Loading...
HomeMy WebLinkAbout05.J- Police RESOLUTION (ID # 4429) DOC ID: 4429 A �■r' CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Jarrod Burguan M/CC Meeting Date: 07/05/2016 Prepared by: Mike Eckley, Dept: Police Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Purchase of a Mobile Observation Safety Tower Funded by the 2015 Urban Area Security Initiative (UASI) Grant. (#4429) Current Business Registration Certificate: Yes Financial Impact: Account Budgeted Amount: $160,000.00 Account No. 123-210-8043 Account Description: UASI FY 2015/2016 Balance as of: 06/14/2016 - $160,000.00 Balance after approval of this item: $67,781.00 Motion: Adopt the Resolution. Synopsis of Previous Council Action: 3/07/2016 Resolution #2016-37 adopted authorized a Memorandum of Understanding between the City of Riverside Office of Emergency Management and the City of San Bernardino for the purpose of accepting and administering the 2015 Urban Area Security Initiative (UASI) Grant. 7/18/2011 Resolution # 2011-230 adopted authorizing an MOU with the City of Riverside Office of Emergency Management to accept and administer the 2010 UASI Grant 9/20/2010 Resolution #2010-324 adopted authorizing an MOU with the City of Riverside Office of Emergency Management to accept and administer the 2009 UASI Grant 4/6/2009 Resolution #2009-75 adopted authorizing an MOU with the City of Riverside Office of Emergency Management and the obligation and expenditure of UASI grant funds. Background: The City of San Bernardino has been designated as a high-threat urban area by the Department of Homeland Security (DHS) and can submit project proposals to the City of Riverside for Urban Area Security Initiative (UASI) funds. The intent of the UASI f'{aclie P 1 Updated: 6/27/2016 by Georgeann "Gigi" Hanna A 4429 program is to enhance regional preparedness and expand collaboration efforts in the region. In 2008, the City of San Bernardino became a member of the Riverside Area UASI in cooperation with cities of Riverside and Ontario. Historically, the City has received funding from UASI for both Police and Fire programs. In 2008, UASI funds were approved for the purchase of the Police Bearcat vehicle and to conduct regional Active Shooter Training. The 2009 UASI grant provided funding for the Fire Department's CERT program, the Police Department's all-terrain rescue vehicle, and additional Active Shooter Training. In 2011, the UASI award of$440,000 was used to install and implement the first stage of the City's Downtown Camera Protection Zone with 11 security cameras installed throughout downtown San Bernardino. The Downtown Camera Protection Zone continues to expand through additional funding from CDBG, Police A131 09 funds, along with other grant and City funds. The FY2015 Project Proposal for funds was approved by UASI on November 16, 2015. A portion of the approved project will add regionally deployable and sharable assets to the San Bernardino Downtown Camera Protection Zone allowing the City of San Bernardino and partner agencies to use self-sustaining (solar powered) mobile camera equipment that can be deployed over extended periods of time allowing command managers to have aerial views from strategic locations. The other portion of the approved project will provide a regionally deployable and sharable mobile (towable) observation safety tower to the San Bernardino Police Department's inventory of special utility vehicles. This mobile safety tower can be used to place an observer in a position about twenty feet above the ground so that special events, parking lots, business areas, and other important assets can be watched. Large venues like amusement parks, sports complexes, and other large police agencies all report positive results from the use of these unique observation tools. The San Bernardino Police Department was awarded $160,000.00 from the FY15 Urban Area Security Initiative (UASI) Grant by the City of Riverside Office of Emergency Management for the purchase of this specific observation safety tower. The Riverside UASI management team provided training specific to purchasing items associated with this grant. A line item budget of$100,000.00 was approved by the Riverside UASI for this observation safety tower. As such, we are allowed to use our existing City purchasing regulations to govern the purchase. During the program training, grantees were encouraged to consider GSA approved products (products that appear on a GSA Schedule). The use of such approved GSA product schedules are considered a competitive procedures in accordance with FAR 6.102(d)(3). The San Bernardino Police Department, through research and peer agency contacts, learned that FLIR Systems, of Stillwater OK, provides a one-person above ground observation safety tower referred to as the FLIR SkyWatch Sentinel on GSA Schedule GS-07F-0486V. This single person tower meets the needs of this project purchase. Recent Southern California purchases include the Santa Monica Police Department (one tower), the Los Angeles Metropolitan Transit Agency "METRO" (five towers), and Updated: 6/27/2016 by Georgeann "Gigi" Hanna Ae' hg„ 4429 Disney Parks (one tower). In the San Francisco Bay Area, the Bay Area Rapid Transit Authority "BART) also purchased one tower. On August 11, 2015, METRO authorized the purchase of five towers using an open competitive bid process (METRO Contract DR1634200). We learned that the METRO bid price for their towers matches GSA Schedule GS-07-0486V. GSA Schedule GS-07- 0486V is valid until August 25, 2019. This Request for Council Action seeks permission to move forward with the purchase of one FUR SkyWatch Sentinel Observation Tower as quoted in FUR Systems quote #16- 1032 using GSA contract pricing our awarded on GSA Schedule GS-07F-0486V provided by FUR Systems, of Stillwater OK. Based on the facts that FUR System was awarded a GSA contract (GS-07F-0486V) which is valid until August 25, 2019 to provide this specific item after a federal open competitive bid process and the fact that FUR was awarded a purchase order for five SkyWatch towers on August 11, 2015 after an open competitive bid process, it is recommended pursuant to San Bernardino Municipal Code 3.04.010(b)(3), that the Mayor and Common Council approve a selected source justification for the purchase of this specific item from FUR Systems, of Stillwater Oklahoma. Financial Impact: The Police Department was awarded $160,000 for projects in the 2015 Riverside UASI Grant (Account: 123-210-8043). A total of$100,000.00 was approved and allocated in the grant budget specifically for this one item. This specific Request for Council Action uses $92,219.00 of the available $100,000.00 in UASI funds. The remaining funds will be used to purchase and activate two portable safety camera trailers for our existing Downtown Camera Protection Zone project (a similar Request for Council Action will follow during the third quarter of 2016 for that part of the UASI project). City Attorney Review: Supporting Documents: Resolution 4429 (DOC) San Bernardino PD SW Quote 16-1032 (PDF) SkyWatch Tower Overview (PDF) Skywatch SENTINEL Product Details (PDF) LA METRO FLIR Award Document (PDF) Basic GSA Contract SkyWatch Product Listing (PDF) GSA Contract Details (PDF) FUR GSA Terms and Conditions 5-14-15 (PDF) Updated: 6/27/2016 by Georgeann "Gigi" Hanna A � kg ' 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASE OF A MOBILE 3 OBSERVATION SAFETY TOWER FUNDED BY THE 2015 URBAN AREA 4 SECURITY INITIATIVE (UASI) GRANT. