution and servicing of the 'roduct bid. If the Commissioner determines that the conditions and erms of the Bid Documents or Contract are not complied with, or that terns or Product proposed to be furnished do not meet the specified equirements, or that the qualifications, financial standing or facilities re not satisfactory, or that performance is untimely, the Commissioner nay reject such bid or terminate the contract. Nothing in the foregoing hall mean or imply that it is obligatory upon the Commissioner to make .n investigation either before or after award of a contract, but should uch investigation be made, it in no way relieves the Bidder/Contractor rom fulfilling all requirements and conditions of the contract. .4. DISQUALIFICATION FOR PAST PERFORMANCE Bidder nay be disqualified from receiving awards if Bidder, or anyone in 3idder's employment, has previously failed to perform satisfactorily in onnection with public bidding or contracts. �5. OUANTITY CHANGES PRIOR TO AWARD The ;ommissioner reserves the right, at any time prior to the award of a pecific quantity contract, to alter in good faith the quantities listed in he Bid Specifications to conform ,vith requirements. In the event such fight is exercised, the lowest responsible Bidder meeting specifications GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SEP.VICE S) APPENDIY. S in the rejection of its bid and the award of such contract to the lowest responsible Bidder who accepts the revised requirements. 36. RELEASE OF BID EVALUATION MATERIALS Requests concerning the evaluation of bids may be submitted under the Freedom of hiro niariott Lata. Information, other than the Bid Tabulation, shall be released as required by law after contract award. Written requests should be directed to the Commissioner. 37. TIMEFRAME FOR OFFERS The Commissioner reserves the right to make awards within sixty (60) days after the date of the bid opening, during* which period, bids must remain firm and cannot be withdrawn. If, however, an award is not made within the sixty (60) day period, bids shall remain firm until such later time as either a contract is awarded or the Bidder delivers to the Commissioner written notice of the withdrawal of its bid. Any bid which expressly states therein that acceptance must be made within a shorter specified time, may at the sole discretion of the Commissioner, be accepted or rejected. TERMS & CONDITIONS 38. CONTRACT CREATION / EXECUTION Except for contracts governed by Article 11-B of the State Finance Lan, upon receipt of all required approvals a Contract shall be deemed executed and created with the successful Bidder(s) upon the Commissioner's mailing or electronic communication to the address on the bid of: i) a Letter of Acceptance; ii) a fully executed contract; or iii) a Purchase Order authorized by the Commissioner. 39. PARTICIPATION IN CENTRALIZED CONTRACTS The following shall not limit or inhibit the OGS Commissioner's authority under State Finance Lain, Section 163 (10) (e) (Pig_wbacking): a. Agencies All State Agencies may utilize and purchase under any state centralized contract let by the Office of General Services Procurement Services Group, unless the Bid Specifications limit purchases to specific State Agencies. b. Non -State Agenev Authorized Users Authorized Users other than state agencies are permitted to make purchases through state centralized contracts where permitted by law, the contract or the OGS Commissioner__ . _. c. Voiuntary Extension Purchase Orders issued against a State centralized contract by any Authorized User not provided for in the Bid Specifications shall be honored by the Contractor at its discretion and only with the approval of the OGS Commissioner and any other approvals required by law. Contractors are encouraged to voluntarily extend service contracts to those additional entities authorized to utilize commodity contracts under Section 163 (3) (iv) of the State Finance Lary, which would comprise all entities authorized under prior laws. d. Responsibility for Performance Participation in New York State centralized contracts by .Authorized Users is pennitted upon the following conditions: a) the responsibility with regard to performance of any contractual obligation, covenant, condition or term thereunder by any Authorized User other than State Agencies shall be borne and is expressly assumed by such Authorized User and not by the State; b) a breach of the contract by any particular Authorized User shall neither constitute nor be deemed a breach of the contract as a whole which shall remain in full force and effect, and shall not affect the validity of the contract nor the obligations of the Contractor thereunder respecting non - breaching Authorized Users, whether State or otherwise; c) for a breach by an .Authorized User other than a State Aaencv the State specifically State, its officers. agents and employees harmless from any liability that may be or is imposed by their failure to perform in accordance with its obligations under the contract. 40. MODIFICATION OF CONTRACT TERMS The terms and conditions set forth in the Contract shall govern all transactions by Authorized Uscr(s) under this Contract. The Contract may only be modified or amended upon mutual written agreement of the Commissioner and Contractor. The Contractor may, however, offer Authorized User(s) more advantageous pricing, payment, or other terns and conditions than those set forth in the Contract. In such event, a copy of such terms shall be furnished to the Authorized User(s) and Commissioner by the Contractor. Other than where such terms are more advantageous for the Authorized User(s) than those set forth in the Contract, no alteration or modification of the terms of the Contract, including substitution of Product, shall be valid or binding against Authorized User(s) unless authorized by the Commissioner or specified in the Contract Award Notification. No such alteration or modification shall be made by unilaterally affixing such terms to Product upon delivery (including, but not limited to, attachment or inclusion of standard pre-printed order forms, product literature, "shrink wrap" terms accompanying software upon delivery, or other documents) or by incorporating such terms onto order forms, purchase orders or other documents forwarded by the Contractor for payment, notwithstanding Authorized User's subsequent acceptance of Product. or that Authorized User has subsequently processed such document for approval or payment. 41. SCOPE CHANGES The Commissioner reserves the right, unilaterally, to require, by written order, changes by altering, adding to or deducting from the contract specifications, such changes to be within the general scope of the contract. The Commissioner may make an equitable adjustment in the contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the consent of the Contractor, which consent shall not be unreasonably withheld. 421. ESTIMATED / SPECIFIC OUANTTTV CONTRACTS Estimated quantity contracts are expressly agreed and understood to be made for only the quantities, if any, actually ordered during the contract term. No guarantee of any estimated quantity(s) is implied or given. Unless otherwise set forth in the Bid Specifications, contracts for services and technology are completely voluntary as to use, and therefore no quantities are guaranteed. With respect to any specific quantity stated in the contract, the Commissioner reserves the right after award to order up to 20% more or less (rounded to the next highest whole number) than time specific quantities called for in the contract. Notwithstanding the foregoing, the Commissioner may purchase greater or lesser percentages of contract quantities should the Commissioner and Contractor so agree. Such agreement may include an equitable price adjustment. 43. BEST PRICING OFFER During the contract term, if substantially the same or a smaller quantity of a Product is sold by the Contractor outside of this contract vehicle upon the same or similar terms and conditions as that of this contract at a lower price, the price under this contract, at the discretion of the Commissioner, shall be immediately reduced to the lower price. 