Loading...
HomeMy WebLinkAboutContract 53355-R4A2CSC No. 53355-R4A2 FOURTH RENEWALAND SECOND AMENDMENT TO CITY SECRETARY CONTRACT NO. 53355 This Renewal Amendment is entered into by and between the City of Fort Worth (hereafter "City"), a Texas home rule municipality, and FLIR Detection, Inc. ("Vendor"), each individually referred to as a "Party" and collectively as the "Parties". WHEREAS, the Parties previously entered into City Secretary Contract 53355 (the "Agreement"), a Vendor Service Agreement created between the Parties to provide repair and maintenance support services for FLIR Radiation Detection products. WHEREAS, the Initial Term of the Agreement began on November 1, 2019 to expire on October 31, 2020; and WHEREAS, the Parties wish to renew the term of the Agreement for the fourth (4th) renewal term to run from November 1, 2023 through October 31, 2024; and WHEREAS, the Parties agree to amend Exhibit B of the Agreement to reflect an increase in the Vendor's unit prices; and WHEREAS, the Parties agree to amend the Agreement in order to increase the total yearly compensation from $18,000.00 to $50,000.00. NOW, THEREFORE, the Parties, acting herein by and through their duly authorized representatives, enter into the following agreement: 1. RENEWAL The Agreement is hereby renewed for a fourth renewal term beginning November 1, 2023 through October 31, 2024, unless terminated earlier in accordance with the terms of the Agreement. AMENDMENTS TO AGREEMENT The following terms are hereby amended to replace the referenced terms in the Agreement and shall be binding and enforceable as if they were originally included therein. Exhibit B of the Agreement is deleted and replaced with the Exhibit B attached to this Agreement. Section 3, entitled "Compensation" of the Agreement is hereby amended to read as follows: City shall pay Vendor in accordance with Exhibit A — Scope of Services and Price Schedule, and Exhibit B. Total payment made under this Agreement shall not exceed $50,000.00 for any single annual term. Vendor will not perform any additional services or bill for expenses incurred for the City not specified by this Agreement unless the City requests and approves such services and expenses in writing. City is not liable for any additional expenses of Vendor not specified by this Agreement. OFFICIAL RECORD CITY SECRETARY CSC 53355 Amendment 2 / Renewal 4 FT. WORTH, Tx Page 1 of 21 2. ALL OTHER TERMS SHALL REMAIN THE SAME All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. 3. ELECTRONIC SIGNATURE This Amendment and Renewal may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as anoriginal. (signature pagefollows) CSC 53355 Amendment 2 / Renewal 4 Page 2 of 21 ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Valerie V asshh+'Inn (Aug 25, 202310:24 CDT) Valerie Washington Assistant City Manager Date: Aug 25, 2023 APPROVAL RECOMMENDED: Byi s Davis (Aug 25, 2023 08:49 CDT) James Davis Fire Chief ATTEST: By: Jannette Goodall City Secretary FLIR Detection, Inc.: pao4ann�� °moA. o �9dd o� 8�1d p0o o=a o Oa 4b llo"000 , q°� CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By-B Au924,202316:02 CDT) Brenda Ray Fire Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By: Taylor Paris Assistant City Attorney CONTRACT AUTHORIZATION: Valerie Digitally ally signed * Valens Richards DN: C=US, OU="Teledyne FUR Detection, Inc.", O=Teledyne, CN=Valerie Richards, E=valerie.Richards@teledyne.com Reason. am the author of this document Richards Datetlom your signing location he Date:2023 ur i il", I...Urm 0' y • FoxR PDF Reader Version: 11.0.1 Name: Valerie Richards Title: Senior Contracts Manager Date: August 24, 2023 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CSC 53355 Amendment 2 / Renewal 4 Page 3 of 21 EXHIBIT B 2023 Service Repair Pricing (US MRSP) Effective: May 30, 2023 All Prices in USD Rev 1 Dose Rate Calibration Certification * Full evaluation of product CAL idF R100 * Software/Firmware upgrade to latest approved revision level $ 289.00 * Offical calibration certification of the dose rate * Quality control of instrument GM Tube Replacement DIET idF R100 * Example why detector replacement may be necessary; no counts due to defective $ 464.00 detector REPAIR idF R100 A Electronic Repair - Minor $ 397.00 * Replacement of housing assembly, display, and other minor repairs REPAIR idF R100 B Electronic Repair - Major $ 747.00 * Replacement of PCBA Teledyne Confidential; Commercially Sensitive Business Data Page 1 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 4 of 21 2023 Service Repair Pricing (US MRSP) :j Effective: May 30, 2023 All Prices in USD Rev 1 * Full evaluation of product CAL idF R200 * Software/Firmware upgrade to latest approved revision level $ 335.00 * Optimization of linearity for optimal identification results * Official dose rate calibration (includes Certificate of Calibration) * Quality control of instrument Csl Detector Replacement (includes SIPM's) DIET Csl idF R200 * Example why detector replacement may be necessary; no counts due to defective $ 1,115.00 detector Electronic Repair - Minor REPAIR idF R200 A *Examples why repair services maybe necessary; Replacement of BT PCBA, display, $ 536.00 display PCBA REPAIR idF R200 B Electronic Repair - Major $ 1,134.00 * Replacement of main PCBA BATT idF R200 Battery Replacement $ 175.00 * Replacement of battery Teledyne Confidential; Commercially Sensitive Business Data Page 2of13 CSC 53355 Amendment 2 / Renewal 4 Page 5 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 identiFINDER 00 Part Number Description Price * Full evaluation of product, parts and accessories * Software/Firmware upgrade to latest approved revision level * Replacement of internal rechargeable battery OPT idF R300 * Optimization of ID crystal for optimal identification results $ 700.00 * Optimization of 2x gamma dose rate detectors * Optimization of neutron count rate for optimal sensitivity (if applicable) * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications Detector Replacement * Examples why detector replacement may be necessary; no counts due to DET CZT idF R300 $ 2,750.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications ZnS panel Replacement R300 Neutron ZnS * Examples why ZnS panel replacement may be necessary; High background $ 1,938.00 neutron count rate when no source is present, no counts when source is present He3 idF R300 He3 idF R300 *Examples why He3 tube replacement maybe necessary; High background neutron $ 2,155.00 count rate when no source is present, no counts when source is present Electronic Repair REPAIR idF R300 * Examples why repair services may be necessary; Any type of defect that requires $ 2,010.00 component level repair services or replacement of PCBA's Teledyne Confidential; Commercially Sensitive Business Data Page 3 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 6 of 21 2023 Service Repair Pricing (US MRSP) 0*0 Effective: May 30, 2023 All Prices in USD Rev 1 * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Replacement of internal backup battery (applicable with only older generation identiFINDER's) * Replacement of rechargeable batteries * Optimization of LED for optimal identification results throughout the complete temperature range (only applicable with Ultra models) OPT idF R400 A * Adjustment of device parameters, calibration and renewal of background spectrum of internal Cs-137 source for optimal identification results (only applicable with models with intrinsic source) * Optimization of linearity for optimal identification results * Optimization of gamma dose rate * Optimization of neutron count rate (only applicable with neutron models) * Check internal Cs-137 calibration source for containment integrity * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications optimization * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Replacement of internal backup battery (applicable with only older generation identiFINDER's) * Replacement of underwater seals (underwater models only) * Replacement of rechargeable batteries * Optimization of LED for optimal identification results throughout the complete temperature range (only applicable with Ultra models) OPT idF R400 B * Adjustment of device parameters, calibration and renewal of background spectrum of internal Cs-137 source for optimal identification results (only applicable with models with intrinsic source) * Optimization of linearity for optimal identification results * Optimization of gamma dose rate * Optimization of neutron count rate (only applicable with neutron models) * Check internal Cs-137 calibration source for containment integrity * Quality control of instrument and accessories to ensure that they meet mm-nfnrfiir cn—ifirnfin c Scintillation Detector Replacement DET NaI idF R400 A * Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications Teledyne Confidential; Commercially Sensitive Business Data 800.00 1,295.00 2,245.00 Page 4 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 7 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 Scintillation Detector Replacement (Ultra Models) DIET Nal idF R400 B * Examples why detector replacement may be necessary; no counts due to $ 2,570.00 defective detector, poor detector resolution resulting in poor identification results Qom` ident'fications Scmtillation Detector Replacement (Standard Tungsten Shielded Models) DIET Nal-T idF R400 * Examples why detector replacement may be necessary; no counts due to $ 3,070.00 defective detector, poor detector resolution resulting in poor identification results Qom` ident'fications ScmtIllatIon Detector Replacement (Underwater Models) DIET Nal idF R400 C * Examples why detector replacement may be necessary; no counts due to $ 2,438.00 defective detector, poor detector resolution resulting in poor identification results Qom` ,dent'fications Scintillation Detector Replacement (LaBR3 Models) DET LaBr3 idF R400 * Examples why detector replacement may be necessary; no counts due to $ 10,500.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications Neutron Tube Replacement He3 idF R400 * Examples why He3 tube replacement may be necessary; High background neutron $ 2,235.00 count rate when no source is present, no counts when source is present Electronic Repair - Minor REPAIR idF R400 A * Examples why minor repair services may be necessary; Defective LED module, $ 1,305.00 defective displav module, defective power pcba Electronic Repair - Major REPAIR idF R400 B * Examples why major repair services may be necessary; Any type of defect on the $ 2,165.00 main pcba that requires component level repair services, component level repair or replacement of LED pulse circuitry Replacement of Main Electronic Board Assembly REPAIR idF R400 C * Examples why main pcba replacement may be necessary; Short in PCBA, open $ 4,800.00 circuit in PCBA, component level troubleshooting unsuccessful HOUSING idF R400 A Housing Replacement $ 2,555.00 * Replacement of main housing assembly HOUSING idF R400 B Housing Replacement (Underwater Model) $ 3,750.00 * Replacement of main housing assembly 101802 Lens Replacement $ 247.00 Teledyne Confidential; Commercially Sensitive Business Data Page 5 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 8 of 21 2023 Service Repair Pricing (US MRSP) Effective: May 30, 2023 All Prices in USD Rev 1 * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Optimization of linearity for optimal identification results R425 OPT * Optimization of gamma dose rate $ 800.00 * Optimization of neutron count rate (only applicable with neutron models) * Quality control of instrument and accessories to ensure that they meet c�� ip��++��++pp ��++"Se Scinti) at on Detector TRVAssembly Replacement R425 DET * Examples why detector replacement may be necessary, no counts due to $ 4,800.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications Scintillation Detector Rework R425 DET-REWORK * Examples why detector replacement may be necessary; no counts due to $ 2,470.