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 6 3 0 7 SECTION 1. After a review of official federal GSA contract documents (GSA 8 Schedule GS-07F-0486V) and after considering that FLIR Systems, of Stillwater, Oklahoma co 9 a 0 10 was awarded a purchase order for five SkyWatch safety towers on or about August 11, 2015 W a� 11 after winning a California open competitive bid hosted by the Los Angeles Metropolitan .0 0 a? 12 Transit Agency (METRO), pursuant to San Bernardino Municipal Code 3.04.010(b)(3), the o 13 Mayor and Common Council hereby approve a selected source justification for the purchase a) 14 of one SkyWatch Observation Safety Tower as outlined in quote 16-1032 dated June 15, 2016 L+ 15 a from FLIR Systems, of Stillwater Oklahoma. 16 N 17 SECTION 2. The Finance Department is hereby authorized to issue a purchase order m 18 to FLIR Systems, of Stillwater, Oklahoma, for the purchase of one SkyWatch Observation 19 Safety Tower as outlined in FLIR Systems quote 16-1032 dated June 15, 2016 for the San 20 0 Bernardino Police Department in an amount not to exceed $92,219.00. The purchase order 21 shall read "UASI SkyWatch Sentinel Observation Safety Tower". 0 22 o 23 a 24 25 26 Ar 27 28 1 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASE OF A MOBILE 2 OBSERVATION SAFETY TOWER FUNDED BY THE 2015 URBAN AREA SECURITY INITIATIVE (UASI) GRANT. 3 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 5 and Common Council of the City of San Bernardino at a meeting 6 7 thereof, held on the day of , 2015, by the following vote, to wit: 8 COUNCILMEMBERS: AYES NAYS ABSTAIN ABSENT a�Z"i Cn 9 MARQUEZ o 10 BARRIOS M 11 VALDIVIA .0 0 12 SHORETT LD 13 NICKEL RICHARD 14 MULVIHILL u 15 a D 16 Georgeann Hanna, City Clerk 17 The foregoing Resolution is hereby approved this of 18 2016. 19 2 20 R. Carey Davis, Mayor N City of San Bernardino 21 Approved as to form: 22 Gary D. Saenz, City Attorney E 23 a 24 By: 25 26 �.. 27 28 2 `mss, ;[s r. . ? #FLIR Print Date: 06/15/2016 FLIR Detection, Inc. FUR POC: Howard Schemer 1024 S. Innovation Way Tel.: Office:(678)600-8218 CeI ard.)335-4892 Stillwater OK,USA, 74074 Email: Howrd.5chemer @flir.com San Bernardino Police Department End User: San eernardino'Police m Department 3 O H NOTES: Quote Validity Date: �+ 9/15/201 c Attn: Mr.Mike Eckley, 2 Tel: (951)712-6242 Email: mike.eckley @sbcity.org FOB Origin rn Qty Part Number O Description Price Ex .-. 1 1SW 1001 SkyWatch Sentinel 84,813 84,81 1 SWO 1023 SkyWatch Training 1,511 1,51 0 SkyWatch operational capabilities. -a Best practices for maintaining and a c servicing units. � Component operational training for any U. purchased options i.e. Cameras, DVR, etc. Manuals and other support information Cr) N 1 CP_Travel Training Travel and Expenses 1,195 1,19 1 Open Market Shipping :Via Flatbed from Ellaville, GA to San 4,700 4,70 N Bernardino, CA. Client will provide a loading o doc facility to help offload unit. Any changes r (i.e. use of an RGN trailer)would increase the r costs. ?; 0 SUBTOTAL 92,21 O "Pricing for this offer is contingent upon Buyer's co acceptance of the Terms and Conditions of a a GSA Contract#GS-07F-0486V as the sole 0 governing Terms and Conditions of Sale. c Buyer's Purchase Order document shall clearly state this fact and that all other Terms and E Conditions noted on any other document M applicable to this sale do not apply." c rn Delivery Terms: Standard delivery is 120-180 days ARO(after receipt of order). E Payment Terms: Net 30 days, subject to credit U approval Q San Bernardino PD SW Quote 16-10321Customer Quote Page 1 of 2 This quote is subject to FUR Systems Ter Pack et Pg. 177 Contracting/Purchasing Information: Legal Name: FLIR Detection, Inc. Federal Tax ID: 77-0619113 GSA Schedule: GS-07F-0486V DUNS: 804632318 CAGE:4ZCA0 m Physical& Remit-to Address: 1024 S. Innovation Way 0 Stillwater, OK 74074 m CO c 0 M Z a� .n O m 0 a w c U. Q m N tY N M O r t0 r .a O D a 0 c L ca c L M� W C U) d E M V M Q San Bernardino PD SW Quote 16-10321Cuslomer Quote Page 2 of 2 ar +�� "''+ Paek @. ajeS u01;eAlesg0 a!IgoW popunj Isvn 6Ztt7) MOI/Uanp JOMO.L 43}eMA IS :tuauay3u4jv Cll Co Cll ry I Y� Y` H � � . s N 0 U +.+ ) v O on O O > u O V) o ro c -J Ile U � >• r— O V) i O E o � a N�' 3 Q-J vE 4-J o Uv Ems' C v � (a m ) 0 v m 3 v � E .n .-, C 0 Ln O O N O a ggiM4.„+ , "'+°v „+,y4r,,yYw "+da,U,r, �rtt= y »u�aT�w�b. ,` 4 iop c J qr . G aq A 1 sq i AJOJeS uollenaasgo ollgow popun=l isvn 6Zt,17) MGIAJanp JOMOJ. uojeMAjS :juawyoe;}y r s� O ® N F-' N h- a 00 00 1- U to d O r V) V '� ~ M Lo z i s LO co U) o c w o cv 0 O U N O j Cn ps', i • • . •.• 1 . . • ILI a l r � 1 t 1, '3 k I r a� , NL gZ.y,. 4 S LA AIGIES u01;enaasg0 a!IgoW popunj isvn 6Ztpt,) MGI/Uanp JOMOJ gateAAAjS :jUOW43ettv vIY ON t W L O 0 0-a) O 0 ..� o o }, � C) ry 4-a -F--j O C: O � O O O U U � � > C: W a) o � C: c- a) Ua_ C� > QcDU92! ui . . � o _O .-, > U U L i o Q C05 L a) � O Q: 0 OL rJ � — � � -� > a) O O C6 — U- n F LL LL 0- 0 . . . r rr A;a;eg uo!;enaasg0 a!IgoW papunA ISb'fl 6Z170 MO!/UDAO JOMOJ 43jeAAA IS :;uauayoe;;d CD U _ } = O LL i O p O. O0 N (n 0 (n 2 U).� U U � -0 O >, O — N O -0 m L U C j C>3 '— tf L > _I O U L (U tB O C +� 0 C6 C U O m N 5� O L L a) 0 V CU C� -O 0 o- (1) O c a) _O ([3 I C: U cu N CU � N 'D C6 N O (U - O U) C Q 0 L O O tf > C 0 0 �' C6 O Q E (� (U N to -O O �- +- N L .� (� > O C 00 c m O O O N L O �. CU L E O0- 0 O !` m C O O CV k4}.d Y 7 h� { ✓4 - � yfa � �r�a ' a • e, f vas � y lr a E'd S � 4u A;O;eS UOi;enaasgO a!IgoW popun j isvn 6ZI V) MGIAJGAO JGMOJ u03emANS :jUOWLj3e;}d � 0 -C F N � EE C O 0 ) � •v cn cn E— ca U) C (U U N _ (U U Ca n Q CU �O (1 O .� N � U C � v cu .Q -0 � v ca O ai N E W C C)- � iZ -� d -� N N O (t3 _O C/) C U N �+ i (n R3 (U C[3 O U 0 N � � �CO U O LL - 4— (a CU > 0 � E � •� m N C O C O 5 : pp O O CV QC-4 Z0 m m 0 . . . . . 5 rk. Irlm UN s„ tb S€ s of 3 . .. n... «^X4 ca ��a�eS u01lenaasg0 a!IgoW papunj isvn 6Ztiti) MOIAJOAO JOMOJ. 