44. PURCHASE ORDERS Unless otherwise authorized in writing GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIY, B authority vested in the Commissioner_ Purchase Orders shall be effective and binding upon the Contractor when placed in the mail or electronically transmitted prior to the termination of the contract period, addressed to the Contractor at the address for receipt of orders set forth in the Contract or in the Contract Award Notification. All Purchase Orders issued pursuant to contracts let by the Commissioner must bear the appropriate contract number and, if necessary, required State approvals. Unless otherwise specified, all Purchase Orders against centralized contracts will be placed by Authorized Users directly with the Contractor and any discrepancy between the terms stated on the vendor's order form, confirmation or acknowledgment, and the contract terns shall be resolved in favor of the terms most favorable to the Authorized user. If, with respect to an agency specific contract let by the OGS Commissioner, a Purchase Order is not received within two weeks after the issuance of a Contract Award Notification, it is the responsibility of the Contractor to request in writing that the appropriate Authorized User forward a Purchase Order. I£ thereafter. a Purchase Order is not received within a reasonable period of time, the Contractor shall promptly notify the appropriate purchasing officer in OGS. Failure to timely notify such officer may, in the discretion of the OGS Commissioner and without cost to the State, result in the canceling of such requirement by the OGS Commissioner with, at the OGS Commissioner's discretion, a corresponding reduction in the contract quantity and price. 45. PRODUCT DELIVERY Delivery must be made as ordered and in accordance with the terms of the contract. Unless otherwise specified in the Bid Specifications, delivery shall be made within thirty calendar days after receipt of a purchase order by the Contractor. The decision of the Commissioner as to compliance with delivery terms shall be final. The burden of proof for delay in receipt of Purchase Order shall rest with the Contractor. In all instances of a potential or actual delay in delivery, the Contractor shall immediately notify the Commissioner and the Authorized User, and confirm in writing the explanation of the delay, and take appropriate action to avoid any subsequent late deliveries. Any extension of the time for delivery must be requested in writing by the Contractor and approved in writing by the Commissioner. Failure to meet such time schedule may be grounds for cancellation of -the-order or, in tine Commissioner's discretion, the Contract. 46. WEEKEND AND HOLIDAY DELTVERIES Unless otherwise specified in the Bid Specifications or by an .Authorized User, deliveries will not be scheduled for Saturdays, Sundays or legal holidays observed by the State of New York except of Product for daily consumption or where an emergency exists or the delivery is a replacement or is late, in which event the convenience of the Authorized User shall govern. 47. SHIPPING / RECEIPT OF PRODUCT a. Packaging Tangible Product shall be securely and properly packed for shipment, storage and stocking in appropriate, clearly labeled shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases or other types of containers. The container shall become and remain the property, of the receiving entity unless otherwise specified in the contract documents. b. Shinning Charges Unless otherwise stated in the Bid Specifications, all deliveries shall be deemed to be FOB Destination tailgate delivery at the dock of the Authorized User. Unless otherwise agreed, items purchased at a price F.O.B. Shipping point plus transportation charges are understood to not relieve the Contractor from resnonsibility for safe and nrooer delivery notwithstandinn the be responsible for insuring that the Bill of Ladino states "charges prepaid" for all shipments. C. Receipt of Product The Contractor shall be solely responsible for assuring that deliveries are made to personnel authorized to accept delivery on behalf of the Authorized User. Any losses resulting, from the Contractor's failure to deliver Product to authorized personnel shall be borne exclusively by the Contractor. 48. TITLE AND RISK OF LOSS Notwithstanding the form of shipment, title and risk of loss shall not pass from the Contractor to the Authorized User until the Products have been received, inspected and accepted by the receiving entity. Acceptance shall occur within a reasonable time or in accordance with such other defined acceptance period as may be specified in the Bid Specifications. Mere aclatowledgment by Authorized User personnel of the delivery or receipt of goods (e.g. signed bill of lading) shall not be deemed or construed as acceptance of the Products received. Any delivery of Product which is substandard or does not comply with the Contract terns, may be rejected or accepted on an adjusted price basis, as determined by the Commissioner. 49. RE -WEIGHING PRODUCT Deliveries are subject to re - weighing at the point of destination by the receiving entity. If shrinkage occurs which exceeds that normally allowable in the trade, the receiving entity shall have the option to require delivery of the difference in quantity, or to reduce the payment accordingly . 50. PRODUCT SUBSTITUTION In the event a specified manufacturer's Product listed in the Contract becomes unavailable or cannot be supplied by the Contractor for any reason (except as provided for in the Force Majeure Clause below) a Product deemed by the Commissioner to be equal to or better than that specified must be substituted by the Contractor at no additional cost or expense to the Authorized User. Unless otherwise specified, any substitution of Product prior to the Commissioner's approval may be cause for cancellation of contract. 51. REJECTED PRODUCT When product is rejected, it must be removed by the Contractor from the premises of the receiving entity within ten calendar days of notification of rejection by Authorized User. Upon rete tion notification risk of loss of rejected or non -conforming product shall remain with Contractor. Rejected items not removed by the Contractor within ten calendar days of notification shall be regarded as abandoned by the Contractor, and the Authorized User shall have the right to dispose of the items as its own property. The Contractor shall Promptly reimburse the .Authorized User for any and all costs and expenses incurred in storage or effecting removal or disposition. 52. INSTALLATION Where installation is required, Bidder shall be responsible for placing and installing the equipment in the required locations. All materials used in the installation shall be of good quality and shall be free from any and all defects which would mar the appearance of the equipment or render it structurally unsound. Installation includes the furnishing of any equipment, rigging and materials required to install or replace the Product in the proper location. The Contractor shall protect the site from damage for all its work and shall repair damages or injury of any kind caused by the Contractor, its employees, officers or agents. If any alteration, dismantling or excavation, etc. is required to effect installation, the Contractor shall thereafter promptly restore the structure or site to its original condition. Work shall be performed so as to cause the least inconvenience to the Authorized User(s) and with proper consideration for the rights of other Contractors or workers The Contractor shall GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SER VICES) APPENDIX B debris and rubbish from its work as required or directed. Upon completion of the work, the building and surrounding area of wort: shall be left clean and in a neat, unobstructed condition: and everything in satisfactory repair and order. 53. REPAIRED OR REPLACED PRODUCT / COMPONENTS Where the Contractor is required to repair, replace or substitute products or components under the Contract, the repaired. replaced or substituted products shall be subject to all terms and conditions for new products set forth in the contract, including product warranties. 54. ON-SITE STORAGE Materials, equipment or supplies may be stored at the Authorized User's site at the Contractor's sole risk and only with the approval of the Authorized User. 55. EMPLOYEES / SUBCONTRACTORS / AGENTS All employees, subcontractors or agents performing wort: under the contract must be trained technicians who meet or exceed the technical and training qualifications set forth in the Bid Specifications or the Bid, whichever is better, and must comply with all rules and requirements of the Contract. The Commissioner reserves the right to conduct a security, background check or otherwise approve any employee or agent furnished by Contractor and to refuse access to or require replacement of any personnel for cause, including but not limited to, technical or training qualifications, quality of work or change in security status or non-compliance with Authorized User's security or other requirements. Such approval shall not relieve the Contractor of the obligation to perform all work in compliance with the contract terms. The Commissioner reserves the right to reject and/or bar from the facility for cause any employee, subcontractor, or agents of the Contractor. 