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications. Rework original detector- includes materials and labor. R425 REPAIR A FPGA PCBA Replacement $ 1,850.00 Neutron Sensor Replacement (Single Panel) R425 Neutron ZnS * Examples why Neutron tube replacement may be necessary; High background $ 1,880.00 neutron count rate when no source is present, no counts when source is present R425 REPAIR B Main PCBA Replacement $ 1,445.00 Minor Repairs R425 REPAIR C * Examples why minor repair services may be necessary; CPU SOM replacement, $ 1,495.00 Display replacement, Component level troubleshooting, etc. Includes materials and labor. R425 HOUSING Housing Assembly Replacement $ 995.00 R425 BATT Battery Replacement $ 305.00 * Replacement of 2x internal rechargeable lithium batteries Teledyne Confidential; Commercially Sensitive Business Data Page 6of13 CSC 53355 Amendment 2 / Renewal 4 Page 9 of 21 2023 Service Repair Pricing (US MRSP) 19 Effective: May 30, 2023 All Prices in USD Rev 1 * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Optimization of linearity for optimal identification results OPT R440 * Optimization of gamma dose rate $ 850.00 * Optimization of neutron count rate (only applicable with neutron models) * Quality control of instrument and accessories to ensure that they meet DetectoNeplace men t DET R440-G * Examples why detector replacement may be necessary; no counts due to $ 4,600.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications Nall- Detector Replacement DET R440-GN * Examples why detector replacement may be necessary; no counts due to $ 7,400.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications LaBr3 Detector Replacement DET R440-LGN * Examples why detector replacement may be necessary; no counts due to $ 13,700.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications CLLBC Detector Replacement DET R440-CLLBC * Examples why detector replacement may be necessary; no counts due to $ 12,500.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications Neutron Sensor Replacement REPAIR R440 D * Examples why Neutron tube replacement may be necessary; High background $ 2,475.00 neutron count rate when no source is present, no counts when source is present REPAIR idF R440 A Electronic Repair $ 2,045.00 * Component Level Troubleshooting REPAIR idF R440 B Replacement of Detector Board Assembly (Does NOT include Detector) $ 1,510.00 REPAIR idF R440 C Replacement of CPU / Trizeps Assembly $ 3,505.00 Teledyne Confidential; Commercially Sensitive Business Data Page 7of13 CSC 53355 Amendment 2 / Renewal 4 Page 10 of 21 2023 Service Repair Pricing (US MRSP) Effective: May 30, 2023 All Prices in USD Rev 1 * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Replacement of rechargeable batteries * Adjustment of device parameters, calibration and renewal of background spectrum of internal Cs-137 source for optimal identification results (only applicable OPT idF R500 with models with intrinsic source) $ 875.00 * Optimization of linearity for optimal identification results * Optimization of gamma dose rate * Optimization of neutron count rate (only applicable with neutron models) * Check internal Cs-137 calibration source for containment integrity * Quality control of instrument and accessories to ensure that they meet " "V""" ec;6rt t)W c or fiepFI c DET Nal idF R500 * Examples why detector replacement may be necessary; no counts due to $ 4,075.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications La13r3 Detector Replacement DET LaBr3 idF R500 * Examples why detector replacement may be necessary; no counts due to $ 10,900.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications Neutron Tube Replacement He3 idF R500 *Examples why He3 tube replacement maybe necessary; High background neutron $ 3,785.00 count rate when no source is present, no counts when source is present Electronic Repair REPAIR idF R500 Examples why repair services may be necessary; Any type of defect that requires $ 2,300.00 component level repair services or replacement of PCBA's Teledyne Confidential; Commercially Sensitive Business Data Page 8 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 11 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 11 Optimization * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level R700 OPT * Optimization of linearity for optimal identification results $ 955.00 * Optimization of gamma dose rate * Optimization of neutron count rate * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications Nall- Detector Replacement R700 NAIL DET * Examples why detector replacement may be necessary; no counts due to $ 16,540.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications Minor Repairs R700 REPAIR A * Examples why minor repair services may be necessary; Component level $ 1,630.00 troubleshooting. Includes materials and labor. R700 REPAIR B Replacement of Detector Board Assembly (Does NOT include Detector) $ 1,745.00 R700 REPAIR C Replacement of CPU / Trizeps Assembly $ 3,825.00 R700 UPPER HOUSING Replacement of Upper Housing Assembly $ 545.00 R700 LOWER Replacement of Lower Housing Assembly $ 1,620,00 HOUSING Teledyne Confidential, Commercially Sensitive Business Data Page 9 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 12 of 21 2023 Service Repair Pricing (US MRSP) Effective: May 30, 2023 All Prices in USD Rev 1 Optimization * Full evaluation of product * Software/firmware update to the latest approved revision level * Optimization of gamma dose rate * Optimization of neutron count rate (if applicable) OPT DU * Optimization of linearity for optimal identification results $ 1,100.00 * Optimization of LED for optimal identification results throughout the complete temperature range (if applicable) * Replacement of brass screws for external power (if applicable) * Replacement of thermal foam (x2) p/n 103679 * Quality control of product and accessories to ensure that they meet manufacturers specifications Optimization (416 Series) * Full evaluation of product * Software/firmware update to the latest approved revision level * Optimization of gamma dose rate * Optimization of neutron count rate (if applicable) OPT DU 416 * Optimization of linearity for optimal identification results $ 1,450.00 * Optimization of LED for optimal identification results throughout the complete temperature range (if applicable) * Replacement of brass screws for external power (if applicable) * Replacement of thermal foam (x2) p/n 103679 * Quality control of product and accessories to ensure that they meet manufacturers specifications Nal(TI) Detector Replacement DET Nal DU A * Examples why detector replacement may be necessary; no counts due to $ 3,300.00 defective detector, poor detector resolution resulting in poor identification results pr I �jd�ntificatWns a 1 Detector Replacement (2 x 4 x 16 Inch) DET Nal DU B * Examples why detector replacement may be necessary; no counts due to $ 18,000.00 defective detector, poor detector resolution resulting in poor identification results or misidentifications Neutron Tube Replacement He3 DU A *Examples why He3 tube replacement maybe necessary; High background neutron $ 4,350.00 count rate when no source is present, no counts when source is present Neutron Tube Replacement (416 Series) He3 DU B *Examples why He3 tube replacement maybe necessary; High background neutron $ 4,350.00 count rate when no source is present, no counts when source is present Electronic Repair REPAIR DU A * Examples why repair services may be necessary; Any type of defect that requires $ 2,525.00 component level repair services or replacement of PCBA's Teledyne Confidential; Commercially Sensitive Business Data Page 10 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 13 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 Electronic Repair (403 Series) REPAIR DU B * Examples why repair services may be necessary; Any type of defect that requires $ 2,938.00 component level repair services or replacement of PCBA's Electronic Repair (416 Series) REPAIR DU C * Examples why repair services may be necessary; Any type of defect that requires $ 3,970.00 component level repair services or replacement of PCBA's Teledyne Confidential; Commercially Sensitive Business Data Page 11 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 14 of 21 2023 Service Repair Pricing (US MRSP) A& Effective: May 30, 2023 All Prices in USD Rev 1 tXYt Ul I t htt j 15u.uu *Guaranteed maximum 3 days service. Evaluation Fee EVAL FEE * Evaluation fee is only applicable if repair/maintenance services are declined. DISPOSAL FEE Disposal Fee * Disposal of Instrument Teledyne Confidential, Commercially Sensitive Business Data $ 400.00 $ 450.00 Page 12 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 15 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 Til .. Part Number Description Price Minor Service FR-01-A * Includes Preventative Maintenance (Part Number FR-04-A) $ 1,265.00 * Repair of single system component (LED, Diode, Pump, Heater, etc.) Moderate Service FR-02-A * Includes Preventative Maintenance (Part Number FR-04-A) $ 2,625.00 * Repair of two system component (LED, Diode, Pump, Heater, etc.) Major Service FR-03-A * Includes Preventative Maintenance (Part Number FR-04-A) $ 5,265.00 * ReRRair of three or more system component (LED, Diode, Pump, Heater, etc.) IBACLalibration and Preventative Maintenance The IBAC Calibration and Annual PM is the maintenance required to ensure that the IBAC meets original standards and includes the following: IBAC Calibration * Air flow check * Optics cleaning $ 1,000.00 * Laser power check * Aerosol calibration * r'alihratinrr Teledyne Confidential; Commercially Sensitive Business Data Page 13 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 16 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 Qi IBAC Part Number Description IBAC Calibration and Preventative Maintenance The IBAC Calibration and Annual PM is the maintenance required to ensure that the IBAC meets original standards and includes the following: IBAC Calibration *Air flow check $ 1,000.00 * Optics cleaning * Laser power check * Aerosol calibration * Calibration IBAC Laser Laser Replacement * Replacement Diagnostics, replacement and alignment of Laser Diode and testing to ensure it $ 3,750.00 meets orgal standards. Optic Cell Replacement IBAC Optic Cell * Diagnostics, replacement and alignment of Laser Diode and Optical Assembly, and $ 9,890.00 Replacement testing to ensure it meets original standards. Includes Optic Cell New PMT (502- 3800) Pump Repair * Diagnostics, replacement and alignment of Laser Diode and Optical Assembly, IBAC Pump Repair $ 1,170.00 and testing to ensure it meets original standards. Includes: Sample pump (1128) Circuit Board Repair Major IBAC Major Repair * Diagnostics, replacement/extensive repair of PCB and testing to ensure it meets $ 2,700.00 original standards. Circuit Board Repair Minor IBAC Minor Repair * Diagnostics, PCB repair and testing to ensure it meets original standards. $ 980.00 PMT Detector IBAC PMT Detector * Diagnostics, replacement of PMT detector and testing to ensure it meets original $ 2,100.00 standards. Includes: PMT Flourensence Photon Cnt (201-3651) Power Supply IBAC Power Supply * Diagnostics, replacement of Internal Power Supply and testing to ensure it meets $ 745.00 original standards. IBAC HEPA Filter HEPA Filter Assembly Replacement Replacement * Diagnostics, replacement of Hepa filter and testing to ensure it meets original $ 765.00 standards. IBAC Evaluation Fee IBAC Evaluation Fee * Evaluation fee is only applicable if repair/maintenance services are declined. $ 1,031.00 IBAC Remote Support IBAC Remote Support $ 577.00 IBAC Cal Station IBAC Calibrator PM/Cal $ 2,S67.00 Calibration * Perform PM and semi-annual calibration Teledyne Confidential; Commercially Sensitive Business Data Page 14 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 17 of 21 2023 Service Repair Pricing (US MRSP) W •r Effective: May 30, 2023 All Prices in USD Rev 1 The Annual PM is the maintenance required to ensure that the G5.10 meets original standards and includes the following (parts and labor): * Kit Maintenance and Tool Kit 400/450/460 * Service Parts G450 Parts Kit (241-005-0033) * Service Parts G400 Parts Kit (241-005-0036) 400ANNUALPM * Spare Part Kit Custom (241-005-0037) $ 12,914.00 * Annual PM Kit G400/G450 (241-005-0038) * GC Maintenance Kit G400 Series (241-005-0040) * Service Kit Annual Hydrogen Gen PH2O0 (241-005-0041) * Spares Kit Auto Sampler (241-005-0042) * Annual PM Kit G460 (241-005-0043) * Griffin G460 (Pre -Serial 300) Parts Kit (241-005-0044) Injector Maintenance G4XX Injector * Diagnostics, cleaning and testing to ensure it meets original standards. Includes: $ 560.00 Maintenance Injector Maintenance kit (241-005-0040) Rough Pump Replacement G4XX Rough Pump Diagnostics, replacement of pfeiffer rough -pump and testing to ensure it meets $ 4,181.00 Replacement on final standards. Includes: Pfeiffer Rough Pump (450-001-0023) Turbo Pump Replacement G4XX Turbo Pump Diagnostics, replacement of pfeiffer turbo pump and testing to ensure it meets $ 10,381.00 Replacement original standards. Includes: Pfeiffer Rough Pump (450-001-0042) Ion Trap Maintenance G4XX Ion Trap k Diagnostics, cleaning/service of ion trap and testing to ensure it meets original $ 1,155.00 Maintenance standards. Circuit Board Repair Major G4XX Repair Major * Diagnostics, replacement/extensive repairs to major circuit boards and testing to $ 3,313.00 ensure it meets original standards. Includes: Inlet Controller Board (303-001-0089) Circuit Board Repair Minor G4XX Repair Minor * Diagnostics, replacement/minor repairs and testing to ensure it meets original $ 1,650.00 standards. Includes: Power Switch PCBA (303-001-0050) G4XX Detector Detector Assembly Replacement Assembly * Diagnostics, replacement of Detector Assembly and testing to ensure it meets $ 3,759.00 Replacement original standards. Includes: Detector Assembly (201-013-0176) Analytical Column Replacement G4XX Ana lytical * Diagnostics, replacement of GC Column Assembly and testing to ensure it meets $ 7,502.00 Column Replacement original standards. Includes: GC Column Assembly Kit (201-015-0015, 241-005-0040) G4XX Remote Support Remote Support $ 575.00 G4XXEvaluationFee G4XX Evaluation Fee $ 1,031.00 * Evaluation fee is only applicable if repair/maintenance services are declined. Teledyne Confidential; Commercially Sensitive Business Data Page 15 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 18 of 21 2023 Service Repair Pricing (US MRSP) Effective: May 30, 2023 All Prices in USD Rev 1 The Annual PM is the maintenance required to ensure that the G510 meets original standards and includes the following (parts and labor): * Injector Maintenance Kit (241-005-0072) * Injector Septum (2) * Injector Split Liner * Split Liner 0-ring * 2 Weld ment O-rings 500ANNUALPM * Source Cleaning (201-032-0008) $ 5,500.00 * MIMS Disk Assembly (201-028-0037) * MIMS Disk O-Ring (201-024-0027) * Calibrant Refill (490-001-0001) * Guard In (202-032-0002) * Injector Ferrule (431-091-0006) * 2 Column Ferrules (431-091-0016) * Precon Assembly (201-032-0321) * Filament (46n-nn1-0074 G5XX Main Computer G5XX Main Computer Rep acement $ 3,557.00 Replacement * Replacement of G510 SOM (303-001-0258) µIC PCBA Replacement G5XX µIC Board * Diagnostics, replacement of PCBA and testing to ensure it meets original $ 1,350.00 Replacement standards. Includes: uIC PCBA (303-001-0245) Probe PCBA Replacement G5XX Probe Board * Diagnostics, replacement of PCBA and testing to ensure it meets original $ 960.00 Replacement standards. Includes: Probe PCBA (303-001-0256) Turbo PCBA Replacement G5XX Turbo Board * Diagnostics, replacement of PCBA and testing to ensure it meets original $ 965.00 Replacement standards. Includes: Turbo PCBA (303-001-0252) RF PCBA Feedthru Replacement G5XX RF Board * Diagnostics, replacement of PCBA and testing to ensure it meets original $ 2,670.00 Replacement standards. Includes: RF PCBA Feedthru (303-001-0244) µPWR PCBA Replacement G5XX µPWR Board * Diagnostics, replacement of PCBA and testing to ensure it meets original $ 2,365.00 Replacement standards. Includes: Power PCBA (303-001-0212) µEC PCBA Replacement G5XX µEC Board * Diagnostics, replacement of PCBA and testing to ensure it meets original $ 2,876.00 Replacement standards. Includes: uECPCBA(303-001-0224) Injector Replacement G5XX Injector * Diagnostics, replacement of Injector assembly and testing to ensure it meets $ 3,998.00 Replacement original standards. Includes: Infector Assemblv (kit # 201-032-0255) Sample Probe and Line Replacement G5XX Sample Probe *Diagnostics, replacement of sample probe/line and testing to ensure it meets $ 2,410.00 Replacement original standards. Includes: (kit # 201-032-0322) Teledyne Confidential; Commercially Sensitive Business Data Page 16 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 19 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 GC Column Replacement G5XX GC Column *Diagnostics, replacement of GC Column and testing to ensure it meets original $ 8,714.00 Replacement standards. Includes: (kit # 201-015-4001) GC Exit Assembly Replacement G5XX GC Exit Line * Diagnostics, replacement of GC Exit Line and testing to ensure it meets original $ 1,920.00 Replacement standards. Includes: (kit # 201-032-0251) G5XX Split Flow Split Flow Controller Replacement Controller * Diagnostics, replacement of Split Flow Controller and testing to ensure it meets $ 1,735.00 Repair/Replacement original standards. Includes: (kit # 201-032-0071) CHIP Controller Replacement G5XX CHIP Controller * Diagnostics, replacement of CHIP Controller and testing to ensure it meets original $ 1,639.00 Repair/Replacement standards. Includes: CHIP Controller (201-032-0342) Internal Transfer Line Replacement G5XX Internal Transfer * Diagnostics, replacement of Internal Transfer Line and testing to ensure it meets $ 1,026.00 Line Replacement original standards. Includes: (kit # 201-032-0256) Pump Replacement G5XX Sample Pump *ample Diagnostics, replacement of Sample Pump and testing to ensure it meets original $ 608.00 Replacement standards. Includes: (kit # 201-032-0314) G5XX LEMO LEMO Connector Assembly Replacement Connector * Diagnostics, replacement of LEMO Connector Assembly and testing to ensure it $ 670.00 Replacement meets original standards. Includes (kit # 201-032-0226) Backing Pump Replacement G5XX Backing Pump * Diagnostics, replacement of Backing Pump and testing to ensure it meets original $ 1,454.00 Repair/Replacement standards. Includes: Backing Pump (201-032-0326) G5XX Multiplier Multiplier Assembly Replacement Assembly * Diagnostics, replacement of Multiplier Assembly and testing to ensure it meets $ 1,760.00 Replacement original standards. Includes: (kit# 461-001-0035) G5XX Reconditioned Reconditioned Source (inlcuded as part of the Annual PM) $ 1,450.00 Source Refill Calibrant (inlcuded as part of the Annual PM) G5XX Refill Calibrant * Diagnostics, refill calibrant and testing to ensure it meets original standards. $ 525.00 Includes: part # 201-032-03101 MIMS Disk Replacement (inlcu ed as part of the Annual PM) G5XX MIMS Disk * Diagnostics, replacement of MIMS Disk and testing to ensure it meets original $ 925.00 Replacement standards. Includes: kit# 201-028-0037) Source Assembly Rep acement G5XX Source Assembly * Diagnostics, replacement of Source Assembly and testing to ensure it meets $ 5,103.00 Replacement original standards. Includes: (kit # 201-032-0008) Quad Assembly Replacement G5XX Quad Assembly Diagnostics, replacement of Quad Assembly and testing to ensure it meets original $ 13,170.00 Repair/Replacement standards. Includes: Quad Assembly(201-032-0046) MIMS Manifold Replacement G5XX MIMS Manifold * Diagnostics, replacement of MIMS Manifold and testing to ensure it meets original $ 2,865.00 Replacement standards. Includes: (kit# 201-032-0250) Turbo Pump Replacement G5XX Turbo Pump Diagnostics, replacement of Turbo Pump and testing to ensure it meets original $ 8,315.00 Repair/Replacement standards. Includes Turbo Pump(201-032-0014) G5XX Remote Support Remote Support $ 577.00 G5XX Evaluation Fee G5XX Evaluation Fee $ 1,031.00 * Evaluation fee is only applicable if repair/maintenance services are declined. Teledyne Confidential; Commercially Sensitive Business Data Page 17 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 20 of 21 2023 Service Repair Pricing Effective: May 30, 2023 (US MRSP) All Prices in USD Rev 1 G5XX Minor Repair G5XX Minor Repair * Diagnostics, minor repairs and testing to ensure the G510 meets original $ 1,965.00 standards. Teledyne Confidential; Commercially Sensitive Business Data Page 18 of 18 CSC 53355 Amendment 2 / Renewal 4 Page 21 of 21 CSC No. 53355-R3 CSC No. 53355-R3 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE September 12, 2022 FUR Detection, Inc. Attn: Valerie Richards, Sr. Contracts Manager 1024 S Innovation Way Stillwater, OK 74074 Re: Contract Renewal Notice Contract No. CSC No. 53355-R3 (the "Contract') Renewal Term No. 3: November 1, 2022 to October 31, 2023 The above referenced Contract with the City of Fort Worth expires on October 31, 2022 (the "Expiration Date"). Pursuant to the Contract, contract renewals are at the sole option of the City. This letter is to inform you that the City is exercising its right to renew the Contract for an additional one (1) year period, which will begin immediately after the Expiration Date. All other terms and conditions of the Contract remain unchanged. Please return this signed acknowledgement letter, along with a copy of your current insurance certificate, to the address set forth below, acknowledging receipt of the Contract Renewal Notice. Failure to provide a signed acknowledgment does not affect the renewal. Please log onto PeopleSoft Purchasing at httn:Hfortworthtexas.�4ov/nurchasin�4 to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Brenda Rav Sr. Contract Compliance Snecialist Brenda. ravafortworthtexas. aov OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 1 of 3 CSC No. 53355-R3 ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ��' ' By: Valerie,VV�ington (Sep 22, 202221:14 CDT) ensuring all performance and reporting requirements. Name: Valerie Washim4ton Title: Assistant Citv Manager Date: By: Mark Ra 6s ,(5ep 19, 2022 11 29 CDT) APPROVAL RECOMMENDED: Name: Mark Rauscher i By: J s Davis (Sep 21, 202210:18 CDT) Title: Assistant Fire Director Name: Jim Davis Title: Fire Chief APPROVED AS TO FORM AND LEGALITY: ATTEST By: wyti- te-S' j "d"da& Name: Tavlor Paris By. Jannette S Goodall (Sep 23, 202218:24 CDT) Name: Jannette Goodall Title: Assistant Citv Attornev Title: Citv Secretary CONTRACT AUTHORIZATION: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 2 of 3 CSC No. 53355-R3 FUR Detection. Inc. By: Valerie Richards---," Name: Valerie Richards Title: Sr. Contracts Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 3 of 3 CSC No. 53355-R2A1 RENEWAL 2 AND AMENDMENT 1 TO CITY OF FORT WORTH CONTRACT 53355 BETWEEN THE CITY OF FORT WORTH AND FUR DETECTION, INC. This 2nd Contract Renewal and First Amendment Agreement (the "Agreement") is made and entered into by and between the City of Fort Worth, a home -rule municipal corporation of the State of Texas, located within Tarrant, Denton, and Wise Counties, (hereinafter referred to as the "Customer"), acting by and through Valerie Washington, its duly authorized Assistant City Manager, and FLIR Detection, Inc. (hereinafter referred to as the "Vendor "), acting by and through Valerie Richards, its duly authorized Senior Contracts Manager, to provide repair and maintenance support services for FLIR Radiation Detection products.. Each party shall be individual referred to herein as Party and collectively as Parties. RECITALS WHEREAS, on or about December 31, 2019, the City entered into an Agreement with the Vendor to provide repair and maintenance support services for FLIR Radiation Detection products. City Secretary Office (CSO) Contract No. 53355 (the "Original Agreement"); WHEREAS, the initial term of the Original Agreement was from November 1, 2019 to October 31, 2020 and could be renewed by sole option of the City; WHEREAS, the Parties renewed the Original Agreement for a first (Is') renewal term from November 1, 2020 to October 31, 2021; WHEREAS, the Parties have continued operating under the same terms and conditions of the Original Agreement; WHEREAS, the Parties both wish to renew the term of the Original Agreement for the second (2nd) renewal term to run from November 1, 2021 through October 31, 2022; and WHEREAS, the Parties agree to amend Exhibit B of the Original Agreement to reflect an increase in the Vendor's unit prices. NOW THEREFORE City and Vendor do hereby agree to the following: I. RENEWAL OF AGREEMENT 1. The Original Agreement, as amended herein, is hereby renewed and extended for a renewal term commencing on November 1, 2021, and ending on October 31, 2022. II. CFW/FLIR Detection, INC OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX AMENDMENT TO AGREEMENT The following terms are hereby amended to either replace any conflicting terms in the Original Agreement or shall be added to the terms and shall be binding and enforceable as if they were originally included therein and the amended agreement shall be referred to as the Agreement in all future documents. Exhibit B of the Original Agreement is deleted and replaced with the Exhibit B attached to this Agreement. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] [SIGNATURE PAGE FOLLOWS] CFW/FLIR Detection, INC Page 2 of 28 IN WITNESS WHEREOF, the parties hereto have executed this agreement, to be effective the day the Assistant City Manager signs this Agreement. FOR CITY OF FORT WORTH: klale /G GU6ZIGl/ ,!!Dyl Valerie Washington (Nov 24, 2n 116:19 CST) Valerie Washington Assistant City Manager Date: Nov 24, 2021 APPROVAL RECOMMENDED JL.lFs Davis 23. 202123.22 CSTI Jim Davis Fire Chief APPROVED AS TO FORM AND LEGALITY Christopher Austria, Assistant City Attorney Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Mark Rauscher (Nov 23.. 202123:06 CST) Name: Mark Rauscher Title: Assistant Fire Director FOR VENDOR: Valerie Richards (Nov 23,. 202110:22 EST) Name: Valerie Richards Title: Senior Contracts Manager Date: Nov 23, 2021 ATTEST: ,d�uuuu� ,daa FORT � a G OF° O °°°°°°°00- �► o °° �g OAP. v° .=d ° TOOP'04( 0° 0000000- .C1 � fit'► f . Ronald P. Gonzales, Acting City Secretary M&C No.: N/A 1295: N/A OFFICIAL RECORD CFW/FLIR Detection, INC CITY SECRETARY FT. WORTH, TX EXHIBIT B *** F L I K FUR Detection Effective: Sept 18, 2021 r Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD 0 Dose Rate Calibration Certification * Full evaluation of product * Software/Firmware upgrade to latest approved revision level * Offical calibration certification of the dose rate * Quality control of instrument MODELS All identiFINDER"R 100 PROCESS REPAIR ID 1 CAL idF R100 PRICE $280 M Tube Replacement Example why detector replacement may be necessary; no counts due to defective detector MODELS PROCESS REPAIR ID PRICE All identiFINDER°R 100 DET idF R100 $450 Replacement of housing assembly, display, and other minor repairs MODELS All identiFINDEROR 100 PROCESS REPAIR ID REPAIR idF R100A PRICE 1 $385 ectronic Repair - Major Replacement of PCBA MODELS All identiFINDER®R 100 PROCESS REPAIR ID REPAIR idF R100 B PRICE $725 Page 1 of 25 Rev 7 CFW/FLIR Detection, INC Page 4 of 28 A FLI R FUR Detection Effective: Sept 18, 2021 IV Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Dose Rate Calibration Certification Full evaluation of product ' Software/Firmware upgrade to latest approved revision level * Optimization of linearity for optimal identification results * Official dose rate calibration (includes Certificate of Calibration) * Quality control of instrument MODELS All identiFINDER°R 200 PROCESS REPAIR ID CAL idF R200 PRICE $325 CsI Detector Replacement (includes SiPM's) Csl Detector Replu,e.r.e,ic (includes SiPM's) Example why detector replacement may be necessary; no counts due to defective detector MODELS All identiFINDEV11 200 PROCESS REPAIR ID DET Csl idF R200 PRICE $1,080 Electronic Repair - Minor Electronic Repair - Minor * Examples why repair services may be necessary; Replacement of BT PCBA, display, display PCBA MODELS All identiFINDERIR 200 PROCESS REPAIR ID REPAIR idF R200 A PRICE $520 Electronic Repair - Major Electronic Repair - Major * Replacement of main PCBA MODELS All identiFINDEVR 200 PROCESS REPAIR ID REPAIR (: l.' )0 B PRICE $1,100 Battery Replacement Battery Replacement * Replacement of battery MODELS All identiFINDER®R 200 PROCESS REPAIR ID BATT''IIiydF R200 Ah PRICE Page 2 of 25 CFW/FLIR Detection, INC Page 5 of 28 F L' R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in LISD Rev 7 lip Optimization • Full evaluation of product, parts and accessories * Software/Firmware upgrade to latest approved revision level * Replacement of internal rechargeable battery * Optimization of ID crystal for optimal identification results * Optimization of 2x gamma dose rate detectors * Optimization of neutron count rate for optimal sensitivity (if applicable) * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS All identiFINDER°R 300 PROCESS REPAIR ID OPT idF R300 PRICE 1 $680 Detector Replacement * Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS All identiFINDERIR 300 PROCESS REPAIR ID DET CZT idF R300 PRICE 1 $2,650 ZnS panel Replacement * Examples why ZnS panel replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS PROCESS REPAIR ID PRICE All identiFINDEVR 300 R300 Neutron ZnS $1,980 He3 idF R300 * Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS PROCESS REPAIR ID PRICE All identiFINDEI 300 He3 idF R300 $2,090 Electronic Repair * Examples why repair services may be necessary; Any type of defect that requires component level repair services or replacement of PCBA's MODELS PROCESS REPAIR ID PRICE All identiFINDER®R 300 REPAIR AF R300 $1,950 Page 3 of 25 CFW/FLIR Detection, INC Page 6 of 28 FLIR FUR Detection Effective: Sept 18,2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Optimization • Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Replacement of internal backup battery (applicable with only older generation identiFINDER's) * Replacement of underwater seals (underwater models only) • Replacement of rechargeable batteries • Optimization of LED for optimal identification results throughout the complete temperature range (only applicable with Ultra models) * Adjustment of device parameters, calibration and renewal of background spectrum of internal Cs-137 source for optimal Identification results (only applicable with models with intrinsic source) * Optimization of linearity for optimal identification results * Optimization of gamma dose rate * Optimization of neutron count rate (only applicable with neutron models) * Check internal Cs-137 calibration source for containment integrity * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS I Non -Underwater Models Underwater Models PROCESS REPAIR ID OPT idF R400 A OPT idF R400 B PRICE $785 $1,255 :intillation Detector Replacement Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution !sulting in poor identification results or misidentifications MODELS I Standard I DETUiltra� T I UW LaBr3 PROCESS REPAIR ID DET Nal-T idF R400 DET Nal idF R400 C DET LaBr3 idF R400 PRICE $2,180 $2,495 $2,990 $2,365 $9,800 eutron Tube Replacement Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, counts when source is present MODELS All identiFINDER®R 400 PROCESS REPAIR ID He3 idF R400 PRICE 1 $2,170 ectronic Repair - Minor Examples why minor repair services may be necessary; Defective LED module, defective display module, defective power MODELS All identiFINDEROR 400 PROCESS REPAIR ID REPAIR idF R400 A PRICE 1 $1,265 Page 4 of 25 CFW/FLIR Detection, INC Page 7 of 28 F L I R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 ectronic Repair - Major Examples why major repair services may be necessary; Any type of defect on the main pcba that requires component level pair services, component level repair or replacement of LED pulse circuitry MODELS All identiFINDEVR 400 PROCESS REPAIR ID REPAIR idF R400 B PRICE 1 $2,100 placement of Main Electronic Board Assembly Examples why main pcba replacement may be necessary; Short in PCBA, open circuit in PCBA, component level :)ubleshooting unsuccessful MODELS PROCESS REPAIR ID PRICE )using Replacement MODELS PROCESS REPAIR ID PRICE 3eplacement MODELS Part Number PRICE Non Underwater Models HOUSING OF R400 A $2,480 All identiFINDER®R 400 REPAIR idF R400 C $4,800 All identiFINDER911 400 101802 $240 Page 5 of 25 Underwater Models HOUSING idF R400 B $3,650 CFW/FLIR Detection, INC Page 8 of 28 ** F L I R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All prices in uSD Rev 7 OptimizationIr ldentiFINDER* R425 ?ptimizatlon Full evaluation of product, parts and accessories Software/firmware update to the latest approved revision level Optimization of linearity for optimal identification results Optimization of gamma dose rate ° Optimization of neutron count rate [only applicable with neutron models] Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS ALL Models PROCESS REPAIR ID R425 OPT' PRICE $785 Scintillation Detector / FPGA Assembly Replacement Detector / FPGA Assembly Replacement Examples why detector replacement maybe necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS ALL Models PROCESS REPAIR ID R425 DET PRICE >4,000 DetectorScintillation Scintillation Detector ikewwk * Examples why detector replacement may be necessary; no counts due to defective detector, poor d.sG tu, . w -tion resulting in poor identification results or misidentifications. Rework original detector- includes materials and labor. MODELS ALL Models PROCESS REPAIR ID R425 DET-REWORK PRICE $2,400 FPGA PCBA Replacement FPGA PCBA Replacement MODELS ALL Models PROCESS REPAIR ID 4t1 SiJ(g PRICE Neutron Sensor Replacement (Single Panel) Neutron Sensor Replacement (Single Panel) Examples why Neutron tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS ALL Models PROCESS REPAIR LD R425 Neutron Zn5 PRICE $1,880 Page 5 of 25 CFW/FLIR Detection, INC Page 9 of 28 O FL I Q FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Main PCBA Replacement Main PCBA Replacement MODELS ALL Models PROCESS REPAIR ID R425 REPAIR B PRICE $1,400 Minor Repairs Minor Repairs * Examples why minor repair services may be necessary; CPU SOM replacement, Display replacement, Component level troubleshooting, etc. Includes materials and labor. MODELS All Models PROCESS REPAIR ID R425 REPAIR C PRICE $1,450 Housing Assembly Replacement Housing Assembly Replacement MODELS ALL Models PROCESS REPAIR ID R425 HOUSING PRICE $995 Battery Replacement Battery Replacement * Replacement of 2x internal rechargeable lithium batteries MODELS All Models PROCESS REPAIR ID R425 BATT PRICE $295 Page 7 of 25 CFW/FLIR Detection, INC Page 10 of 28 O FUR FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Optimization * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Optimization of linearity for optimal identification results Optimization of gamma dose rate * Optimization of neutron count rate (only applicable with neutron models) * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS ALL Models PROCESS REPAIR ID OPT R440 PRICE $825 DetectorScintillation Detector Replacement * Examples why detector repld—ii,e.1L �iiay be necessary; no counts due to defective detector, poor deL,.... .,,J. ,r:;on resulting in poor identification results or misidentifications MODELS Nal(TI) Models Nall. Models LaBr3 Models CLLBC Models PROCESS REPAIR ID DET R440-G DET R440-GN DET R440-LGN I DET R440-CLLBC PRICE $4 5C �— '$7 250 13,700 512,500 Neutron Sensor Replacement Neutron Sensor Replacement * Examples why Neutron tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS laBr3 Models Only (Nal(TI) models use Nall) PROCESS REPAIR ID REPAIR R440 D PRICE $2,400 Electronic Repair Electronic Repair * Component Level Troubleshooting MODELS ALL Models. PROCESS REPAIR ID REP. ,.R is F R440 A PRICE $1,980 Replacement of r•tector Board Assembly (Does NOTDetector) Replacement of Detector Board Assembly (Does NOT include Detector) MODELS ALL Models PROCESS REPAIR ID REPAIR idF R440 B $1,480 PRICE Replacement CPU Trizeps Assembly of / Replacement of CPU / Trizeps Assembly MODELS ALL Models. PROCESS REPAIR ID KEPAIR idF R440 C PRICE 1 $3,400 Page 8 of 25 CFW/FLIR Detection, INC Page 11 of 28 rFLIR FUR Detection Effectiv Published 2021 Service Process Repair Pricing (US MRSP) e: Sept 18, 2021 All Prices in USD Rev 7 * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Replacement of rechargeable batteries Adjustment of device parameters, calibration and renewal of background spectrum of internal Cs-137 source for optimal identification results (only applicable with models with intrinsic source) Optimization of linearity for optimal identification results Optimization of gamma dose rate * Optimization of neutron count rate (only applicable with neutron models) Check internal Cs-137 calibration source for containment integrity Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS All radHunter models PROCESS REPAIR ID OPT idF R500 PRICE 1 $850 Detector Replacement * Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS I Nal(TI) Models I LaBR3 Models PROCESS REPAIR ID DET Nal idF R500 DET LaBr3 idF R500 PRICE $3,950 $10,900 Neutron Tube Replacement * Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS PROCESS REPAIR ID PRICE All Models He3 idF R500 $3,680 Electronic Repair Electronic Repair Examples why repair services may be necessary; Any type of defect that requires component level repair services or replacement of PCBA's MODELS All Models PROCESS REPAIR ID REPAIR idF R500 PRICE 1 $2,230 Page 9 of 25 CFW/FLIR Detection, INC Page 12 of 28 �► FL' R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Optimization * Full evaluation of product, parts and accessories * Software/firmware update to the latest approved revision level * Optimization of linearity for optimal identification results * Optimization of gamma dose rate * Optimization of neutron count rate * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications PROCESS REPAIR ID I R700 OPT PRICE $955 Nall- Detector Replacement * Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications PROCESS REPAIR ID R700 NAIL DET PRICE $16,540 Minor Repairs Examples why minor repair services may be necessary; Component level troubleshooting. Includes materials and labor. PROCESS REPAIR ID R700 REPAIR A PRICE $1,630 PRICE 1 $1,745 PRICE 1 $3,825 PROCESS REPAIR ID R700 UPPER F PRICE $545 PROCESS REPAIR ID I R700 LOWER HOUSING PRICE $1,620 Page 10 of 25 CFW/FLIR Detection, INC Page 13 of 28 F L I R FUR Detection Effective: Sept 18, 2021 USD IV Published 2021 Service Process Repair Pricing (US MRSP) All Prices in Rev ev 7 7 j/r upnmizanon * Full evaluation of product * Software/firmware update to the latest approved revision level * Optimization of gamma dose rate * Optimization of neutron count rate (if applicable) Optimization of linearity for optimal identification results * Optimization of LED for optimal identification results throughout the complete temperature range (if applicable) * Replacement of brass screws for external power (if applicable) * Replacement of thermal foam (x2) p/n 103679 * Quality control of product and accessories to ensure that they meet manufacturers specifications MODELS 1200 Series (2 X 3 ONLY)1300 Series (2 X 3 ONLY)1403 Series (2 X 3 ONLY) 416 Series (2 X 4 X 16) PROCESS REPAIR ID OPT DU OPT DU 416 PRICE $1,100 $1,450 Nal(TI) Detector Replacement * Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS 1200 Series (2 X 3 ONLY)l300 Series (2 X 3 ONLY)1403 Series (2 X 3 ONLY) 416 Series (2 X 4 X 16) PROCESS REPAIR ID DET Nal DU A DET Nal DU B P RICE $ 3, 250 $18, 000 Neutron Tube Replacement * Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS 200 Series 1 300 Series 1 403 Series 416 Series PROCESS REPAIR ID He3 DU A He3 DU B PRICE 1 $4, 220 $4, 220 Electronic Repair * Exarples why repair services may be necessary; Any type of defect that requires cornpunera level repair services or replacement of PCBA's MODELS PROCESS REPAIR ID PRICE 200 Series 300 Series REPA R DU A $2,450 Page 11 of 25 403 Series 416 Series REPAIR DU B REPAIR DU C $2,850 $3,850 CFW/FLIR Detection, INC Page 14 of 28 ^ F L' R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Optimization * Full evaluation of product, parts and accessories * Firmware upgrade to latest version available * Replacement of lithium battery * Optimization of gamma dose rate * Optimization of neutron count rate * Optimization of ID crystal for optimal identification results * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS nanoRaider/microRaider all models PROCESS REPAIR ID OPT microRaider A PRICE 1 $700 Optimization (Includes Web Interface Upgrade) * Full evaluation of product, parts and accessories * Firmware upgrade to latest version available * Replacement of lithium battery * Optimization of gamma dose rate * Optimization of neutron count rate Optimization of ID crystal for optimal identification results " Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS nanoRaider/microRaider all models PROCESS REPAIR ID OPT microRaider B PRICE 1 $700 Page 12 of 25 CFW/FLIR Detection, INC Page 15 of 28 F L I R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in LISD Rev 7 Optimization * Full evaluation of product, parts and accessories * Firmware upgrade to latest version available * Optimization of 7 gamma dose rate detectors * Optimization of neutron count rate * Optimization of ID crystal for optimal identification results * Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS I Raider all models PROCESS REPAIR ID Detector Replacement CZT Detector Replacement (8 Crystals) * Examples why detector replacement may be y, counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS Raider all models PROCESS REPAIR ID DET (-7T Raider PRICE I $6,500 Neutron Tube Replacement Neutron Tube Replacement * Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS I Raider all models PROCESS REPAIR ID Electronic Repair * Examples why repair services may be necessary; Any type of defect that requires component level repair services or replacement of PCBA's MODELS Rer'A41, Ra Page 13 of 25 CFW/FLIR Detection, INC Page 16 of 28 #�L1 FUR Detection Effective: Sept 18, 2021 r Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Radiation DeExpedite Fee tection Products Miscellaneous Fee * Guaranteed maximum 3 days service. PROCESS REPAIR ID EXPEDITE FEE PRICE $150 Evaluation Fee * Evaluation fee is only applicable if repair/maintenance services are declined. PROCESS REPAIR ID EVAL FEE PRICE I $400 Disposal Fee * Disposal of Instrument PROCESS REPAIR ID DISPOSAL FEE. PRICE $400 Page 14 of 25 CFW/FLIR Detection, INC Page 17 of 28 **F LI K FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Rim Minor Service Preventative maintenance and diagnostic inspection of LED accuracy/Sensing Chamber, Pump, air flow test, flowmeter, and external battery connection and post Service to include Fido tip replacement, Sensing Chamber cleaning, Optics Stack cleaning (if applicable), Desorber cleaning (if applicable), seal check, replacement of Fido internal battery (Fido XT/Xti only), replacement of worn screws and bolts, replacement of faceplate if requested Upgrade firmware to latest released version • Minor repairs MODELS All Fido's PROCESS REPAIR ID FR-01-A PRICE $1, 200 Moderate Service • Includes services from FR-01-A ` Repair of a single system component (LED, Diode, Pump, heater, etc.). ' FUR will also provide fresh Sensing Elements, Sampling Swipes, Reference Standards and restock maintenance kits to the original starter kit levels. MOOELS I All Fido's PROCESS REPAIR 10 FR-02-A PRICE $2,495 Major Service Includes services from FR-01-A ` Repair of two or more system components (LED, Diode, Pump, heater, etc.(. ` FUR will also provide fresh Sensing Elements, Sampling Swipes, Reference standards and restockmaintenance kits to the original starter kit levels. MODELS All Fido's PROCESS REPAIR ID FR-03-A PRICE 1 $5.000 Page 15 of 25 CFW/FLIR Detection, INC Page 18 of 28 FLUB FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Calibration IBAC Calibration and Preventative Maintenance The IBAC Calibration and Annual PM is the maintenance required to ensure that the IBAC meets original standards and includes the following: * Air flow check * Optics cleaning * Laser power check * Aerosol calibration * Calibration MODELS I IBAC PROCESS REPAIR ID IBAC Calibration PRICE $970 Laser Replacement * Diagnostics, replacement and alignment of Laser Diode and testing to ensure it meets original standards. MODELS IBAC PROCESS REPAIR ID IBAC Laser Replacement PRICE $3,685 Laser Optic Optic Cell Replacement * Diagnostics, replacement and alignment of Laser Diode and Optical Assembly, and testing to ensure it meets original standards. MODELS IBAC PROCESS REPAIR ID IBAC Optic Cell Replacement PRICE 1 $9,890 Pump Repair * Diagnostics, replacement and alignment of Laser Diode and Optical Assembly, and testing to ensure it meets original standards. MODELS I IBAC AIR ID IBAC P PROCESS REPAIR Repair PRICE $1,135 Circuit Board Repair Major * Diagnostics, replacement/extensive repair of PCB and testing to ensure it meets original standards MODELS I IBAC PROCESS REPAIR ID IBAC Major Repair PRICE $2,620 Page 16 of 25 CFW/FLIR Detection, INC Page 19 of 28 F L I R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) all Prices in USD Rev 7 Circuit Board Repair Minor Circuit Board Repair Minor * Diagnostics, PCB repair and testing to ensure it meets original standards. MODELS IBAC PROCESS REPAIR ID 3... Minor Repair PRICE PMT Detector Diagnostics, replacement of PMT detector and testing to ensure it meets original standards. MODELS IBAC PROCESS REPAIR ID IBAC PMT Detector PRICE $1,590 Power Supply * Diagnostics, rvpi6 i6ernerIL of Internal Power Supply and testing to ensure it meets original standards. MODELS IBAC PROCESS REPAIR ID :,��: Power Supply PRICE $6$0 H EPA Replacement: HE PA Filter Assembly Replacement Diagnostics, replacement of Hepa filter and testing to ensure it meets original standards. MODELS IBAC PROC€SS R€PAIR ID IBAC HEPA Filter Replacement PRICE $740 VBAC Evaluation Fee IBAC Evaluat on Fee * Evaluation fee is only applicable if repair/maintenance services are declined. PROCESS REPAIR ID ILAC Evaluation Fee PRICE $1,000 MAC Remote Support IBAC Remote Support PROCESS REPAIR ID IBAC Remote Support PRICE $560 IBAC Cal Station Calibration IBAC CaIiLia.or rti Lai Perform PM and semi-annual calibration PROCESS REPAIR ID IBAC Cal Station Calibration_ Va.30 PRICE Page 17 of 25 CFW/FLIR Detection, INC Page 20 of 28 FUR FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices In USD Rev 7 G4XX AnnuaI Preventative Maintenance The Annual PM is the maintenance required to ensure that the G510 meets original standards and includes the following (parts and labor): • Kit Maintenance and Tool Kit 400/450/460 * Service Parts G450 Parts Kit (241-005-0033) k Service Parts G400 Parts Kit (241-005-0036) * Spare Part Kit Custom (241-005-0037) * Annual PM Kit G400/13450 (241-005-0038) * GC Maintenance Kit G400 Series (241-005-0040) " Service Kit Annual Hydrogen Gen PH2O0 (241-005-0041) * Spares Kit Auto Sampler (241-005-0042) Annual PM Kit G460 (241-005-0043) * Griffin G460 (Pre -Serial 3001 Parts Kit (241-005-0044) MODELS Griffin G4XX PROCESS REPAIR..ID 400ANNUALPM PRICE $10,448 Injector Maintenance ` Diagnostics, cleaning and testing to ensure it meets original standards. Includes: Injector Maintenance kit (241-005-0040) MODELS Griffin G4XX PROCESS REPAIR ID G4XX Injector Maintenance PRICE $545 Rough Pump Replacement * Diagnostics, replacement of pfeiffer rough -pump and testing to ensure it meets original standards. Includes: Pfeiffer Rough Pump (450-001-0023) MODELS Griffin G4XX: PROCESS REPAIR ID G4XX Rough Pump Replacement PRICE 1 $3,100 Turbo Pump Replacement * Diagnostics, replacement of pfeiffer turbo pump and testing to ensure it meets original standards, Includes: Pfeiffer Rough Pump (450-001-0042) MODELS Griffin G4XX PROCESS REPAIR. ID G4XX Turbo Pump Replacement PRICE 1 $6,850 Page 18 of 25 CFW/FLIR Detection, INC Page 21 of 28 ^ F L I R FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Ion Trap Maintenance Ion Trap Maintenance * Diagnostics, cleaning/service of ion trap and testing to ensure it meets original standards. MODELS Griffin G4XX PROCESS REPAIR ID I G4XX Ion Trap Maintenance PRICE $1,120 Board Repair Major Circuit Circuit Board Repair Major * Diagnostics, replacement/extensive repairs to major circuit boards and testing to ensure it meets original standards. IncludesM0lDtEgrntrolie Board (303-001-0089) Griffin G4XX PROCESS REPAIR ID G4XX Repair Major PRICE $3,052 Board Repair Minor Circuit Circuit Board Repair Minor * Diagnostics, replacement/minor repairs and testing to ensure it meets original standards. Includes: Power Switch PCBA (303-001-0050) MODELS Griffin G4XX PROCESS REPAIRXX ID I G4 Repair Minor PRICE $1,595 Detector Detector Assembly Replacement * Diagnostics, replacement of Detector Assembly and testing to ensure it meets original standards. Includes: Detector Assembly (201-013-0176) MODELS Griffin G4XX PROCESS REPAIR ID 1 G4XX Detector Assembly Replacement PRICE $2,850 Analytical Analytical Column Replacement Column Replacement * Diagnostics, replacement of GC Column Assembly and testing to ensure it meets original standards. Includes: GC Column Assembly Kit (201-015-0015, 241-005-0040) MODELS Griffin G4XX PROCESS REPAIR ID G4XX Analytical Column Replacement PRICE $4,900 Remote Remote Support Support MODELS Griffin G4XX PROCESS REPAIR ID 34XX Remote Support PRICE $560 Evaluation Fee G4XX Evaluation Fee * Evaluation fee is only applicable if repair/maintenance services are declined. MODELS Griffin G4XX PROCESS REPAIR ID 1 G4XX Evaluation Fee PRICE $1,000 Page 19 of 25 CFW/FLIR Detection, INC Page 22 of 28 w FL1 1W FUR Detection Effective: Sept 18, 2021 v Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 GSXXAnnual Preventative Maintenance The Annual PM is the maintenance required to ensure that the G510 meets original standards and includes the following (parts and labor): * Injector Maintenance Kit (241-005-0072) * Injector Septum (2) * Injector Split Liner * Split Liner 0-ring * 2 Weldment 0-rings * Source Cleaning (201-032-0008) * MIMS Disk Assembly (201-028-0037) * MIMS Disk O-Ring (201-024-0027) * Calibrant Refill (490-001-0001) * Guard In (202-032-0002) * Injector Ferrule (431-091-0006) * 2 Column Ferrules (431-091-0016) * Precon Assembly (201-032-0321) * Filament (460-001-0024) MODELS Griffin GSXX PROCESS REPAIR ID 500ANNUALPM PRICE 1 $4,944 GSXX Main Computer Replacement * Replacement of G510 SOM (303-001-0258) MODELS Griffin GSXX PROCESS REPAIR ID GSXX Main Computer Replacement PRICE 1 $3,450 µIC PCBA Replacement * Diagnostics, replacement of PCBA and testing to ensure it meets original standards. Includes: uIC PCBA (303-001-0245) MODELS Griffin GSXX PROCESS REPAIR ID GSXX µIC Board Replacement PRICE 1 $865 Page 20 of 25 CFW/FLIR Detection, INC Page 23 of 28 FL�Ri. FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Probe PCEA Replacement Probe PCBA Replacement * Diagnostics, replacement of PCBA and testing to ensure it meets original standards. Includes: Probe PCBA (303-001-0256) MODELS Griffin G5XX PROCESS REPAIR ID GSXX Probe Board Replacement PRICE yJ10 Griffin G5XX Turbo PCBA Replacement Turbo PCBA Replacement * Diagnostics, replacement of PCBA and testing to ensure it meets original standards. Includes: Turbo PCBA (303.001-0252) MODELS Griffin G5XX PROCESS REPAIR ID G5XX Turbo Board Replacement PRICE $820 RIF PCBA Replacement RF PCBA Feedthru Replacement * Diagnostics, replacement of PCBA and testing to ensure it meets original standards. Includes: RF PCBA Feedthru (303-001- 0244) MODELS Griffin GSXX PROCESS REPAIR ID G5XX RF Board Replacement PRICE $1,620 Griffin 65XX VPWR PCBA Replacement µPWR PCBA Replacement * Diagnostics, replacement of PCBA and testing to ensure it meets original standards. Includes: Power PCBA (303-001-0212) MODELS Griffin G5XX PROCESS REPAIR ID G5XX µPWR Board Replacement PRICE $1,555 Griffin G5XX VEC PCBA Replacement µEC PCBA Replacement * Diagnostics, replacement of PCBA and testing to ensure it meets original standards. Includes: µEC PCBA (303-001-0224) MODELS Griffin G5XX PROCESS REPAIR ID GSXX µEC Board Replacement PRICE $2,485 Injector Replacement Injector Replacement * Diagnostics, replacement of ❑QM — --aLly and testing to ensure it meets original standards. Includes: Injector Assembly (kit # 201-032-0255) MODELS Griffin GSXX PROCESS REPAIR ID G5XX 10i(?, t/�j jteplacement PRICE $3,650 Page 21 of 25 CFW/FLIR Detection, INC Page 24 of 28 FUR Detection Effective: Sept 18, 2021 #FL1 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in use Rev 7 Sample Probe and Line Replacement *Diagnostics, replacement of sample probe/line and testing to ensure it meets original standards. Includes: (kit # 201-032- 0322) MODELS PROCESS REPAIR ID PRICE Griffin GSXX GSXX Sample Probe Replacement $2,020 * Diagnostics, replacement of GC Wumn and testing to ensure it meets original standards. Includes: {kit # 201-015- 4001) MODELS PROCESS REPAIR ID PRICE Griffin G5XX GSXX GC Column Replacement $5,980 * Diagnostics, replacement of GC Exit Line and testing to ensure it meets original standards. Includes: (kit # 201-032- 0251) MODELS PROCESS REPAIR ID PRICE Griffin GSXX GSXX GC Exit Line Replacement $1,800 * Diagnostics, replacement of Split Flow Controller and testing to ensure it meets original standards. Includes: (kit # 201-032 0071) MODELS PROCESS REPAIR ID PRICE Griffin GSXX GSXX Split Flow Controller Repair/Replacement $1,390 * Diagnostics, replacement of CHP Controller and testing to ensure it meets original standards. Includes: CHP Controller (201 032-0342) MODELS PROCESS REPAIR ID PRICE Griffin GSXX GSXX CHP Controller Repair/Replacement 51,590 Page 22 of 25 CFW/FLIR Detection, INC Page 25 of 28 ,' FLIR FUR Detection Effective: Sept 18,2021 Pubiished 2021 Service Process Repair Pricing (US MRSP) All Prices in I Rev 7 e Internal Transfer Line Replacement Internal Transfer Line Replacement * Diagnostics, replacement of Internal Transfer Line and testing to ensure it meets original standards. Includes: (kit # 201- 032-0256) MODELS Griffin GSXX PROCESS REPAIR ID G5XX Internal Tran�f�/ Line Replacement PRICE $_� DS Griffin G5XX Sample Pump Replacement Sample Pump Replacement * Diagnostics, replacement of Sample Pump and testing to ensure it meets original standards. Includes: (kit # 201-032- 0314) MODELS Griffin G5XX PROCESS REPAIR ID GSXX Sample Pump Replacement PRICE 5590 Griffin q b LEMO Connector Assembly Replacement LEMO Connector Assembly Replacement * Diagnostics, replacement of LEMO Connector Assembly and testing to ensure it meets original standards. Includes (kit # 201-032-0226) MODELS Griffin G5XX PROCESS REPAIR ID G5XX LEMO Connector Replacement PRICE S650 Backing Pump Repair/Replacement (Backing Pump Replacement * Diagnostics, replacement of Backing Pump and testing to ensure it meets original standards. Includes: Backing Pump (201 032-0326) MODELS Griffin GSXX PROCESS REPAIR ID G5XX Backing Purnp,Repair/Replacement PRICE $1,410 Multipler Assembly Replacement Multiplier Assembly Replacement * Diagnostics, replacement of Multiplier Assembly and testing to ensure it meets original standards. Includes: (kit # 461-001 0035) MODELS Griffin GSXX PROCESS REPAIR ID G5XX Multiplier Assembly Replacement PRICE 51,490 io Griffin GSXX Reconditioned Source Reconditioned Source (inicuded as part of the Annual PM) MODELS Griffin G5XX PROCESS REPAIR ID G5XX Reconditioned Source PRICE $1,350 Page 23 of 25 CFW/FLIR Detection, INC Page 26 of 28 FL' FLIR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Refill Calibrant Refill Calibrant (inlcuded as part of the Annual PM) * Diagnostics, refill calibrant and testing to ensure it meets original standards. Includes: (part it 201-032-0310) MODELS Griffin GSXX PROCESS REPAIR ID G5XX Refill Calibrant PRICE $420 MIMS Disk Replacement MIMS Disk R4 vi)�—.....: (inlcuded as part of the Annual PM) * Diagnostics, replacement of MIMS Disk and testing to ensure it meets original standards. Includes: (kit # 201-028- 0037) MODELS Griffin GSXX PROCESS REPAIR ID I G5XX MIMS Disk Replacement PRICE $710 Source Assembly Replacement Source Assembly Replacement * Diagnostics, replacement of Source Assembly and testing to ensure it meets original standards. Includes: (kit # 201-032- 0008) MODELS Griffin GSXX PROCESS REPAIR ID GSXX Source Assembly Replacement PRICE $4,950 Quad Assembly Repair/Replacement Quad Assembly Replacement * Diagnostics, replacement of Quad Assembly and testing to ensure it meets original standards. Includes: Quad Assembly (201-032-0046) MODELS Griffin GSXX PROCESS REPAIR ID GSXX Quad Assembly Repair/Replacement PRICE $12,775 „'; -'- _ MIMS Manifold Replacement MIMS Manifold Replacement * Diagnostics, replacement of MIMS Manifold and testing to ensure it meets original standards. Includes: (kit # 201-032- 0250) MODELS Griffin GSXX PROCESS REPAIR ID GSXX MIMS Manifold Replacement PRICE $2,195 GsXX Turbo Pump Repair/Replacement Turbo Pump Replacement * Diagnostics, replacement of Turbo Pump and testing to ensure it meets original standards. Includes Turbo Pump (201-032 0014) MODELS Griffin GSXX PROCESS REPAIR ID G5XX Turbo Pump Repair/Replacement PRICE 56,290 Page 24 of 25 CFW/FLIR Detection, INC Page 27 of 28 FLIK FUR Detection Effective: Sept 18, 2021 Published 2021 Service Process Repair Pricing (US MRSP) All Prices in USD Rev 7 Remote Support MODELS Griffin GSXX PROCESS REPAIR ID GSXX Remote Support PRICE $550 G5XX Evaluation Fee * Evaluation fee is only applicable if repair/maintenance services are declined. MODELS PROCESS REPAIR ID PRICE Griffin GSXX G5XX Evaluation Fee $1,000 G5XX Minor Repair * Diagnostics, minor repairs and testing to ensure the G510 meets original standards. MODELS Griffin GSXX PROCESS REPAIR ID G5XX Minor Repair PRICE $1,595 Page 25 of 25 CFW/FLIR Detection, INC Page 28 of 28 CITY SECRETARY CONTRACT NO. 53355-R1 RENEWAL TO CITY SECRETARY CONTRACT NO.53355 REPAIR AND MAINTENANCE SUPPORT AGREEMENT BETWEEN CITY OF FORT WORTH AND FLIR DETECTION, INC. This Renewal is executed by and between the City of Fort Worth (hereafter "City"), a home rule municipal corporation, acting by and through Valerie Washington, its duly authorized Assistant City Manager, and FLIR Detection, Inc. (hereafter "Vendor"), a Delaware Corporation authorized to do business in the State of Texas. City and Vendor are each individually referred to herein as a "Party" and collectively as the "Parties." WHEREAS, the parties have previously entered into City of Fort Worth City Secretary Contract No. 53355 (the "Contract"); and WHEREAS, the Contract was executed for Vendor to provide the City with repair and maintenance support services for FLIR Radiation Dectection products; and WHEREAS, the original term of the Contract was from November 1, 2019 to October 31, 2020; and WHEREAS, the Parties have continued operating under the same terms and conditions and intended to renew the Contract; and WHEREAS, the Contract allows for up to four (4) one-year renewal options, so long as the Parties agree to renew the Contract and to the renewal amount; and WHEREAS, the City and Vendor now wish to memorialize their agreement to renew the term of the Contract for continued services pursuant to the original Contract from November 1, 2020 to October 31, 2021. NOW, THEREFORE, City and Vendor acting herein by and through their duly authorized representatives, enter into the following agreement to renew the contract: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 1. The term of the Contract is hereby renewed for a renewal term from November 1, 2020 to October 31, 2021 unless terminated earlier in accordance with the Contract. The total compensation City shall pay to Vendor during this renewal period shall not exceed $18,000.00. All payment shall be made in accordance with the terms of the Contract. (Signature page Follows) CFW / FUR DETECTION, INC. Page 2 of 3 ACCEPTED AND AGREED: CITY OF FORT WORTH Valerie washinqfon By: Valerie Washington (Apr 1 , 2021 05:34 CDT) Name: Valerie Washington Title: Assistant Citv Manager Date: Apr 14, 2021 ATTEST: (� By: �U Name: Mary Kayser Title: City Secretary FLIR Detection, INC. Richards.Valerie.L.OR�;u.� �-.;-.b..'oR3o„o>>�Ez� By: C3011031734.Encrypt=121 12152; 0 Name: Valerie Richards Title: Sr. Contracts Manager CFW / FLIR DETECTION, INC. Page 3 of 3 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 7� M Mark Rauscher (Apr 12, 202123:28 CDT) By: Name: Mark Rauscher Title: Assistant Fire Director APPROVED AS TO FORM AND LEGALITY: C(wik� , "c i-c;v By: Christopher Austria (Apr 13, 202117:04 CDT) Name: Christopher Austria Title: Assistant Citv Attornev CONTRACT AUTHORIZATION: M&C: N/A 24089-03-2020 (March 19, 2020) and 24161-04-2020 (April 7, 2020) Form 1295 Certification No.: 2020-640828 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CSO - 53355 Gt1` O�tOPSP��tl Co VENDOR SERVICES AGREEMENT �L This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by in between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through Valerie Washington, its duly authorized Assistant City Manager, and FLIR Detection, Inc., ("Vendor"), a Delaware corporation and acting by and through its duly authorized representative, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A - Scope of Services and Price Schedule; and 3. Exhibit B-Verification of Signature Authority Form. Exhibits A and B, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A and B and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Provide repair and maintenance support services for FLIR Radiation Detection products. Exhibit A - Scope of Services and Price Schedule more specifically describes the services to be provided hereunder. 2. TERM. This Agreement shall begin on November 1, 2019 ("Effective Date") and shall expire on October 31, 2020 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal options, at City's sole discretion. 3. COMPENSATION. City shall pay Vendor in accordance with Exhibit A - Scope of Services and Price Schedule. Total payment made under this Agreement for the first year by City shall be an amount not to exceed Eighteen Thousand Dollars ($ 18,000.00). Vendor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor Services Agreement ' Page I of 35 DRU Lt, t L 4LL _ nc: fARY FT. WORTH, TX Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Parties agree, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by the other Party as confidential ("Confidential Information") and shall not disclose any such information to a third party without the prior written approval of the other Party. 5.3 Unauthorized Access. Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 5.4 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Seller. It will be the responsibility of Seller to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 6. RIGHT TO AUDIT. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this contract, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor Services Agreement Page 2 of 35 Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and subVendors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subVendors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees or subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor of Vendor shall be entitled to any employment benefits from City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subVendor. 8. LIABILITY AND INDEMNIFICATION. 8.1. LIABILITY - VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.2. INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS, AND ANY RESULTING LOST PROFITS) PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, AND DAMAGES FOR CLAIMS OF INTELLECTUAL PROPERTY INFRINGEMENT, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SUBCONTRACTORS, SERVANTS OR EMPLOYEES. Vendor Services Agreement Page 3 of 35 8.3. INTELLECTUAL PROPERTY INFRINGEMENT. • The Vendor warrants that all Deliverables, or any part thereof, furnished hereunder, including but not limited to: programs, documentation, software, analyses, applications, methods, ways, and processes (in this Section 8C each individually referred to as a "Deliverable" and collectively as the "Deliverables,") do not infringe upon or violate any patent, copyrights, trademarks, service marks, trade secrets, or any intellectual property rights or other third party proprietary rights, in the performance of services under this Agreement. • Vendor shall be liable and responsible for any and all claims made against the City for infringement of any patent, copyright, trademark, service mark, trade secret, or other intellectual property rights by the use of or supplying of any Deliverable(s) in the course of performance or completion of, or in any way connected with providing the services, or the City's continued use of the Deliverable(s) hereunder. • Vendor agrees to indemnify, defend, settle, or pay, at its own cost and expense, including the payment of attorney's fees, any claim or action against the City for infringement of any patent, copyright, trade mark, service mark, trade secret, or other intellectual property right arising from City's use of the Deliverable(s), or any part thereof, in accordance with this Agreement, it being understood that this agreement to indemnify, defend, settle or pay shall not apply if the City modifies or misuses the Deliverable(s). So long as Vendor bears the cost and expense of payment for claims or actions against the City pursuant to this section 8, Vendor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect the City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against the City for infringement arising under this Agreement, the City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor shall fully participate and cooperate with the City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, the City's assumption of payment of costs or expenses shall not eliminate Vendor's duty to indemnify the City under this Agreement. If the Deliverable(s), or any part thereof, is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor shall, at Vendor Services Agreement Page 4 of 35 its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the Deliverable(s); or (b) modify the Deliverable(s) to make them/it non -infringing, provided that such modification does not materially adversely affect City's authorized use of the Deliverable(s); or (c) replace the Deliverable(s) with equally suitable, compatible, and functionally equivalent non -infringing Deliverable(s) at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor, terminate this Agreement, and refund all amounts paid to Vendor by the City, subsequent to which termination City may seek any and all remedies available to City under law. VENDOR'S OBLIGATIONS HEREUNDER SHALL BE SECURED BY THE REQUISITE INSURANCE COVERAGE AND AMOUNTS SET FORTH IN SECTION 10 OF THIS AGREEMENT. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 RESERVED. 10. INSURANCE. Vendor shall provide City with policies of the following types and minimum coverag 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: e $1,000,000 - Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non -owned. (c) Worker's Compensation: Vendor Services Agreement Page 5 of 35 Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City. Ten (10) days' notice shall be acceptable in the event of non- payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. Certificates of Insurance evidencing that Vendor has obtained all required insurance Vendor Services Agreement Page 6 of 35 shall be delivered to the City prior to Vendor proceeding with a ny work pursuant to this Agreement. 11. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules. or regulations, Vendor shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Vendor, for itself, its personal representatives, assigns, subVendors and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON- DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBVENDORS OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile or email with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: I -o CITY: City of Fort Worth Attn: Valerie Washington, Assistant Cily Manager 200 Texas Street Fort Worth, TX 76102-6314 Facsimile: {817)392-M54 With copy to Fort Worth City Attorney's Office at same address To VENDOR: FLIR Detection Inc. Steven Read, Service and Customcr Support Manager 100 Midiand Roast Oak Ridge, TN 37830-9102 Facsimile. :865-220-7181 14. SOLICITATION OF EMPLOYEES. Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. Vendor Services Agreement Page 7 of 35 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW / VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A and B. 22. AMENDMENTS/ MODIFICATIONS/ EXTENSIONS. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. This Agreement, including Exhibits A and B, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and Vendor Services Agreement Page 8 of 35 each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY OF SERVICES. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor shall either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. IMMIGRATION NATIONALITY ACT. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. INTELLECTUAL PROPERTY. Vendor reserves all rights, title, and interest in and to any materials produced by Vendor, including, without limitation, all patent rights, copyrights, trademarks, trade secrets, and all other intellectual property rights. City shall not acquire any rights, title, or interest, express or implied, in any solutions or service produced by Vendor unless specified in this agreement. 28. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit "C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. CHANGE IN COMPANY NAME OR OWNERSHIP. Vendor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. Vendor Services Agreement Page 9 of 35 30. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL. Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (signature page follows) Vendor Services Agreement Page 10 of 35 ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Valerie R. Washington (Dec 31, 2019) Name: Valerie Washington Title: Assistant Citv Manager Date: Dec 31, 2019 APPROVAL RECOMMENDED: 9a�cey bavi� By: James Davis (Dec 31, 2019) Name: James Davis Title: Fire Chief ATTEST: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration ofthis contract, including ensuring all performance and reporting requirements. Ronald Mills Ronald Mills (Dec 31, 2019) By: Name: Ronald Mills Title: Fire Captain APPROVED AS TO FORM AND LEGALITY: By: trong (Dec 11, 2019) Name: >ZH_Strong Title: Assistant City Attomey CONTRACT AUTHORIZATION: 1w �• �,w k M&C: N/A By: Mary�ser(Jan� Name: Mary J. Kayser C Title: Citv Secretary ; VENDOR: ' ChA.. FLIR Detection, Inc. ATTEST: By.rarrie S Ranagan jDec 31, 20 ) Name: Carrie S. Ranagan Title: Global Director, Government Contracts Date: Dec 31, 2019 By: Name: Title: OFFICIAL RECORD CITY SECRETARY FT WORTH, TX Vendor Services Agreement Page 11 of 35 EXHIBIT A SCOPE OF SERVICES AND PRICE SCHEDULE Process Repairs and product accessories as described in the pricing included as Exhibit A. Process Repairs: Full evaluation of product Software/Firmware upgrade to latest approved revision level Offical calibration certification of the dose rate Quality control of instrument MODELS All identiFINDERIR 100 PROCESS REPAIR ID CAL idF R100 PRICE $195 Example why detector replacement may be necessary; no counts due to defective detector MODELS PROCESS REPAIR ID PRICE All identiFINDER"R 100 ❑ET idF R100 $380 Replacement of housing assembly, display, and other minor repairs MODELS PROCESS REPAIR I❑ PRICE 3 MODELS PROCESS REPAIR ID PRICE All identiFINDERIR 100 REPAIR idF R100A $295 Replacement of PCBA All identiFINDERIR 100 REPAIR idF R100 B $680 Vendor Services Agreement — Exhibit A Page 12 of 35 Full evaluation of product Software/Firmware upgrade to latest approved revision level Optimization of linearity for optimal identification results official dose rate calibration (includes Certificate of Calibration) MODELS PROCESS REPAIR ID PRICE Quality control of instrument All identiFINDER®R 200 CAL idF R200 $245 Example why detector replacement may be necessary; no counts due to defective detector MODELS PROCESS REPAIR ID PRICE All identiFINDER°R 200 DET Csl W R200 $1,045 Examples why repair services may be necessary; Replacement of BT PCBA, display, display PCBA MODELS PROCESS REPAIR ID PRICE MODELS PROCESS REPAIR ID PRICE MODELS PROCESS REPAIR ID PRICE All identiFINDEROR 200 REPAIR idF R200 A $340 Replacement of main PCBA All identiFINDER®R 200 REPAIR idF R200 B $1, 055 Replacement of battery All identiFINDER°R 200 BATT idF R200 $150 Vendor Services Agreement — Exhibit A Page 13 of 35 Full evaluation of product, parts and accessories Software/Firmware upgrade to latest approved revision level Replacement of internal rechargeable battery Optimization of ID crystal for optimal identification results Opti mization of 2x gamma dose rate detectors Optimization of neutron count rate for optimal sensitivity (if applicable) Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS All identiFINDER`�'R 300 PROCESS REPAIR ID OPT idF R300 PRICE $585 Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS All identiFINDER®R 300 PROCESS REPAIR I❑ DET CZT idF R300 PRICE $2,400 Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS All identiFINDEROR300 PROCESS REPAIR ID PRICE FIe3 idF R300 $2,020 Examples why repair services maybe necessary; Any type of defect that requires component level re pair services or replacement of PCBA's MODELS All identiFINDER®R300 PROCESS REPAIR ID REPAIR idF R300 PRICE $1,875 Vendor Services Agreement — Exhibit A Page 14 of 35 Full evaluation of product, parts and accessories Softwareffirmware update to the latest approved revision level Replacement of internal backup battery (applicable with only oldergene ration identiFINDER's) Replacement of rechargeable batteries Optimization of LED for optimal identification results throughout the complete temperature range (only applicable with Ultra models) Adjustrnerit of device pdrarneters, calibration and renewal of background spectrum of irite rnaI Cs-137 source for optimal identification results (only applicable with models with intrinsic source) Optimization of I i nearity for opti mal identification results Optimization of gamma dose rate Optimization of neutron count rate (only applicable with neutron models) Check internal Cs-137calibration source for containment integrity Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS Non -Underwater Models Underwater Models lrohmah PROCESS REPAIR ID OPT idF R400A OPT idF R400 B Cal Ironman PRICE $725 $1, 255 $400 Scintillation Detector Replacement why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS Standard Ultra T Uw x LaW PROCESS REPAIR ID DETNaHdFR400A BETNaIidFR400B BETNaI-TidFR40C17EFNa1idFR440C SET NaI idF R400E ©ETLaBr3idFR400 PRICE $2,150 $2,365 $3,250 $2,365 $4,900 $10,720 Examples why He3 tube replacement maybe necessary; High background neutron count rate when no source is present, no counts when source is present MODELS All identiFINDER®R400 PROCESS REPAIR ID He3 idF R400 PRICE $2,020 Vendor Services Agreement — Exhibit A Page 15 of 35 Examples why minor repair services maybe necessary; Defective LED module, defective display module, defective power pcba MODELS All identiFINDER4111400 PROCESS REPAIR ID REPAIR idF R400A PRICE $1,050 Examples why