431BAAAMS :jUOWgaejjy E 0 U O O 4.4-0 c +, N .0 t6 W U U C O N i - O U cu 0 CU M CIO 2E U >' a) O ( Q 0 U L O N C cA N -0 CU CU -� 'O -O N cu LU -O m -O 0_ -O O N O U ([T 4? U) (6 O > N -a N O ,_. -p >1 U (� U ,E cu U C7 0 p � c a) o F-j E o f c� 00 o QC,4 Z0 m , any. AJOJeS u01lenaasg0 a!IgoW popun_q isvn 6Zt�t,) MOIAJanp JOMOl 431BAAANS :jUOW43elIV Q. O C ch 42) C/) ) U) 'O cn O I— 0 f/) C �U U C: Q- .Q .� o = C/) m U U C n a) Q � O t N U Q — U Q -1--i Z CU W O C O � U U m m a- 3 cu a) a) E -0 a) c- E a) -o LO O O ._ C O Q U a0 O O N Z OZ � mQNU � d- U � � Z � (n 0 d7 = C� £^j k�x4ye, o' s $ �H Y f„ �I;a}eS uollenaasgo a!IgoW popunj isvn UVO MOIAJanO JOMO_L 433eAAAjS :jUOW43e;3d ,00 Q- O O C N 0 O L Q. O Cll N N L E L V) d. N -0 O s. C _ O C CIS cn � C _ C.� O C C (U N o _ N c� .® U U � Lo C Q -O O 0E -1 � L 0 C O 0- U L (� a E a) L m O C Z77 C V 0 (� (� -p O CU p C '- 0 - Cts L O LO O C R O C O = pp O O N Z � mQ � NZ 0Z) UCnrn2Cn I�f1 d F. u� �F vH r. P � i r I �" ;YN''14 phi � s AJOJeS u01;enaasg0 a!IgoW popunzi isvn 6ZbV) MGI/UOAp JOMOJ 40ILAAA IS :IUOWgoelly -i LO d J O r fit... AJOJeS uoilenaasgp a!IgoW papunj ISdf1 6Zt717) MGIAJanp aannol 43leAA44S :Iuauayoel}d U 7 m 00 4=- C7 0O co O (D CU O co CO � 00 U) ® _0 O p., O Z� O -J U � N O _ �- Cl) O Q OD W g Y r y:.z 2 Y a � O � p 5.J. 4-' LL N Q O L O O ) O N L- - 4-J • 0 N MC _ V J N U N N O L 4-1 N � 1 Q ra O L p ,L- ,� p C M N > M _ U O ra aJ t v C 4, C a ' _U `n -O O m u Z3 O N O O ra Ln -a \ Q v p >, to v ra w -a 3 n- _0 buo C Q L N 'J o o '- ra ra O C O a) a) Q O -0 N +-J bA N � E aj 0- i O V) ru Ln (a 41 cn i -Q p O > p N Q 4. �••� 0 C p E Z U ra i 4- N O O Air m L- to O o_ p Q C ra O p N Q v N (D E Z cn U D d U = cn • • • uO • • • • • • • • • • 4—J W aR. I— w 4-1 m o i N U � 3 � m E U = N N \ ) C � (n O b d C13 L r 3 o x T Nom. x \ Z T v+ N V Q d cc o Y •b � m 1 — m 3 e n a> Q o, i CCo � CD •N ut O V � :z O o E — .\\O .a o E. LL o s N z CA o O N zi N v a V v O oO o O ar , � N C) C w ¢ � o > N CO '" U CY > M F- C E `0 FT E f0 a 3 aOi v` v o O 0 E ;, 'E a c v LL 3 f0 w c v w ° v °- c v Q v �' Q ° v - c LL y s o ` U 3 a c (J) u u o a LL °° O 41 0 V) w v E F- to a ¢ c LL� :� 3 0 (U Y E O U Q i v i •a a I a I � C a 1j" w 0 � a N M O li O N O N a ,,P U O O +� �p N > c`d N N U Cln +� i C O (n N U +r b — c •� ^ c O C O O N _ a� fz m E z C = .o i -0 �I C Q U) . CL N y Cl C _ cn X M ..Q 2 cz O m -F > _o ► p r co r- U)co lj N N O + bA O O 0 n U cz U cz a� o . O O / Q N Q _ d 0 to U Q n 0 N C O 0 > N 0) LL1 O N L al a)a) Q Q _ D) a 3 z _0 LL N Z 3 Z Co U. 3 Z N _ � '-' LLI C>D O- O D 00 w C/) m C) a) N O O O w LL Co D O U) O ' U 0 0 0 I� N w O E p Q ,— ,— O �� F- O N C o U C LLI z (n 0 LL c O � S ONO � � � H .. (A E U j v w 0 z cz i O 7 cn z c) a- Q a 2 N U 0 j a .. a m L c -2� Q s z o ,. .c >1 U) O_ vi ' *- 0 C.) V V c *: vii 00 = c CL � U � U � � � � �a � °D w 5 _ o 0 U I N 0 V c., ,.w.. �. n C) L N GYP,' o A >,z z (n m _N WI Z G> c > O Q- :a E �— M CL awr 0 c43 M F O T O w p 2 co ~ > `f w s Q ca '".+iur 0 C v) J w E Imo o w > a 0 .2 U U E 93 Packet Pg. 1 � w O N N M O g � N bq Y c0 .b c V 'c7l W O O a� LL p o o F- �> CD _ o N bu 6q 0 CIS c > m C N o �► Q 0 N > O >_ _0 m A •O � C 3 O LL ao ZZ a O 4- r N 0 CL c O N V J O o1 v •p O L a V � 40 O O V U i W v C W aL+ 0 ° o � U LL U) O U_ N LU m O O E CD ch s U T v O a c a i �.r } � N O N FL'Ra 10FLIR 24 S.Detection, Innovation Inc. 1405.372.9535 phone 1024 S.Innovation Way 1405.372.9537 fax Schedule Stillwater,OK 74074 www.flir.com Contract USA GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST L On-line access to contract ordering information,terms and conditions,up-to-date pricing,and the option to 3 create an electronic delivery order are available througih GSA Advantige!TM,a menu driven database I0— system. The INTERNET address for GSA Advantage!'h is: htto://www.asaadvantaoe.nov. �+ a� Federal Supply Schedule 084-Total Solutions for Law Enforcement,Security,Facility Management f0 Systems,Fire,Rescue,Special Purpose Clothing,Marine Craft and Emergency/Disaster Response; r_ Group 84—Law Enforcement and Security Equipment 0 �o CONTRACT NUMBER: GS-07F-0486V n CONTRACT PERIOD: O AUGUST 26, 2009 THROUGH AUGUST 25, 2019 n 0 For more information on ordering from Federal Supply Schedules, click on the Purchasing Programs tab at htto:/Avww.asa.gov. m V CONTRACTOR: LL FLIR Detection, Inc. 1024 S. Innovation Way Q Stillwater,OK 74074 Phone: 405-533-6605 Fax: 405-372-9537 N Email: stwcontracts4flir.com www.flir.com 2 R DUNS: 804632318 w CAGE: 4ZCA0 Tax ID: 77-0619113 U fu L Business Size: Large 0 Q ADMINISTRATOR: Q Minh D.Bingham W Email: stwcontractsAflincom c a� THE FOLLOWING REFLECTS TERMS AND CONDITIONS ACCEPTED AT THE TIME OF AWARD E U tC a Shipping costs are not included in purchase price and will be added to invoice. Q a Travel costs will be charged to the Government in accordance with FAR 31.205-46 as an open market item. a Time of delivery based on availability,order quantity,and regulatory requirements(e.g.DPAS Priority Ratings). Consult with the contractor for specific delivery requirements. s FL'K 1a. Awarded Special Item Number(s): 426-4E Bomb Disposal and Hazardous Material Protective and Detective Equipment 426-4F Emergency preparedness and First Responder Equipment,Training and Services-Includes but not limited to Continuance of Operations Planning (COOP)services,decontamination kits and showers,mass casualty containment trailers,survival/disaster and rapid deployment kits,hazardous material detection equipment and clothing,and emergency response training. 3 0 t- 426-4K Metal and Bomb Detection Equipment-Includes Airport Security,also ancillary , services such as installation,training,etc. 426-411 Radiation/Nuclear Material Detection Equipment N c 0 426-4S Surveillance Systems: Includes CCTV,Vehicular Video,Mirrors and Binoculars, Observation Towers,Covert Systems and Ancillary Services such as Installation, Training, etc. m 1b. Lowest Priced Item and Price for each SIN: O m SIN Description Part No. Net GSA Price M 426-4E FUR Verification Pens(qty 6 pack) 241-005-0062 $17 0 426-4F Simulant Bottle(0.5 Liter spray bottle with 940-1000-001 $35 simulant powder for use with Fido C1 -CAD Kit training sensors 426-4K Peroxide reference standard FC-07-A $10 LL 426-413 identiFINDER R 3000(nanoRaider-Z)-1 Year EWS-2288 $1,048 extension to standard warranty Extended warranty pricing is ONLY applicable for new products. If you are interested in purchasing an enhanced warranty package for N an instrument already fielded,please contact the factory. 4264S I Sr.Technician labor rates-1 full day SWO 1026 $705 N 1c. See accepted price list dated January 1,2015. D 2. MINIMUM ORDER LIMITATION: $100.00 L 3. GEOGRAPHIC COVERAGE: Domestic:50 states,Washington,DC,Puerto Rico,US Territories 0 and to a CON US port of consolidation point for orders received from overseas activities. 