56. ASSIGNMENT / SLBCONTRACTORS The Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of the contract or its right, title or interest therein, or its power to execute such contract to any other person, company, firm or corporation in performance of the contract, other than the assignment of the right to receive money due, without the prior written consent of the Issuing Entity. Prior to an assignment of the right to receive money becoming effective, Contractor shall file a written notice of such assignment simultaneous]), with the NYS Comptroller, the Issuing Entity, and participating Authorized User(s). The Commissioner reserves the right to reject any proposed subcontractor, assignee or supplier for bona fide business reasons, which may include, but are not limited to: that the proposed transferee is on the Department of Labor's list of companies with which New York State cannot do business; the Commissioner determines that the company is not qualified; unsatisfactory contract performance or service has been previously provided; or attempts were not made to solicit nminorit, and women's business enterprises (M!WBE) bidders for the subcontract. 57. PERFORMANCE / BID BOND The Issuing Entity reserves the right to require the Bidder/Contractor to furnish without additional cost, a performance, payment or bid bond or negotiable irrevocable letter of credit or other form of security for the faithful performance of the contract. Where required, such bond or other security shall be in the fore prescribed by the Commissioner. 58. SUSPENSION OF `YORK The Commissioner, in his/her sole discretion, reserves the right to suspend any or all activities under this contract, at any time, in the best interests of the State or Issuing Entity. In the event of such suspension, the Contractor will be given a formal written notice outlining the particulars of such suspension. Examples of circumstances. Upon issuance of' such notice. the Contractor is not to accept any purchase orders. and shall comply mvith the suspension order. Activit, may resume at such time as the Commissioner issues a formal written notice authorizing a resumption of work. 59. TERMINATION a. For Cause: For a material breach that remains uncured for more than thirty (30) days after written notice to the Contractor, the Contract or Purchase Order may be terminated by the Commissioner or Authorized User at the Contractor's expense where Contractor becomes unable or incapable of performing, or meeting any requirements or qualifications set forth in the Contract, or for non-performance, or upon a determination that Contractor is non -responsible. In such event, the Commissioner or Authorized User may complete the contractual requirements in any manner as it may deem advisable and pursue available legal or equitable remedies for breach. if the annual volume of business done by the Contractor is less than the minimum annual volume criteria established for the Contract for two consecutive contract years, the Contract may be terminated for cause. For purposes of this paragraph, contract year is defined as the first full four quarters reported after award, in accordance with the Reporting/Monitorin(T Contract Performance clause included in the Contract, and each of the same four quarterly periods thereafter until contract termination. b. Reserved C. For Violation of Executive Order Number 127: The State reserves the right to terminate this contract in the event it is found that the certification filed by the Contractor in accordance with New York State Executive Order Number 127, signed by Governor Pataki on June 16, 20037 was intentionally false or intentionally incomplete. Upon such finding, the State may exercise its termination right by providing written notification to the Contractor in accordance with the written notification terms in the contract. 60. SAVINGS/FORCE MAJEURE The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor negligence of the Contractor, its officers, employees or agents contributed to such delay and the delay is due directly to acts of God, wars, -act-_ f -public enemies, strikes, fires of floods, or other similar cause beyond the control of the Contractor, or for any of the foregoing which affect subcontractors or suppliers and no -alternate source of supply is available to the Contractor. In such event, Contractor shall notify, the Commissioner, by certified or registered mail, of the delay or potential delay and the cause(s) thereof either (a) within ten (10) calendar days after the cause which creates or will create the delay first arose if the Contractor could reasonably foresee that a delay could occur by reason thereof, or (b) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe a delay could result. The foregoing shall constitute the Contractor's sole remedy or excuse with respect to such delay. In the event performance is suspended or delayed, in whole or in part, by reason of any of the aforesaid causes or occurrences and proper notification is given the Commissioner. an) performance so suspended or delayed shall be performed by the Contractor at no increased cost, promptly after such disabilities have ceased to exist unless it is determined in the sole discretion of the Commissioner that the delay will significantly impair the value of the contract to the State or to Authorized Users, whereupon the Commissioner may: a. .Accept allocated performance or deliveries from the Contractor. GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SEP, VICES) APPENDIX B b. Purchase from other sources (without recourse to and by the Contractor for the costs and expenses thereof) to replace all or part of the Products which are the subject of the delay, which purchases may be deducted from the contract quantity; or C. Terminate the contract or the portion thereof which is subject to delivery delays, and thereby discharge any unexecuted portion of the contract or the relative part thereof. In addition. the Commissioner reserves the right, in his/her sole discretion, to make an equitable adjustment in the contract terms and/or pricing should extreme and unforeseen volatility in the marketplace affect pricing or the availability of supply. "Extreme and unforeseen volatility in the marketplace" is defined as market circumstances which meet the following criteria: (1) the volatility is due to causes outside the control of Contractor; (2) the volatility affects the marketplace or industry, not just the particular contract source of supply; (3) the effect on pricing or availability of supply is substantial; and (4) the volatility so affects Contractor's performance that continued performance of the contract would result in a substantial loss. 61. CONTRACT BILLINGS Contractor and the distributors/ resellers designated by the Contractor, if any, shall provide complete and accurate billing invoices to each Authorized User in order to receive payment. Billings for Agencies must contain all information required by the State Comptroller. The State Comptroller shall render payment for Agency purchases, and such payment shall be made in accordance with ordinary State procedures and practices. Payment of contract purchases made by Authorized Users other than Agencies shall be billed directly by Contractor on invoices/vouchers, together with complete and accurate supporting documentation as required by the .Authorized User. Submission of an invoice and payment thereof shall not preclude the Commissioner from reimbursement or demanding a price adjustment in any case where the Product delivered is found to deviate from the terms and conditions of the bid and award documents. 62. DEFAULT - AUTHORIZED USER An Authorized User's breach shall not be deemed a breach of the centralized contract. In the event a participating Authorized User fails to make payment to the Contractor for Products delivered, accepted and properly invoiced, within 60 days of such delivery and acceptance, the Contractor may, upon lU days advance written notice to both -the Commissioner and the Authorized User's purchasing official, suspend additional shipments of Product or provision of services to such entity until such time as reasonable arrangements have been made and assurances given by such entity for current and future contract payments. Notwithstanding the foregoing, the Contractor shall, at least 10 days prior to declaring a breach of contract by any Authorized User, by certified or registered mail, notify both the Commissioner and the purchasing official of the breaching Authorized User of the specific facts, circumstances and grounds upon which a breach will be declared. It is understood, however, that if the Contractor's basis for declaring a breach is insufficient, the Contractor's declaration of breach and failure to service an Authorized User shall constitute a breach of its contract and the State or Authorized User may thereafter utilize any remedy available at lav, or equity. 