0 Q 4. PRODUCTION POINT: rn 0 SIN Points of Production c 426 4E Pittsburgh,Allegheny County, PA West Lafayette,Tippecanoe County, IN Elkridge,Howard County,MD U Stillwater,Payne County,OK Q 426 4F Pittsburgh,Allegheny County, PA Stillwater,Payne County, OK 426 4K Stillwater, Payne County,OK 426 4R Oakridge,Anderson County,TN 4264S Ellaville,Schley County,GA Page 2 of 6 FUR Detection,Inc. GSA Schedule Contract No.GS-07F-0466V Ra�,ket 'O �, �` a5 J4 �x; 9 # FL11t 5. BASIC DISCOUNT: 0%to 5%off MSRP. The awarded price list for the GSA Multiple Award Schedule(MAS)Contract is the FLIR Detection,Inc.Commercial Price List,Effective 01/0112015 with a negotiated basic discount of 0%to 5%(see price list for details). For calculation of the GSA Schedule price(price paid by customers ordering from the GSA Schedule),the contractor should deduct the basic discount from the retail price and add the prevailing IFF rate to the negotiated discount price(Net GS/{price). Currently the IFF rate is 0.75%. 6. QUANTITY DISCOUNTS: None 3 7. PROMPT PAYMENT TERMS: 0%,Net 30 Fo- b. GOVERNMENT PURCHASE CARDS: Yes JT ca 9. FOREIGN ITEMS: None N c 10a. TIME OF DELIVERY: 120-180 days ARO for SkyWatch Products;30—90 days ARO for all other orders. m 10b. EXPEDITED DELIVERY: Consult with Contractor w O 10c. OVERNIGHT DELIVERY: Consult with Contractor m .fl 10d. URGENT REQUIREMENTS: Consult with Contractor 0 11. FOB POINT: Origin m -o 12a. ORDERING ADDRESS: Same as Contractor ILL 12b. ORDERING PROCEDURES: For Supplies and Services,the ordering procedures, and information on Blanket Purchase Agreements(BPNs)are found in Federal Acquisition Regulation(FAR) 8.405-3 and www.asa.gov,. a) N 13. PAYMENT ADDRESS: Same as Contractor 14. WARRANTY PROVISIONS: Standard Commercial Warranty(SCW);full text provided below. N 15. EXPORT PACKAGING CHARGES: N/A y D 16. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE: N/A 17. TERMS AND CONDITIONS OF RENTAL: N/A c 0 U 18. TERMS AND CONDITIONS OF INSTALLATION: N/A Q 19. TERMS AND CONDITIONS OF REPAIR PARTS: N/A O 19a. TERMS AND CONDITIONS FOR ANY OTHER SERVICES: N/A a=i E 20. LIST OF SERVICE AND DISTRIBUTION POINTS: N/A ra 21. LIST OF PARTICIPATING DEALERS: Consult with Contractor Q 22. PREVENTATIVE MAINTENANCE: N/A 23a. SPECIAL ATTRIBUTES: N/A 23b. SECTION 508: N/A 24. DATA UNIVERSAL NUMBER SYSTEM(DUNS)NUMBER: 804632318 Page 3 of 6 FUR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V 04 WN MIR s FL'1 25. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT 'f (SAM)DATABASE: Registration currently valid. 26a. Warranty for all products except SkyWatch CERTIFICATE OF PRODUCT LIMITED WARRANTY 3 FLIR Detection, Inc.Product Limited Warranty O I— Supersedes General Limited Warranty FLIR Detection, Inc.(FLIR)warrants that the Product will conform to published specifications and be free a from defects in material and workmanship for one(1)year of delivery(Continental US)or shipment(Outside Continental US)to Buyer. FLIR warrants repairs and spare or replacement parts manufactured by FLIR for p 90 days from the date of delivery or through the expiration of the initial one year warranty period,if applicable,whichever is longer.Buyer shall report any claimed defect in writing to FLIR immediately upon discovery and in any event,within the warranty period. FLIR,at its sole option,will repair the Product or ar furnish replacement Product,or parts thereof as hereafter provided.This warranty does not extend to -Q removal or Installation of the Product provided by Buyer or third parties,and is void if the Product has been O repaired,altered or modified in any manner by persons other than FLIR or FLIR's designee without FLIR's prior written approval. No Product furnished by FLIR shall be deemed to be defective by reason of normal a wear and tear or Buyer's failure to properly store,install,operate or maintain the Product in accordance with O good Industry practices or specific recommendations or instructions of FLIR. The repair or replacement of the Product by FLIR under this Section shall constitute FLIR's sole obligation and Buyer's sole and exclusive m remedy for all claims of defects. If that remedy is adjudicated to be insufficient, FLIR shall refund Buyer's • paid purchase price,accept return of the Product and have no other liability to Buyer under the Contract. All warranty repairs must be performed at an authorized FLIR service center or FLIR technician using u- recommended replacement spare parts.Components which have been remotely diagnosed by FLIR as defective and which are removable by the Buyer will be removed and sent to the nearest FLIR Service Q Center as Buyer's costs. FLIR will repair or replace the component and return the same at FLIR's costs. For defects that cannot be remotely diagnosed,a FLIR technician will be dispatched to effect the repair. In the event that a FLIR Technician is summoned by the Buyer for a repair that is not covered under the warranty N N set out herein or the claimed defect cannot be replicated, FLI R will invoice the Buyer for the technician's time plus travel time at FLIR's standard labor rate plus expenses incurred,which shall be due and payable ur forthwith.For Products requiring return to a factory service center for warranty repair,the Buyer is R responsible for obtaining FLIR's advance authorization to return Product and for the cost of shipping and any 0 other charges incurred in sending the Product to the authorized service center specified by FLIR. If FLIR determines that the claimed defect with the Product is within this warranty coverage, FLIR will pay for the return of the Product to the Buyer. If the alleged defect with the returned Product cannot be replicated or is not covered by this warranty,Buyer shall reimburse FLIR for time and materials at FLIR's standard o commercial rates and Buyer shall pay the cost of returning the Product to Buyer. FLIR MAKES NO OTHER U WARRANTY OF ANY KIND WITH RESPECT TO THE PRODUCT OR SERVICES.ALL OTHER Q WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE,ARE HEREBY DISCLAIMED. 26b. Warranty for SkyWatch Products Only Q CERTIFICATE OF PRODUCT LIMITED WARRANTY v FLIR Detection, Inc.Product Limited Warranty M Supersedes General Limited Warranty Q Product:SkyWatch FLIR Detection, Inc. (FLIR)warrants that the Product will conform to published specifications and be free from defects in material and workmanship for one(1)year from shipment to Buyer. This warranty does not apply to the generator and optional equipment or accessories purchased with the Product but not manufactured by FLIR. The manufacturer's warranties for the generator and such optional equipment or accessories will be delivered to the Buyer. FLIR warrants repairs and spare or replacement parts Page 4 of 6 FLIR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V �$'PaCk �tpgn ,s s FL'1 manufactured by FLIR for 90 days from the date of delivery or through the expiration of the initial one year warranty period, whichever is longer. Buyer shall report any claimed defect in writing to FLIR immediately upon discovery and in any event, within the warranty period. FLIR, at its sole option, will repair or replace the Product,or parts thereof as hereafter provided.This warranty does not extend to removal or installation of the Product provided by Buyer or third parties, and is void if the Product has been repaired, altered or modified in any manner by persons other than FLIR or FLIR's designee without FLIR's prior written approval. No Product furnished by FLIR shall be deemed to be defective by reason of normal wear and tear or Buyer's failure to properly store, install, operate or maintain the Product in accordance with good industry practices or specific recommendations or instructions of FLIR. The repair or replacement of the Product by FLIR 3 under this Section shall constitute FLIR's sole obligation and Buyer's sole and exclusive remedy for all F-- claims of defects. If that remedy is adjudicated to be insufficient, FLIR shall refund Buyer's paid purchase , price, accept return of the Product and have no other liability to Buyer under the Contract. All warranty repairs must be performed at an authorized FLIR service center, by a FLIR technician or under the direction of a FLIR technician using recommended replacement spare parts.Components which have been remotely diagnosed by FLIR as defective and which are removable by the Buyer will be removed and sent to the o nearest FLIR Service Center as Buyer's costs. FLIR will repair or replace the component and return the same at FLIR's costs. For defects that cannot be remotely diagnosed or do not involve a removable component, but are field serviceable, a FLIR technician will be dispatched to diagnose and repair the Product. The FLIR technician travel costs will be at Buyer's expense. For Products requiring return to a M factory service center for warranty repair, the Buyer is responsible for obtaining FLIR's advance 0 authorization to return Product and for the cost of shipping and any other charges incurred in sending the 22 Product to the authorized service center specified by FLIR. If FLIR determines that the claimed defect with o the Product is within this warranty coverage. FLIR will pay for the return of the Product to the Buyer. If the 0 alleged defect cannot be replicated or is not covered by this warranty, Buyer shall reimburse FLIR for time o and materials, including travel time and expense for a dispatched FLIR technician, at FLIR's standard (D commercial rates and the cost of returning the Product to Buyer. FLIR MAKES NO OTHER WARRANTY OF ANY KIND WITH RESPECT TO THE PRODUCT OR SERVICES. ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO, IMPLIED WARRANTIES OF u. MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE,ARE HEREBY DISCLAIMED. a Exclusions m N FLIR's warranty does not apply components which are not manufactured by FLIR, such as the generator and optional accessories added to SkyWatch at the time of purchase. FLIR will deliver the OEM warranty to the Buyer. The warranty does not cover consumable items such as filters, fluids, lubricants, coolants and y other related consumable items. M a� Buyer's Responsibility At the time of purchase, Buyer will receive a SkyWatch User Guide/User Manual (User Guide) and L additional documentation containing vital information relating to the proper use and maintenance of the Sky Watch tower. O U Buyer is expected to provide routine and scheduled preventative maintenance as recommended in the User Guide. The cost of routine and scheduled maintenance is the responsibility of the Buyer. The Buyer is required to keep documented evidence of when and by whom maintenance and service are performed. _ Failure of the SkyWatch resulting from Buyer's failure to provide routine and scheduled preventative maintenance is not covered by FLIR's limited warranty. Any repairs arising from failure to maintain the Sky s Watch tower in accordance with the User Guide, from operation of the Sky Watch tower in a manner not L) recommended by the User Guide or from the use of fuels, lubricants, or coolants not meeting the Z specifications set forth in the User Guide are the responsibility of the Buyer. Q The User Guide identifies specific output rating and operation parameters have been established for the SkyWatch tower. Operation outside the recommended parameters can adversely affect the performance, reliability and service life of the SkyWatch tower. Buyer shall be responsible for all repairs arising from operation of SkyWatch tower above the original output ratings, outside its recommended operating parameters or misuse,accident,foreign object damage or damage caused by a third party or act of nature. Buyer shall be responsible for any repairs arising from alterations to the Sky Watch tower, repairs Page 5 of 6 I � FLIR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V a s FL'R performed by a person other than authorized representatives of FLIR or the use of any maintenance items or parts not meeting the requirements or specifications set forth in the User Guide. FLIR offers a service plan to perform maintenance tasks which may be outside of the ability of the Buyer, and can be made available upon request for quote. In The Event of Failure L 1. Have all available serial numbers, estimated date of purchase and other information that will assist FLIR 3 in identifying the equipment. 0 f•- 2. FLIR's Client Relations and Field Technician team will troubleshoot the problem and direct the Buyer to y the nearest authorized repair facility, dispatch a Field Technician to the location of the Sky Watch tower or provide Buyer with replacement parts to be installed by the Buyer. Buyer will be asked for a purchase order or other commitment to pay any expenses that are not covered by the applicable warranty. o 3. In the event replacement parts are sent for Buyer installation,Buyer will return failed part within 30 days. f° Upon return of the failed parts and if a determination Is made by FLIR that such failure was not covered by m warranty,a charge will be issued to the Buyer for the replacement parts. O ar If you have any question regarding this warranty on your FLIR Sky Watch tower,contact: 0 FLIR Detection, Inc. ILS Manager of Global Operations and Support 7055 Troy Hill Drive Suite 300 Eikridge,MD 21075 L 1-800-762-4796 Option 2 bill.burt@flir.com Onan Generator Warranty a) N The generator is manufactured and warranted by OnanlCummins South. The