63. INTEREST ON LATE PA VNIENTS a. State Agencies The payrnent of interest on certain payments due and owed by a State agency may be made in accordance with Article 1 I- A of the State Finance Law and Title 2 of the New York Code of Rules and Regulations, Part 18 (Implementation of Prompt Payment b. By Non -State Al encies The terms of Article 11-A apply only to procurements by and the consequent payment obligations of State Agencies. Neither expressly nor by any implication is the statute applicable to non -State Authorized Users. Neither is the Office of General Services nor the Office of the State Comptroller responsible for payments on any purchases made by a Non -State Agency Authorized User. C. By Contractor Should the Contractor be liable for any payments to the State hereunder, interest, late payment charges and collection fee charges will be determined and assessed pursuant to Section 18 of the State Finance Law. 64. REMEDIES FOR BREACH It is understood and agreed that all rights and remedies afforded below shall be in addition to all remedies or actions otherwise authorized or permitted by law: a. Cover / Substitute Performance In the event of Contractor's material breach, the Commissioner may, with or without formally bidding same: Purchase from other sources; or ii. If, after making reasonable attempts, under the circumstances then existing, to timely obtain acceptable service or acquire replacement product of equal or comparable quality, the Commissioner is unsuccessful, the Commissioner may acquire acceptable replacement product or service of lesser or greater quality. Such purchases may, in the discretion of the Commissioner, be deducted from the contract quantity and payments due Contractor. b. Withhold Pavment In any case where a question of non- performance by Contractor arises, payment may be withheld in whole or in part at the discretion of the Commissioner. Should the amount withheld be finally paid, a cash discount originally offered may be taken as if no delay in payment had occurred. C. Reimbursement of Costs Incurred The Contractor as-rees to reimburse the State and/or Authorized User promptly for anyandall additional costs and expenses incurred for acquiring acceptable services, and/or replacement Product. Should the cost of cover be less than the contract price, the Contractor shall have no claim to the difference. The Contractor covenants and agrees that to the event surf is successfully prosecuted for any default on the part of the Contractor, all costs and expenses expended or incurred by the State or Authorized User in connection therewith, including reasonable attorney's fees, shall be paid by the Contractor. Where the Contractor fails to timely deliver pursuant to the guaranteed delivery terms of the contract, the Commissioner may authorize an ordering Authorized User to rent substitute equipment temporarily. Any sums expended for such rental shall, upon demand, be reimbursed to the Authorized User promptly by the Contractor or deducted by the Authorized User from payments due or to become due the Contractor on the same or another transaction. d. Deduction / Credit Sums due as a result of these remedies may be deducted or offset by the State or Authorized User from payments due, or to become due, the Contractor on the same or another transaction. if no deduction or only a partial deduction is made in such fashion the Contractor shall pay to the State or Authorized User the amount of such claim or portion of the claim still outstanding, on demand. The Commissioner reserves the right to determine the disposition of any rebates, settlements, restitution, liquidated damages, GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B 65. ASSIGNMENT OF CLAiM Contractor hereby assigns to the State any and all its claims for overcharges associated with this contract which may arise under the antitrust laws of the United States. 15 U.S.C. Section 1, et seq. and the antitrust laws of the State of New York. G.E.L. Section 340, et seq. 66. TOXIC SUBSTANCES Each Contractor furnishing a toxic substance as defined by Section 875 of the Labor Lair, shall provide such Authorized User with not less than two copies of a material safety data sheet, which sheet shall include for each such substance the information outlined in Section 876 ofthe Labor Law. Before any chemical product is used or applied on or in any building, a copy of the product label and Material Safety Data Sheet must be provided to and approved by the user agency representative. 67. INDEPENDENT CONTRACTOR It is understood and agreed that the legal status of the Contractor, its agents, officers and employees under this Contract is that of an independent Contractor, and in no manner shall they be deemed employees of the State or Authorized User, and therefore are not entitled to any of the benefits associated with such employment. The Contractor agrees, during the term of this contract, to maintain at Contractor's expense those benefits to which its employees would otherwise be entitled by lav,, including health benefits, and all necessary insurance for its employees, including worker's compensation, disability and unemployment insurance, and to provide the Authorized User with certification of such insurance upon request. The Contractor remains responsible for all applicable federal; state and local taxes; and all FICA contributions. 68. SECURITY../ CONFIDENTIALTTY Contractor warrants, covenants and represents that it will comply fully with all security procedures of the State and any Authorized Uscr(s) in performance of the Contract. Contractor further warrants, covenants and represents that any confidential inforniation obtained by Contractor, its agents, subcontractors, officers, or employees in the course of performing its obligations, including without Iimitation, security procedures, business operations information, or commercial proprietary information in the possession of the State or any Authorized User hereunder or received from another third parry, will not be divulged to any third parties. Contractor- shallnot-be-- required- -to— keep - -confidential - anysuch confidential material which is publicly available through no fault of Contractor, independently developed by Contractor without reliance on confidential information of the State or Authorized User_ or otherwise obtained under the Freedom of Information Act or other applicable New York State Laws and Regulations. This warranty shall survive termination of this Contract. Contractor further agrees to take appropriate steps as to its personnel, agents, officers and any subcontractors regarding the obligations arising under this clause to insure such confidentiality. 69. COOPERATION WiTH THIRD PARTIES The Contractor shall be responsible for fully cooperating with any third party, including but not limited to subcontractors of the Authorized User, relatin; to delivery of product or coordination of services. 70. CONTRACT TERM - RENEWAL In addition to anv stated renewal periods in the Contract, any contract or unit portion thereof let by the Commissioner may be extended by the Commissioner for an additional period(s) of up to one year (cumulatively) with the written concurrence of the Contractor. 71 WARRANTIES Where Contractor or Product manufacturer forth below. Contractor shall offer or pass through any such warranties to Authorized Users. Contractor hereby warrants and represents: a. Product Performance Products delivered pursuant to this Contract conform to the manufacturer's specifications, performance standards and documentation, and the documentation fully describes the proper procedure for using the Products. indemnification To fully indemnify and save harmless the State.. Authorized Users and their respective officers, agents and employees without limitation from suits, actions, damages and costs of every name and description arising out of the acts or omissions of Contractor, its officers, employees, subcontractors, partners, or agents, in any performance under this contract including: 0 personal injury, damage to real or personal tangible property, ii) negligence, either active or passive, or iii) infringement of an), law or of a United States Letter Patent with respect to the Products furnished, or of any copyright, trademark, trade secret or intellectual proprietary rights, provided that the State or Authorized User shall give Contractor: (a) prompt written notice of any action, claim or threat of infringement suit, or other suit, promptness of which shall be established by Authorized User upon the furnishing of written notice and verified receipt, (b) the opportunity to take over, settle or defend such action, claim or suit at Contractor's sole expense, and (c) assistance in the defense of any such action at the expense of Contractor. Where a dispute or claim arises relative to a real or anticipated infringement, the State or Authorized User may require Contractor, at its sole expense, to submit such information