limited warranty covers 2 years/2,000 hours.There are different specifications for each of the generators that may be used on your W tower. Information for all of the possible generators, including limited warranty information, is included on your Technical Reference CD. For more Information call 1-800-888-6626. You can also find information m regarding your warranty at www.onan.com. 0 U of L SAFETY Act Reciprocal Waiver of Claims. The Fido Explosives Detection System,Agentase CAD Kit, o Agentase Disclosure Spray Kit, and IBAC have been designated by the U.S.Department of Homeland U Security as a Qualified Anti-terrorism Technology(QATT)under the Support Anti-terrorism by Fostering Q Effective Technologies Act of 2002(SAFETY Act),which affords certain legal liability protections to 07 providers of the QATT. Where the QATT has been deployed in defense against,response to,or recovery 0 from an act of terrorism as that latter term is defined under the SAFETY Act, FLIR(or the Seller)and Buyer of the QATT agree to waive all claims against each other,including their officers, directors,agents or other m representatives,arising out of the manufacture,sale,use or operation of the QATT,and further agree that E each is responsible for losses, including business interruption losses,that it sustains,or for losses sustained by its own employees resulting from an activity arising out of such act of terrorism. Q Page 6 of 6 FLIR Detection,Inc. GSA Schedule Contract No,GS-07F-0486V "Ww g 2 0 m FLIR Detection,Inc. 1 405.372.9535 phone ,�'"*+� t� t� 1024 S.Innovation Way 1 405.372.9537 fax # FLI `�'��ti" I�' USA Stillwater,OK 74074 www.flir.com Contract wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww L GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE o 0 AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST �+ m On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order are available through GSA Advantage!TM, a menu driven database = system. The INTERNET address for GSA Advantage!T M is: http://www.gsaadyantage.goy. ca Federal Supply Schedule 084-Total Solutions for Law Enforcement, Security, Facility Management Systems, Fire, Rescue, Special Purpose Clothing, Marine Craft and Emergency/Disaster Response; (n Group 84—Law Enforcement and Security Equipment M m CONTRACT NUMBER: Q GS-07F-0486V CONTRACT PERIOD: a AUGUST 26, 2009 THROUGH AUGUST 25, 2019 W For more information on ordering from Federal Supply Schedules, Q click on the Purchasing Programs tab at htta://www,gsa.gov. 0 CONTRACTOR: FLIR Detection, Inc. 1024 S. Innovation Way LO Stillwater, OK 74074 Phone: 405-533-6605 Fax: 405-372-9537 „n Email: stwcontractspflir.corn m c 0 www.fli r.com c DUNS: 804632318 0 CAGE: 4ZCA0 Tax ID: 77-0619113 c Business Size: Large E L 0 ADMINISTRATOR: I— Minh D. Bingham y Email: stwcontractsaflir.com C7 J THE FOLLOWING REFLECTS TERMS AND CONDITIONS ACCEPTED AT THE TIME OF AWARD LL c m • Shipping costs are not included in purchase price and will be added to invoice. E L V Travel costs will be charged to the Government in accordance with FAR 31.205-46 as an open • market item. Q • Time of delivery based on availability, order quantity, and regulatory requirements(e.g. DPAS Priority Ratings). Consult with the contractor for specific delivery requirements. Pa,c g 0� HAW �,. W # FLIK 1a. Awarded Special Item Number(s): 426-4E Bomb Disposal and Hazardous Material Protective and Detective Equipment Cl 426-4F Emergency Preparedness and First Responder Equipment,Training and 3 Services-Includes but not limited to Continuance of Operations Planning o (COOP)services,decontamination kits and showers, mass casualty containment H trailers,survival/disaster and rapid deployment kits, hazardous material detection equipment and clothing, and emergency response training. 426-4K Metal and Bomb Detection Equipment-Includes Airport Security, also ancillary p services such as installation, training,etc. 426-4R Radiation/Nuclear Material Detection Equipment N 426-4S Surveillance Systems: Includes CCTV,Vehicular Video, Mirrors and Binoculars, m Observation Towers, Covert Systems and Ancillary Services such as Installation, Training, etc. p 1b. Lowest Priced Item and Price for each SIN: a� v SIN tion Part No. Net GSA Price 426-4E JEDescri LIR Verification Pens t 6 ack 241-005-0062 $17 u- 426-4F Simulant Bottle(0.5 Liter spray bottle with 940-1000-001 $35 simulant powder for use with Fido C1 -CAD D Kit training sensors 426-4K Peroxide reference standard FC-07-A $10 N 426-4R identiFINDER R 300®(nanoRaider-Z)- 1 Year EWS-2288 $1,048 extension to standard warranty Extended warranty pricing is ONLY applicable T- for new products. If you are interested in 4 purchasing an enhanced warranty package for 7 LO an instrument already fielded,please contact N the factory. 0 4264S Sr.Technician labor rates-1 full day SWO 1026 $705 c 1c. See accepted price list dated January 1,2015. o U 2. MINIMUM ORDER LIMITATION: $100.00 3. GEOGRAPHIC COVERAGE: Domestic: 50 states,Washington, DC, Puerto Rico, US Territories E and to a CONUS port of consolidation point for orders received from overseas activities. a) 4. PRODUCTION POINT: Q C7 SIN Points of Production 426 4E Pittsburgh,Allegheny County, PA West Lafayette,Tippecanoe County, IN Elkridge, Howard County, MD Stillwater, Payne County, OK E s 426 4F Pittsburgh,Allegheny County, PA R Stillwater, Payne County, OK Q 426 4K Stillwater, Payne County, OK 426 4R Oakridge,Anderson County, TN 4264S Ellaville, Schley County, GA Page 2 of 6 FLIR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V Lack t P � RU � 1,11t # FL11t 5. BASIC DISCOUNT: 0%to 5%off MSRP. The awarded price list for the GSA Multiple Award Schedule(MAS)Contract is the FLIR Detection, Inc. Commercial Price List, Effective 01/01/2015 with a negotiated basic discount of 0%to 5%(see price list for details). For calculation of the GSA Schedule price(price paid by customers ordering from the GSA Schedule),the contractor should deduct the basic discount from the retail price and add the prevailing IFF rate to the negotiated 3 discount price(Net GSA price). Currently the IFF rate is 0.75%. 0 6. QUANTITY DISCOUNTS: None y c� 7. PROMPT PAYMENT TERMS: 0%, Net 30 0 8. GOVERNMENT PURCHASE CARDS: Yes Z 9. FOREIGN ITEMS: None 10a. TIME OF DELIVERY: 120-180 days ARO for SkyWatch Products; 30-90 days ARO for all other 0 orders. °' .a 0 10b. EXPEDITED DELIVERY: Consult with Contractor 10c. OVERNIGHT DELIVERY: Consult with Contractor 0a c 10d. URGENT REQUIREMENTS: Consult with Contractor LL N 11. FOB POINT: Origin 12a. ORDERING ADDRESS: Same as Contractor oil N 12b. ORDERING PROCEDURES: For Supplies and Services,the ordering procedures, and information on Blanket Purchase Agreements(BPA's)are found in Federal Acquisition Regulation(FAR) `n 8.405-3 and www.gsa.gov.. d 13. PAYMENT ADDRESS: Same as Contractor `n c 14. WARRANTY PROVISIONS: Standard Commercial Warranty(SCW);full text provided below. 15. EXPORT PACKAGING CHARGES: N/A c 0 U 16. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE: N/A ° c 17. TERMS AND CONDITIONS OF RENTAL: N/A `n E L 18. TERMS AND CONDITIONS OF INSTALLATION: N/A F0- d 19. TERMS AND CONDITIONS OF REPAIR PARTS: N/A U tr 19a. TERMS AND CONDITIONS FOR ANY OTHER SERVICES: N/A 73 U. 20, LIST OF SERVICE AND DISTRIBUTION POINTS: N/A m 21. LIST OF PARTICIPATING DEALERS: Consult with Contractor E 22. PREVENTATIVE MAINTENANCE: N/A d 23a. SPECIAL ATTRIBUTES: N/A 23b. SECTION 508: N/A 24. DATA UNIVERSAL NUMBER SYSTEM(DUNS)NUMBER: 804632318 Page 3 of 6 FUR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V tPacet g�203 +° v���r N .�,� n; $ h# FL11t 25. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM)DATABASE: Registration currently valid. L 26a. Warranty for all products except SkyWatch 3 0 r CERTIFICATE OF PRODUCT LIMITED WARRANTY w y R FLIR Detection,Inc.Product Limited Warranty Supersedes General Limited Warranty 0 w FLIR Detection, Inc. (FLIR)warrants that the Product will conform to published specifications and be free Z from defects in material and workmanship for one(1)year of delivery(Continental US)or shipment(Outside (n Continental US)to Buyer. FLIR warrants repairs and spare or replacement parts manufactured by FLIR for -a 90 days from the date of delivery or through the expiration of the initial one year warranty period, if O applicable,whichever is longer. Buyer shall report any claimed defect in writing to FLIR immediately upon m discovery and in any event,within the warranty period. FLIR, at its sole option, will repair the Product or 0 furnish replacement Product, or parts thereof as hereafter provided.This warranty does not extend to E removal or installation of the Product provided by Buyer or third parties, and is void if the Product has been V repaired, altered or modified in any manner by persons other than FLIR or FLIR's designee without FLIR's prior written approval. No Product furnished by FLIR shall be deemed to be defective by reason of normal wear and tear or Buyer's failure to properly store, install, operate or maintain the Product in accordance with U. good industry practices or specific recommendations or instructions of FLIR. The repair or replacement of Q the Product by FLIR under this Section shall constitute FLIR's sole obligation and Buyer's sole and exclusive remedy for all claims of defects. If that remedy is adjudicated to be insufficient, FLIR shall refund Buyer's paid purchase price, accept return of the Product and have no other liability to Buyer under the Contract. All N warranty repairs must be performed at an authorized FLIR service center or FLIR technician using recommended replacement spare parts. Components which have been remotely diagnosed by FLIR as defective and which are removable by the Buyer will be removed and sent to the nearest FLIR Service LO Center as Buyer's costs. FLIR will repair or replace the component and return the same at FLIR's costs. For v defects that cannot be remotely diagnosed, a FLIR technician will be dispatched to effect the repair. In the 7 event that a FLIR Technician is summoned by the Buyer for a repair that is not covered under the warranty y set out herein or the claimed defect cannot be replicated, FLIR will invoice the Buyer for the technician's r- time plus travel time at FLIR's standard labor rate plus expenses incurred,which shall be due and payable ;w forthwith. For Products requiring return to a factory service center for warranty repair,the Buyer is = responsible for obtaining FLIR's advance authorization to return Product and for the cost of shipping and any 0 other charges incurred in sending the Product to the authorized service center specified by FLIR. If FLIR U determines that the claimed defect with the Product is within this warranty coverage, FLIR will pay for the return of the Product to the Buyer. If the alleged defect with the returned Product cannot be replicated or is R not covered by this warranty, Buyer shall reimburse FLIR for time and materials at FLIR's standard U) commercial rates and Buyer shall pay the cost of returning the Product to Buyer. FLIR MAKES NO OTHER E WARRANTY OF ANY KIND WITH RESPECT TO THE PRODUCT OR SERVICES.ALL OTHER F� WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO, IMPLIED WARRANTIES OF rQ MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE,ARE HEREBY DISCLAIMED. 0 26b. Warranty for SkyWatch Products Only LL CERTIFICATE OF PRODUCT LIMITED WARRANTY FLIR Detection, Inc. Product Limited Warranty Supersedes General Limited Warranty E U Product: SkyWatch Q FLIR Detection, Inc. (FLIR) warrants that the Product will conform to published specifications and be free from defects in material and workmanship for one (1) year from shipment to Buyer. This warranty does not apply to the generator and optional equipment or accessories purchased with the Product but not manufactured by FLIR. The manufacturer's warranties for the generator and such optional equipment or accessories will be delivered to the Buyer. FLIR warrants repairs and spare or replacement parts Page 4 of 6 FLIR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V ggtg 2 .fry i i kdsi.rd �` n s. 04 # FL11t manufactured by FLIR for 90 days from the date of delivery or through the expiration of the initial one year warranty period, whichever is longer. Buyer shall report any claimed defect in writing to FLIR immediately upon discovery and in any event, within the warranty period. FLIR, at its sole option, will repair or replace the Product, or parts thereof as hereafter provided. This warranty does not extend to removal or installation of the Product provided by Buyer or third parties, and is void if the Product has been repaired, altered or 3 modified in any manner by persons other than FLIR or FLIR's designee without FLIR's prior written approval. H No Product furnished by FLIR shall be deemed to be defective by reason of normal wear and tear or Buyer's failure to properly store, install, operate or maintain the Product in accordance with good industry practices or specific recommendations or instructions of FLIR. The repair or replacement of the Product by FLIR c under this Section shall constitute FLIR's sole obligation and Buyer's sole and exclusive remedy for all N claims of defects. If that remedy is adjudicated to be insufficient, FLIR shall refund Buyer's paid purchase p price, accept return of the Product and have no other liability to Buyer under the Contract. All warranty repairs must be performed at an authorized FLIR service center, by a FLIR technician