and documentation, including formal patent attorney opinions, as the Commissioner shall require. C. Title and Ownership Warranty Full ownership, clear title free of all liens, or tine right to transfer or deliver perpetual license rights to any Products transferred to Authorized User under this Contract. Contractor shall be solely liable for any costs of acquisition associated therewith. Contractor fully_ indemnifies the State and Authorized User for any loss, damages or actions arising from a breach of said warranty without limitation. d. Contractor Compliance To pay, at its sole expense, all applicable _permits licenses, tariffs tolls and fees and give all notices and comply with all laws, ordinances, rules and regulations of any governmental entity in conjunction with the performance of obligations under the contract. Prior to award and during the Contract term and any renewals thereof, Contractor must establish to the satisfaction of the Commissioner that it meets or exceeds all requirements of the bid' contract and any applicable laws, including but not limited to, permits, insurance coverage, licensing, proof of coverage for workman's compensation, and shall provide such proof as required by the Commissioner. Failure to do so may constitute grounds for the Commissioner- to cancel or suspend this contract, in whole or in part, or to take any other action deemed necessary by the Commissioner. Product Warranty Unless recycled or recovered materials are available in accordance with the "Recycled or Recovered Materials" clause, Product offered shall be standard new equipment, current model of regular stock product with all parts regularly used with the type of equipment offered; and no attachment or part has been substituted or applied contrary to the manufacturer's recommendations and standard practice. Every Product, including any substituted or replacement Product delivered must be unconditionally guaranteed against faulty GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B Commissioner. Furthermore, the Contractor agrees to extend its warranty period by the cumulative periods of time, after notification.. during which the Product requires servicing or replacement (down time) or is in the possession of the Contractor, its agents, officers or employees. If during the regular or extended warranty periods faults develop, the Contractor shall promptly repair or, upon demand, replace the defective unit or component part affected. All costs for labor and material and transportation incurred to repair or replace defective goods during the warranty period shall be home solely by the Contractor, and the State or Authorized User shall in no event be liable or responsible therefor. This warranty shall survive any termination of the contract in accordance with the warranty term. Replacement Parts Warranty Where the provision of services requires the replacement or repair of Product, any replaced or repaired component, part or Product shall be new and shall, if available, be replaced by the original manufacturer's component, part or Product. Remanufactured components meeting new product standards may be permitted by the Commissioner or Authorized User. All proposed substitutes for the original manufacturer's installed Product must be approved by the Authorized User before installation. The Product or part shall be equal to or of better quality than the original Product being replaced. Any Product replaced by the Contractor under the contract shall be guaranteed for the remainder of the warranty period under (d) above and replaced at no cost to the Authorized User if found defective during that time. g. Date/Time Warrantv Contractor warrants that Product(s) furnished pursuant to this Contract shall, when used in accordance with time Product documentation, be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) transitions, including leap year calculations. Where a Contractor proposes or an acquisition requires that specific Products must perform as a package or system, this warranty shall apply to the Products as a system Where Contractor is providing ongoin; services, including but not limited to: i) consulting, integration, code or data conversion, ii) maintenance or support services, iii) data entry or processing, or iv) Contract administration services (e.g. billing, invoicing, claim processing), Contractor warrarits that services shall be provided in an accurate and timely manner without interruption, failure or error due to the inaccuracy of Contractor's business operations in processing date/time data (including, but not limited to, calculating, comparing, and sequencing) various date/time transitions, including leap year calculations. Contractor shall be responsible for damages resulting from any delays, errors or untimely performance resulting therefrom, including but not limited to the failure or untimely performance of such services. This Date/Time Warranty shall survive beyond termination or expiration of this contract through: a) ninety (90) days or b) the Contractor's or Product manufacturer/developer's stated date/time warranty term, whichever is longer. Nothing in this warranty statement shall be construed to limit any rights or remedies otherwise available under this Contract for breach of warrantv. NAASPO STANDARD TERMS AND CONDITIONS (National Orb nization of State Procurement Officials terms for cooperative procurements) NASPO STANDARD TERMS AND CONDITIONS Standard Contract Terms and Conditions National Association of State Procurement Officials (NASPO) Cooperative Procurements PARTICIPANTS: The National Association of State Procurement Officials ("NASPO") is a national association of Chief Procurement Officers that has created a guide for national cooperative procurement for state government departments, institutions and political subdivisions (i.e., colleges, school districts, counties, cities, etc.) for the NASPO Member States and territories of the United States. Obligations under contracts that result from this cooperative procurement are limited to those Participating States who have signed (and not revoked) an Intent to Contract at the time of award, or who have executed a Participating Addendum where contemplated by the solicitation. Financial obligations of Participating States are limited to the orders placed by the departments or other state agencies and institutions having available funds. Participating States incur no financial obligations on behalf of political subdivisions. Unless otherwise specifled in the solicitation, the resulting price agreement(s) will be permissive. DEFINITIONS: "Lead State" means the State conducting this cooperative solicitation and centrally administering any resulting price agreement with the permission of the NASPO Member States. "Offer" or "Bid" or "Proposal" refers to the offer submitted in response to a solicitation; whether denominated as an invitation to bid; invitation for bid, request for proposal, or otherwise. "Bidder" or "Offeror" similarly refers to the person, company, or other entity submitting the bid or proposal that constitutes an offer capable of acceptance, regardless of the solicitation method used. "Permissive price agreement" means that placement of orders through the price agreement is discretionary with Purchasing Entities. They may satisfy their requirements through the price agreement without using statutory or regulatory procedures (e.g. invitations for bids) to solicit competitive bids or proposals. Purchasing Entities may, however, satisfy requirements without using the price agreement so long as applicable procurement statutes and rules are followed. "Participating Addendum" means a bilateral agreement executed by the contractor and a Participating State (or a political subdivision with the consent of its state's chief procurement officer) that clarifies the operation of the price agreement for the State concerned, e.g. ordering procedures specific to a State, and may add other state -specific Iangzage or other requirements. "Participating State" means a member of NASPO who has indicated its intent to participate as disclosed on the solicitation, or who subsequently signs a Participating Addendum where contemplated by the solicitation. NASPO STANDARD TERMS AND CONDITION'S (cont'd) "Purchasing Entity" means a Participating State or another legal entity, such as a political subdivision; properly authorized by a Participating State to enter into a contract for the purchase of goods described in this solicitation. Unless otherwise limited in this solicitation or in a Participating .Addendum, political subdivisions of Participating States are Purchasing Entities and Participants authorized to purchase the goods and/or services described in this solicitation. QUANTITY ESTIMATES: Estimated quantities are infornlational and not to be construed as a warranty of accuracy of historical or anticipated volumes or a guarantee to purchase any amount. SPECIFICATIONS: Any deviation from specifications must be clearly indicated by offeror, otherwise, it will be considered that the proposal is in strict compliance. 'When BRAND NAMES or manufacturers' numbers are stated in the specifications they are intended to establish a standard only and are not restrictive unless the solicitation says no substitute." Offers will be considered on other makes, models or brands having comparable quality, style, workmanship and perforinance characteristics. Alternate proposals offering lower- quality or inferior performance will not be considered. ACCEPTANCE OR REJECTION OF BIDS AND PROPOSALS: The Lead State reserves the right to accept or reject any or all bids or proposals, or parts of bids or proposals, and to waive informalities therein. SAMPLES: Generally, when required, samples will be specifically requested in the solicitation. Samples, when required, are to furnished free of charge. Except for those samples destroyed or mutilated during testing, samples will be returned at an offeror" s request, transportation collect. CASH DISCOUNT TERMS: Offeror may quote a cash discount based upon early payment, however- discounts offered for less than 30 days will not be considered in making the award. The date from which discount time is calculated shall be the date a correct invoice is received or receipt of shipment, whichever is later; except that if testing is performed, the date shall be the date of acceptance of the merchandise. TAXES: Offered prices shall be exclusive of state sales and federal excise taxes. Where the state government entities are not exempt from sales taxes on sales within their- state, the contractor shall add the sales taxes on the billing invoice as a separate entry. PATENTS, COPYRIGHTS, ETC: The Contractor- shall release, defend, indemnify, and hold harmless NASPO, the ParticipatimgStates, and the Purchasing Entities, as well as the officers, agents and employees of NASPO, the Participating States and the Purchasing Entities, fi-om liability of any kind or nature, including the Contractor's use of any copyrighted or uncopyrighted composition, process, patented or unpatented invention, article or appliance furnished or used in performance of thus contract. NASPO STANDARD TERMS AND CONDITIONS (cont'd) A WARD: Multiple contracts may be awarded as a result of this solicitation. Awards in requests for proposals (competitive sealed proposals) shall be made to the responsible offeror(s) whose proposals are determined to the most advantageous to the Participating States, taking into consideration price and the other evaluation factors set forth in the solicitation. The Participating States reserve the right to award items separately or by grouping items, or by total lot. NON -COLLUSION: By signing the proposal the offeror certif es that the proposal submitted, has been arrived at independently and has been submitted without collusion with, and without any agreement, understanding or planned commnon course of action with, any other vendor of materials, supplies, equipment or services described in the solicitation, designed to limit independent bidding or competition. TERMINATION: unless otherwise stated in the solicitation, any contract entered into as a result of this solicitation may be terminated by either party upon 60 -days notice, in writing,prior to the effective date of the termination. Further, any Participating State may terminate its participation upon 30 -days written notice, unless otherwise limited or stated in the special terms and conditions of the solicitation. Any termination under this provision shall not effect the rights and obligations attending orders outstanding at the time of cancellation, including any right of any Purchasing Entity to indemnification by the Contractor, rights of payment for goods/services delivered and accepted, and rights attending any warranty or default in performance in association with any order. ✓ DEFAULT AND REMEDIES: A. Any of the following shall constitute cause to declare the contract or any order under this contract in default: (1) No_nperforrnance_of contractual requirements; or (2) A material breach of any term or condition of this contract. B. A written notice of default, and an opportunity to cure, shall be issued by the party claiming default, whether the Lead State (in the case of breach of the entire agreement), a Participating State (in the case of a breach of the Participating Addendum), the Purchasing Entity (with respect to any order), or the Contractor. Time allowed for cure 1. shall not diminish or eliminate any liability for liquidated or other damages. NASPO STANDARD TERMS AND CONDITIONS (cont'd) DEFAULT AND REMEDIES: (cont'd) C. If the default remains after the opportunity for cure, the non -defaulting party may: (1) Exercise any remedy provided by law or equity; (2) Terminate the contract or any portion thereof including any orders issued against the contract; (3) Impose liquidated damages, as specified in the solicitation or contract; (4) In the case of default by the contractor, and to the extent permitted by the law of the Participating State or Purchasing Entity, suspend contractor from receiving future solicitations. LAWS AND REGULATIONS: Any and all supplies, services and equipment offered and furnished shall comply fully with all applicable Federal and State laws and renulations. CONFLICT OF TERMS: In the event of any conflict between these standard terns and conditions and any special terms and conditions in the solicitation, the special tens and conditions shall govern. REPORTS: The contractor shall submit quarterly reports to the Lead State contract administrator, and upon request to any Participating State, showing the quantities and dollar volume of purchases by each Purchasing Entity. HOLD HARMLESS: The contractor shall release, defend, indemnify and hold harmless NASPO, the Participating States, and the Purchasing Entities, as well as the officers-, agents -and -employees ofIN7ASP0, the Participating -States -and the Purchasing- Entities, urchasing Entities, from and against any dainage, cost or liability, including reasonable attorneys fees for any or all injuries to persons, property or claims for money damages arising from acts or omissions of the contractor, its employees or subcontractors or volunteers. ORDER NUMBERS: Contract order and purchase order numbers shall be clearly shown on all acknowledgments, shipping labels, pac1drig slips, invoices, and on all correspondence. G017ERNING LAW AND VENUE: This procurement shall be governed and the resulting price agreement construed in accordance with the laws of the Lead State. The construction and effect of any Participating Addendum or order against the price agreement shall be governed by and construed in accordance with the laws of the Purchasing Entity's State. Venue for any claim, dispute or action concerning the construction and effect of the price agreement shall be in the Lead State. Venue for any NASPO STANDARD TERMS AND CONDITIONS (cont'd) claim, dispute or action concerning an order- placed against the price agreement or the effect of a Participating Addendum or shall be in the Purchasing Entity's State. DELIVERY: The prices offered shall be the delivered price to any NASPO state agency or political subdivision. All deliveries shall be F.O.B. destination with all transportation and handling charges paid by the contractor. Responsibility and liability for loss or damage shall remain the Contractor until final inspection and acceptance when responsibility shall pass to the Purchasing Entity except as to latent defects, fraud and Contractor's warranty obligations. The minimum shipment amount will be found in the special terms and conditions. Any order for less than the specified amount is to be shipped with the freight prepaid and added as a separate item on the invoice. Any portion of an order to be shipped without transportation charges that is back ordered shall be shipped without charge. WARRANTY (including Year 2000): The contractor agrees to warrant and assume responsibility for each hardware, firmware, and/or software product (hereafter called the product) that it licenses, or sells, to the Purchasing Entity under this contract. The contractor aclmowledges that the Uniform Coirunercial Code applies to this contract. In general, the contractor warrants that: (a) the product will do what the salesperson said it would do, (b) the product will live up to all specific claims that the manufacturer makes in their advertisements, (c) the product will be suitable for the ordinary purposes for which such product is used, imcludingvear2000 compatibility and fitness, (d) the product will be suitable for any special purposes that the Purchasing Entir�7 has relied on the contractor's skill or judgment to consider