or under the direction of a FLIR technician using recommended replacement spare parts. Components which have been remotely diagnosed by FLIR as defective and which are removable by the Buyer will be removed and sent to the nearest FLIR Service Center as Buyer's costs. FLIR will repair or replace the component and return the 0 same at FLIR's costs. For defects that cannot be remotely diagnosed or do not involve a removable a) component, but are field serviceable, a FLIR technician will be dispatched to diagnose and repair the p Product. The FLIR technician travel costs will be at Buyer's expense. For Products requiring return to a factory service center for warranty repair, the Buyer is responsible for obtaining FLIR's advance authorization to return Product and for the cost of shipping and any other charges incurred in sending the Product to the authorized service center specified by FLIR. If FLIR determines that the claimed defect with the Product is within this warranty coverage, FLIR will pay for the return of the Product to the Buyer. If the L alleged defect cannot be replicated or is not covered by this warranty, Buyer shall reimburse FLIR for time and materials, including travel time and expense for a dispatched FLIR technician, at FLIR's standard commercial rates and the cost of returning the Product to Buyer. FLIR MAKES NO OTHER WARRANTY OF ANY KIND WITH RESPECT TO THE PRODUCT OR SERVICES. ALL OTHER WARRANTIES, N EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE,ARE HEREBY DISCLAIMED. Ln r Exclusions FLIR's warranty does not apply components which are not manufactured by FLIR, such as the generator W and optional accessories added to SkyWatch at the time of purchase. FLIR will deliver the OEM warranty to c the Buyer. The warranty does not cover consumable items such as filters, fluids, lubricants, coolants and other related consumable items. zs c O Buyer's Responsibility U c At the time of purchase, Buyer will receive a SkyWatch User Guide/User Manual (User Guide) and cc additional documentation containing vital information relating to the proper use and maintenance of the Sky N Watch tower. E w F- Buyer is expected to provide routine and scheduled preventative maintenance as recommended in the User N Guide. The cost of routine and scheduled maintenance is the responsibility of the Buyer. The Buyer is required to keep documented evidence of when and by whom maintenance and service are performed. Failure of the SkyWatch resulting from Buyer's failure to provide routine and scheduled preventative maintenance is not covered by FLIR's limited warranty. Any repairs arising from failure to maintain the Sky ILL Watch tower in accordance with the User Guide, from operation of the Sky Watch tower in a manner not recommended by the User Guide or from the use of fuels, lubricants, or coolants not meeting the a' specifications set forth in the User Guide are the responsibility of the Buyer. .Ec U The User Guide identifies specific output rating and operation parameters have been established for the Q SkyWatch tower. Operation outside the recommended parameters can adversely affect the performance, reliability and service life of the SkyWatch tower. Buyer shall be responsible for all repairs arising from operation of SkyWatch tower above the original output ratings, outside its recommended operating parameters or misuse, accident, foreign object damage or damage caused by a third party or act of nature. Buyer shall be responsible for any repairs arising from alterations to the Sky Watch tower, repairs Page 5 of 6 FLIR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V PaAA16�aylgI1"11`11,',` OFUR performed by a person other than authorized representatives of FLIR or the use of any maintenance items or parts not meeting the requirements or specifications set forth in the User Guide. FLIR offers a service plan to perform maintenance tasks which may be outside of the ability of the Buyer, and can be made available upon request for quote. 3 0 In The Event of Failure H m 1. Have all available serial numbers, estimated date of purchase and other information that will assist FLIR in identifying the equipment. c 0 2. FLIR's Client Relations and Field Technician team will troubleshoot the problem and direct the Buyer to the nearest authorized repair facility, dispatch a Field Technician to the location of the Sky Watch tower or provide Buyer with replacement parts to be installed by the Buyer. Buyer will be asked for a purchase order y or other commitment to pay any expenses that are not covered by the applicable warranty. O 3. In the event replacement parts are sent for Buyer installation, Buyer will return failed part within 30 days. L Q Upon return of the failed parts and if a determination is made by FLIR that such failure was not covered by 0 warranty, a charge will be issued to the Buyer for the replacement parts. 2 V 0 -a If you have any question regarding this warranty on your FLIR Sky Watch tower,contact: U_ FLIR Detection, Inc. Q ILS Manager of Global Operations and Support 7055 Troy Hill Drive Suite 300 N Elkridge, MD 21075 1-800-762-4796 Option 2 " bill.burt@flir.com n rt Onan Generator Warranty T 0 The generator is manufactured and warranted by Onan/Cummins South. The limited warranty covers 2 c years/2,000 hours. There are different specifications for each of the generators that may be used on your tower. Information for all of the possible generators, including limited warranty information, is included on your Technical Reference CD. For more information call 1-800-888-6626. You can also find information o regarding your warranty at www.onan.com. U a c SAFETY Act Reciprocal Waiver of Claims. The Fido Explosives Detection System,Agentase CAD Kit, Agentase Disclosure Spray Kit,and IBAC have been designated by the U.S. Department of Homeland E - Security as a Qualified Anti-terrorism Technology(QATT)under the Support Anti-terrorism by Fostering F Effective Technologies Act of 2002(SAFETY Act),which affords certain legal liability protections to < providers of the QATT. Where the QATT has been deployed in defense against, response to, or recovery O from an act of terrorism as that latter term is defined under the SAFETY Act, FLIR(or the Seller)and Buyer of the QATT agree to waive all claims against each other, including their officers, directors, agents or other .t representatives, arising out of the manufacture, sale, use or operation of the QATT, and further agree that L- each is responsible for losses, including business interruption losses,that it sustains, or for losses sustained by its own employees resulting from an activity arising out of such act of terrorism. E L) R .r Q Page 6 of 6 FLIR Detection,Inc. GSA Schedule Contract No.GS-07F-0486V