when it advised the Purchasing Entity about the product, (e) the product has been properly designed and manufactured, and (f) the product is free of s janificant defects or unusual problems about which the Purchasing Entity has not been warned. "Year 2000 compatibility and fitness" means: (1) the product warranted by the contractor will not cease to perform before, during, or after the calendar year 2000, (2) the product will not produce abnormal, invalid, and/or incorrect results before, during, or after the calendar year 2000, (3) will include, but not be limited to, date data century recognition, calculations that accommodate same century and multi - century formats, date data values that reflect century, and (4) accurately process date data (including, but not limited to; calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations. If problems arise, the contractor will repair or replace (at no charge to the Purchasing Entity) the product whose noncompliance is discovered and made known to the contractor in writing. Nothing in this warranty will be construed to limit any rights or remedies the Purchasing Entity may otherwise have under this contract with respect to defects. AAENDAIENTS: The terms of this contract shall not be waived, altered, modified, supplemented or amended in any manner whatsoever without prior written approval of the Contract Administrator of the Lead State. NASPO ST_kNDARD TERM'S AND CONDITIONS (cont'd) ASSIGNMENT/SUBCONTRACT: Contractor- shall not assign, sell., transfer, subcontract or sublet rights, or delegate responsibilities under this contract, in whole or in part, without the prior written approval of the Contract Administrator of the Lead State. NONDISCRIMINATION: The offeror agrees to abide by the provisions of Title VI and Title VII of the Civil Rights Act of 1964 (42 USC 2000e), which prohibit discrimination against any employee or applicant for employment, or any applicant or recipient of services, on the basis of race, religion, color, or national origin; and further agrees to abide by Executive Order No. 11246, as amended, which prohibits discrirnination on basis of sex; 45 CFR 90 which prohibits discrimination on the basis of age, and Section 504 of the Rehabilitation Act of 1973, or the Americans with Disabilities Act of 1990 which prohibits discrimination on the basis of disabilities. The offeror further agrees to furnish information and repots to requesting State(s), upon request, for the purpose of detemlining compliance with these statutes. Offeror agrees to comply with each individual state's certification requirements, if any, as stated in the special teens and conditions. This contract may be canceled if the offeror fails to comply with the provisions of these laws and regulations. The offeror must include this provision in very subcontract relating to purchases by the States to insure that subcontractors and vendors are bound by this provision. SEITRABILITY: If any provision of this contract is declared by a court to be illegal or in conflict with any law, the validity of the remaining terns and provisions shall not be affected; and the rights and obligations of the parties shall be construed and enforced as if the contract did not contain the particular provision held to be invalid. INSPECTIONS: Goods furnished under this contract shall be subject to inspection and test by the Purchasing Entity at times and places determined by the Purchasing Entity. If the Purchasing Entity fmds goods furnished to be incomplete or not in compliance with proposal �ecificatrons, the Purchasinc, Entity may reject the goods and require Contractor to either correct them without charge or deliver them at a reduced price -which is equitable under the circumstances. If Contractor is unable or refuses to correct such goods within a time deemed reasonable by the Purchasing Entity, the Purchasing Entity may cancel the order in whole or in part. Notlim, in this paragraph shall adversely affect the Purchasing Entin,'s rights including the rights and remedies under the Uniform Commercial Code. PAYMENT: Payment for completion of an contract is normally made within 30 days following the date the entire order is delivered or the date a correct invoice is received, whichever is later. Payments will be remitted by mail. Payments may be made via a Purchasing Entity's "Purchasing Card". NASPO STANDARD TERMS AND CONDITIONS (cont'd) FORCE MAJEURE: Neither party to this contract shall be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that party's reasonable control. The Lead State may terminate this contract after determining such delay or default will reasonably prevent successful perfonnance of the contract. HAZARDOUS CHEMICAL, INFORMATION: The Contractor will provide one set of the appropriate material safety data sheet(s) and container label(s) upon delivery of a hazardous material to the Purchasing Entity agency. All safety data sheets and labels will be in accordance with each participating state's requirements. EXTENSION OF PRICES: In the case of error in the extension of prices in the proposal, the unit prices will govern. PROPOSAL PREPARATION COSTS: NASPO is not liable for any costs incurred by the offeror in preparation of the bid or proposal. CERTIFICATION REGARDING CONFLICT OF INTEREST: Contractor certifies that it has not offered or given any gift or compensation prohibited by the state laws of any Participating State to any officer or employee of NASPO or Participating States to secure favorable treatment with respect to being awarded this contract. INDEPENDENT CONTRACTOR: Contractor shall be an independent contractor, and as such shall have no authorization, express or implied to bind the Participating States to any agreements, settlements, liability or understanding whatsoever, and agrees not to perform any acts as agent for NASPO or the states, except as expressly set forth herein. POLITICAL SUBDIA7ISION PARTICIPATION: Participation under this contract by political subdivisions (i.e., colleges, school districts, counties, cites, etc.,) of the NASPO _participating states shall be voluntarily determined by the political subdivision. The contractor agrees to supply the political subdivisions based upon the same terms, conditions and prices. CERTIFICATION REGARDING DEBARMENT: The Contractor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction (contract) by any goveinmental department or agency. If the CONTRACTOR cannot certify this statement, attach a written explanation for review by NASPO. RECORDS ADMINISTRATION: The contractor will maintain, or supervise the maintenance of all records necessary to properly account for the payments made to the contractor for costs authorized by this contract. These records will be retained by the contractor for at least four years after the contract terminates, or until all audits initiated within the four years have been completed, whichever is later. NASPO STANDARD TERMS AND CONDITIONS (cont'd) AUDIT OF RECORDS: The contractor agrees to allow NASPO, State and Federal auditors, and state agency staff access to all the records related to this contract, and the right to copy those records, for audit, inspection and monitoring of services. Such access will be during normal business hours, or by appointment. PRICES AS CEILING: Price agreement prices represent ceiling prices for the supplies and services priced in the price agreement. The vendor shall report to the Lead State any price reduction or discount, or other more favorable terns, offered to any Purchasing Entity, and the awarded vendor- agrees to negotiate in good faith to reestablish ceiling prices or other more favorable terms and conditions applicable to future orders under- similar terns and conditions.. STATE PARTICIPATION/UNIQUE TERMS AND CONDITIONS: Apart from the Lead State conducting the solicitation, the States indicated on page 2 under "PURPOSE", Participating States have signified their intent to enter into a price agreement and, except where the solicitation requires execution of a Participating Addendum, are considered Participating States for purposes of this solicitation and the resulting contract. Attachment A of the Solicitation includes any significant modifications to these terns and conditions or State -specific provisions required by the laws, regulations, or procurement practices of the State(s). Additional States may be added with the consent of the contractor and the Lead State (on behalf of the NASPO Participating States) through execution of a Participating Addendum. Participation in these contracts These contracts were bid in conjunction with the National Association of State Procurement Officials (NASPO) and are open to any State, and its eligible entities, in the continental United States that wishes to participate. States wanting to participate in these contracts should fill out and si-ti the attached Intent to Contract form. Copies of the completed form should be sent to NYS OGS contract officer as listed on the form. The Participating Addendum form is to be used by the participating States and sent to those contractors under these awards with whom they wish to contract . States may add their own additional terms and conditions as an attachment or in the space provided on the form if it is required. Once completed, a copy of this form should be sent to the NYS OGS contract officer listed on the form. The following table lists the States that have presently submitted an Intent to Participate and the State contact person for that State. Last updated: October 19, 2009 State Contact Person Entail Alaska Jason Soza Jason soza(cuadmin.state. ak.us Arizona Adam Williams Adam. williains(-cuazdoa.gov Arkansas Robin Rogers Robin.rogers(udfa.state. ar.us California Cynthia Okoroike Cynthia.Okoroike ci�dgs.ca.gov Florida Smith, Donna Donna.stnith(a�.dms.myflorida.com Georgia Matt Taylor Mtaylor(a`),doas.ga.gov Idaho Richard Vogel Dick.vogel(a)adm.idaho.gov Kansas Charles Miller Chuck.iniller�.da.ks.aov Louisiana_ _ _Denselea — Denise:lea@Ia:gov___ Maryland Mike Haifley Massachusetts Ron urhitaker Ron.whitaker a,state.ma.us Maine Betty Lamoreau Bettv.m.lamoreauClmalne.gOV Minnesota Gloria Sonnen Gloria. sonnenCstate.mn.us New Pork State- lead state Sue NTolslegel Susan.wolslegel@ogs.state.7711.us Oklahoma Lee Johnson Lee ohnsonCa?dcs. state. ok.us Oregon Tim Jenks Tirrm.jenks(a'�state.onus South Dakota Steven Berg Steven.berg(astate.sd.us Tennesee/Shelby County Nelson Fowler Nelson.fo`A,ler(a�shelb)'countytn.gov Virginia Frances Finch Fran. fmch cv,dgs.virgima.gov West Virginia JoAnn Adkins Jo.a.adkins(a7,mv.gov National Association of State Procurement Officials/NYS Cooperative Purchase HAZARDOUS INCIDENT RESPONSE EQUIPMENT NYS/NASPO Cooperative contract Group 38232, Award 19745 INTENT TO CONTRACT I. PURPOSE: The purpose of this Agreement is to provide the Participating States in the NASPO Procurement Cooperative with the opportunity to participate in multi -state cooperative contracts. The Intent to Contract identifies the NASPO parties who intend to order from each contract and defines the nature of the commitment from each party. A cooperative procurement of Hazardous Incident Response Equipment (HIRE) is considered in the best interests of NASPO and the Participating States because: 1. Access to broad-based catalog contracts for Hazardous Incident Response Equipment (HIRE) is a requirement of all NASPO States to enable them to meet anticipated requirements for domestic preparedness equipment in a timely manner. 2. All States have a need for centralized reporting of ordering volume, to enable better management of these types of supplies 3. National distribution chains exist which are compatible with these objectives 4. NASPO expects that a centrally procured and administered contract will reduce pricing for domestic preparedness equipment and achieve better efficiencies in ordering. 5. The solicitation and contract is structured to accommodate any Participating States' localized requirements concerning availability of supplies in their geographical areas IL EFFECTIVE DATES OF THIS INTENT TO CONTRACT This agreement shall remain in effect until the term of the contract, established in Section IV of this document, has ended or has been terminated for cause. III. SCOPE OF THE CONTRACT Scope Description. The State of NY is authorized by agreement of the participants to act as the Lead State in developing this multi -state cooperative contract for the following commodities or items: Ha_-aPdous Incident RespoMe Eguipment- This contract will be permissive and provide access to the successful vendors' product lines. Permissive or Mandatory: Permissive contracts. Administrative Fee An administrative fee of one-half of one percent (0.590 will be assessed centrally for purchases under the contract. NI'S will receive 0.5% of the sales to NYS. NASPO will receive 0.511'() of the sales to all other participating States for administration of the procurement and resulting contracts. N. TERM Or THE CONTRACT The initial contract will be established for five (5) years to May 31, 2010, with the option of two (2) and one (1) year extensions. V. SOLICITATION AND CONTRACT DEVELOPMENT/ADDITIONAL., INFORMATION Solicitation and contract development has been accomplished in compliance with the NASPO Memorandum of Agreement, incorporated herein by reference. Solicitation Publication Period Bidders/offerors were given from January 16- date of bid publication- to March 29 to submit bid offerin-. Solicitation Type and Evaluation Criteria This bid is being evaluated based on: 1. Discount percentage offered 2. Reasonableness of price 3. Delivery time. 4. Existing sales to govenunent entities of $300,000/yr. 5. Product offered Award(s): The solicitation permits multiple awards. Multiple awards made by Participating States for use in their regions will be administered by the Participating State - — Additional- Requested Information We request each NASPO member, desiring to participate in this contract award, provide the following information along with this Intent to Contract: 1. Any known limitations on their State's ability to order commodities, such as those limitations that may arise because of the existence of mandatory price agreements. 2. The State -specific terms and conditions that will govern orders placed within the Participating State, or other significant terms and conditions that may be required on the Participating Addendum. 3. A draft participating addendum will be supplied to participating states. States requiring addition of significant terns and conditions to those already accepted by the contractors should attach them and submit to each contractor for signature. If no additional teens are needed Participating States should have the document signed by the contractors under the resulting awards. A copy of the signed agreement should be sent to the Lead State for their records STI. PARTIES TO THIS AGREEMENT The parties to this Agreement have axed their siLmatures below in witness and in execution of this Intent to Contract, this day of ,2005. Printed Name and Title Signature State Contact information- please list information for State contact that will interface for NYS regarding any contract issues. State: Name: Phone number: Fax number: Email: Mailinz address: For questions or conunent please contact: Susan Wolslegel NYS OGS Procurement Services 38" 8007-, Tower Empire State Plaza Albany, New York 12242 518 474-5052 (fax ) _ phone 518 473 -9441 -(voice) --- _ E-mail susan.wolslegel@ogs.state.ny.us. PARTICIPATING ADDENDUM HAZARDOUS INCIDENT RESPONSE EQUIPMENT NYS/NASPO Cooperative contract Group 38232, Award 19745 MASTER AGREEMENT- required for each contractor under this award Vendor Name Here Contract Number Participating Entity Name 1. Scope (Briefly describe the jurisdiction of the governmental entity. If the jurisdiction includes all the governmental entities within an entire state, a statement to that effect will suffice) 2. Changes: (Insert specific changes or a statement that no changes are required) 3. Primary Contact: The primary participating entity contact for this participating addendum is as follows: Name: Participating Entity Name: Address: Telephone: Fax: E-mail: The primary Contractor contact for this participating addendum is as follows: Name: Contractor: Address: Telephone: Fax: E-mail: 4. Vendor contract award number: PC The Vendor contract number MUST be shown on all Purchase Orders issued against contract. This Addendum and the Price Agreement together with its exhibits, set forth the entire agreement between the parties with respect to the subject matter of all previous communications, representations or agreements, whether oral or written, with respect to the subject matter hereof. Terms and conditions inconsistent with, contrary or in addition to the terms and conditions of this Addendum and the Contract Award, together with its exhibits, shall not be added to or incorporated into this Addendum or the Contract Award and its exhibits, by any subsequent purchase order or otherwise, and any such attempts to add or incorporate such terms and conditions are hereby rejected. The terms and conditions of this Addendum and the Contract Award and its exhibits shall prevail and govern in the case of any such inconsistent or additional terms. IN WITNESS WHEREOF, the parties have executed this Participating Addendum as of the date of execution by both parties below. Participating Entity: Contractor: By:_ Name: Title: Date: When completed please send copy to: By: _ Name: Title: Date: Susan Wolslegel NYS OGS Procurement Services 38th floor, Tower Empire State Plaza Albany, New York 12242 518 474-5052 (fax ) Phone 518 473-9441 (voice) E-mail susan.wolslegel@ogs.state.ny.us.