major repair services may be necessary; Any type of defect on the main pcba that requires component level repair services, component level repair or replacement of LED pulse MODELS All identiFINDER®R400 PROCESS REPAIR ID REPAIR idF R400 B PRICE $1,875 Examples why main pcba replacement may be necessary; Short in PCBA, open circuit in PCBA, component level troubleshooting unsuccessful MODELS All identiFINDER®R400 PROCESS REPAIR ID REPAIR idF R400 C PRICE $4,800 Replacement of main housing assembly MODELS Non UW Models PROCESS REPAIR ID HOUSING idF R400A PRICE $2,350 Replacement of Lens MODELS Non UW Models Part Number 101802 and 100195 PRICE $135 UW Models HOUSING idF R400 B $3, 650 UW Models 101802 and 100195 $240 Vendor Services Agreement — Exhibit A Page 16 of 35 Full evaluation of product, parts and accessories Software/firmware update to the latest approved revision level Optimization of I i nearity for opti mal identification results Optimization of gamma dose rate Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS ALL Models PROCESS REPAIR ID OPT R440 PRICE $750 Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS Nal(TI) Models NaIL Models PROCESS REPAIR ID DET R440-G DET R440-GN PRICE $4,500 $7,350 MODELS ALL Models PROCESS REPAIR I❑ REPAIR idF R440A PRICE $1,450 MODELS ALL Models PROCESS REPAIR I❑ REPAIR idF R440 B PRICE $1,250 MODELS ALL Models PROCESS REPAIR ID REPAIR idF R440 C PRICE $3,400 Vendor Services Agreement — Exhibit A Page 17 of 35 Full evaluation of product, parts and accessories Software/firmware update to the latest approved revision level Replacement of internal backup battery (applicable with only oldergeneration identiFINDER's) Replacement of rechargeable batteries Optimization of I! EDfor optimal identification results throughout the complete temperature range (only applicable with Ultra models) Adjustmentof device parameters, calibration and renewal of background spectrum of internal Cs-137 source for optimal identification results (only applicable with models with intrinsic source) Optimization of linearity for optimal identification results Optimization of gamma dose rate Optimization of neutron count rate (only applicable with neutron models) Check internal Cs-137 calibration source for containment integrity Quality control of instrument and accessories to ensure that they meet manufacturer's specifications MODELS All radHunter models PROCESS REPAIR ID OPT id R500 PRICE 5565 Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS Nal(TI) Models PROCESS REPAIR ID DET Nal id R500 PRICE $3,950 Examples why He3tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS All Models PROCESS REPAIR ID He3 idF R500 PRICE $3,680 Examples why repair services may be necessary; Any type of defect that requires component level repair services or replacement of PCBA's MODELS All Models PROCESS REPAIR ID REPAIR idF R500 PRICE $2,135 Vendor Services Agreement — Exhibit A Page 18 of 35 Full evaluation of product Software/firmware update to the latest approved revision level Optimization of gamma dose rate ❑ptimization of neutron count rate (if applicable) Optimization of linearity for optimal identification results Optimization of LED for optimal identification results throughout the complete temperature range {if Replacement of brass screws for external power (if applicable) Replacement of thermal foam (x2) p/n 103679 Quality control of product and accessories to ensure that they meet manufacturers specifications MODELS 200 Series (2 x 3 ONLY) 1300 Series (2 x 3 ONLY) I403 Series (2 X 3 ONLY) 416 Series (2 x 4 x 16) PRICE I672■111, $935 $1, 450 Examples why detector replacement may be necessary; no counts due to defective detector, poor detector resolution resulting in poor identification results or misidentifications MODELS 200 Series (2 x 3 ONLY) 300 Series (2 x 3 ONLY) 403 Series (2 X 3 ONLY) 416 Series (2 X 4 x 16) PROCESS REPAIR I❑ PRICE DET Nal DU A $3,250 Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS 200 Series S 300 Series 403 Series 416 Series PROCESS REPAIR I❑ PRICE He3 DU A $4,220 He3 DU B $4, 220 Examples why repair services may be necessary; Any type of defect that requires component level repair services or replacement of PCBA's MODELS 200 Series 1 300 Series 403 Series 416 Series PROCESS REPAIR ID REPAIR DU A PRICE $1,935 REPAIR DU B $2,460 REPAIR DU C $3, 200 Vendor Services Agreement — Exhibit A Page 19 of 35 Full evaluation of product, parts and accessories Firmware upgrade (if applicable) Optimization of 7gamma dose rate detectors Optimization of neutron count rate for 2 neutron tubes (if applicable) Optimization of ID detector for optimal identification results Replacement of lithium Ion battery MODELS Raider all models PROCESS REPAIR ID OPT Raider PRICE $895 Examples why detector replacement maybe necessary;. no counts due to defective detector, poor detector resolution resulting in Door identification results or misidentifications MODELS Raider all models PROCESS REPAIR ID DET CZT Raider PRICE $6, 200 Examples why He3 tube replacement may be necessary; High background neutron count rate when no source is present, no counts when source is present MODELS Raider all models PROCESS REPAIR ID He3 Raider PRICE $2, 300 Examples why repair services may be necessary; Any type of defect that requires component level re pair services or re place ment of PCBA`s MODELS Raider all models PROCESS REPAIR ID REPAIR Raider PRICE $2, 365 Vendor Services Agreement — Exhibit A Page 20 of 35 U.S. NRC 10 CFR 30.71 Schedule B Limited to maximum of 10 exempt sources PROCESS REPAIR ID EXEMPT RAD FEE PRICE $135 Guaranteed maximum 3 days service PROCESS REPAIR ID EXPEDITE FEE PRICE $125 Evaluation fee is only applicable if repair/maintenance services are declined. PROCESS REPAIR ID PRICE EVAL FEE $400 Vendor Services Agreement — Exhibit A Page 21 of 35 Accessories: No Photo Currently Available 6FcIRI cable U5B 2.0Type A - Mini B Male 1.Om 4208566 $32,00 cable usb micro audio adaptor R100 4209958 $9.50 wrist strap string black 101035 $15.00 holster idF-R1OO 4209953 $75.00 1G13 U5B memory stick includes user manual and quick reference guide 4204014 $50.00 Accessory Bag 4206385 $10.00 Vendor Services Agreement — Exhibit A Page 22 of 35 WE pwr supply 100-240VAC 5VDC 6W USB includes US, UK and EU adaptors 4204026 $25.00 Battery CR123A 3V 1400 mAh 4206214 $4.90 cable USB 2.0Type A - Mini B Male 2.Om 4204015 $32.00 cable usb mini audio adaptor R200 4209956 $9.50 wrist strap Iandyard 24in black 102001 $24.00 wri st strap stri ng black 101035 Battery door CR123 R200 4220298 holster idF-R200 4209954 Handsfree instrument mountfor vehicle (includes holster) 4204838 USB port rubber cover 4203840 Accessary Bag 4206385 clu USB memory stick includes user manual and quick reference guide 4204014 $75.00 Optional nonstandard $150.00 accessory $25.00 Vendor Services Agreement — Exhibit A Page 23 of 35 pwr supply usb 5.OV/2.OA includes adapters U5, UK, EU, AUS 4213398 $76.00 pwr supply car usb 3.0 5.5V/1.5A 4206960 $32.00 cable mini U5B-B to U5B-A 2m 103429 $32.00 rubber boot R300 103108 $72.00 holster R300 103431 $87.00 hard holster identiFINDER R300 4209955 $75.00 wrist strap stri ng black raider 101035 $15.00 i•� wrist strap landyard 24in black raider 102001 $24.00 case 1200 black incl. custom insert 103387 $235.00 label case R300 4209095 $14.00 1GB U5B memory stick *Mao includes user manual and quick reference guide 4204014 $50.00 Vendor Services Agreement — Exhibit A Page 24 of 35 1�4 pwrsupply usb 5.OVj2.OA includes adaptors U5, UK, EU, AUS 4213398 $76.00 pwr supply car usb 3.0 5.5V/1.5A 4206960 $32.00 Non - cable micro USB-B to USB-A underwater 1m 4202304 $32.00 model Underwater cable LEM❑ to USB-A 1m 104039 $185.00 model Batt powerPACK-ultra-2 Rechargeable complete 103358 $205.00 battery pack Non- batt powerPACK-2excluding rechargeable batteries 102857 $175.00 battery pack 4m m ring idf rev4 103787 $6.50 screw battery compartment, idf rev4 101835 $46.00 case 1450 black incl. inserts 4214964 $350.00 Specific for the Ultra K-40 case 1520 black incl. inserts 4214220 $350.00 Models label case R400 4209107 $14.00 Vendor Services Agreement — Exhibit A Page 25 of 35 us plug cover idf housing 101596 $25.00 holster 101189 $225.00 holster idf-u 102099 $225.00 Should be used with p/n ,tl rubber bumper idf2 main 103659 $210.00 103660 Should be used with p/n rubber bumper idf2 handle 103660 $80.00 103659 wrist strap idf 100034 $24.00 handle Grip idF/idF2 4200413 $12.00 11 Lemo plug/dustcap idf/idf2 underwater model 102503 $32.00 neutron moderator external idf 100249 $ 364.00 KCI box idf 101594 $370,00 KCI box idf underwater models 4200211 $370.00 1GB U5B memory stick includes user manual and quick reference guide 4204014 $50.00 Vendor Services Agreement — Exhibit A Page 26 of 35 C Battery CR123A 3V 1400 mAh 4206214 $4.90 16650 Batte ry 4222635 $55.00 Battery Charger - 16650 Cell 4223151 Battery Cha rger power supply - 16650 Cell 4223153 International powersupply adapter kit 4223154 U5B-C Cable C->C pwr supply wall mount 15W 5V 3A USB-C Cable A->C pwr supply car usb 3.0 5.5V j 1.5A 4223308 $30.00 $30.00 $10.00 $32.00 4223152 $34.00 4223307 $32.00 4206960 $32.00 Vendor Services Agreement — Exhibit A Page 27 of 35 fab case and foam R425 4223421 $450.00 label case R425 4223756 $14.00 wrist strap idf 100034 $24.00 Retractable lanyard 4224177 $55.00 fab holster R425 4209891 $180.00 *a, 1GB L1513 memory stick includes user manual and quick reference guide 4204014 $50.00 Vendor Services Agreement — Exhibit A Page 28 of 35 pwrsupply usb 5.OVJ2.OA includes adaptors U5, UK, EU, AUS 4213398 $76.00 cable micro USB-B to USB-A 1m 4202304 $32.00 cable mini USB-B to USB-A 2m 103429 $32.00 Rechargeable battery pack Li -ion R440 4210014 $495.00 battery pack Non - rechargeable battery holder R440 4212836 $395.00 battery pack 1GB USB memory stick ineiudes user manual and quick reference guide 4204014 $50.00 �•*• fab case and foam R440 4213734 $450.00 label case R440 4213732 $14.00 4mm ring idf rev4 103787 $6.50 Vendor Services Agreement — Exhibit A Page 29 of 35 wrist strap idf Retractable lanyard fa holster R440 syntheti c o-ring grease 1cc R440 o-ring 40x 1.5 N BR 70A 100034 $24.00 TBD TBD 4209891 $155.00 4214141 $4.50 4213725 $1.50 Vendor Services Agreement — Exhibit A Page 30 of 35 t yFLIR pwr supply wall usb 3.0 5.5V/1.5A includes US, UK and EUadaptors 4213398 pwr supply car usb 3.0 5.5V ] 1.5A 4206960 cable mini USB-B to USB-A 2m 103688 Batt powerPACK-ultra-2 complete 103359 batt powerPACK-2excluding batteries 102857 shoulder strap rhA2 103318 1GB USB memory stick includes user manual and quick reference guide 4204014 case carry im2450(does not incl. foam inserts) 103361 insert molded im2450 (does not incl. case) 103346 insert molded im2450 LaBr3 version (does not incl. case) 102162 label case R500 4209108 Vendor Services Agreement — Exhibit A $76.00 $32.00 $32.00 Rechargeable $205.00 battery pack Non - rechargeable $175.00 battery pack $68.00 $50.00 $198.00 $210.00 Specific to the LaBr3 $210,00 models $14.00 Page 31 of 35 1G6 US8 memory stick #S�W includes user manual and quick reference guide 4204014 $50.00 C) cable ethernet cat6 utp blue 3M 102561 $26.00 pwr supply PoE/router ST- P0E4PWR (Netgear Po router) 102788 $188.00 f hangers push close clamping (Stride 203 mtg bracket) 102782 $23.50 STRIDET"' 203 pwr supply wall adaptor us lumberg 102711 $165.00 STRIDEr"" 203 belt cassette u n i v 4-way 76" STRIDET"" (ALL dark gray (tap belt) 102475 $169.00 300Series) �1 con ethernet coupler ip67 STRIDE" mil (Ethernet Mil connector) 103002 $74.00 403.3 clamp offset pipe stride mounting (Stride 403.3 mtg STRI DErm - bracket) 102930 $69.00 403.3 angle bracket mk82.40.0702 (Stride 416 mtg bracket) 103485 $12.50 STRIDE'"' 416 screw mac m8x16mm hex steel zinc (Stride 416 mtg screws) 102702 $1.45 STRIDE'"' 416 nut m8 square steel zinc 0 (Stride 416 mtg nut) 102701 $2.45 STRIDE'"' 416 Vendor Services Agreement — Exhibit A Page 32 of 35 (black box) including pwr A supply wall adapter US / UK/ EU 101084 $198.00 cable usb ( black box) 101086 $32.00 cable mini usb to lemo idf-u (black box) 101083 $185.00 cable mini usb to mini usb (black box) 101183 $32.00 cable serial to mini U5B (Black box) 101085 $32.00 adaptor box (black box) 101082 $396.00 Non - Batt powerPACK-2excluding rechargeable batteries 102857 $175.00 battery pack batt powerPACK-ultra Rechargeable complete 102856 $205.00 battery pack 4mm ring idf rev4 103787 $6.50 screw battery compartment, idf rev4 101835 $46,00 Vendor Services Agreement — Exhibit A Page 33 of 35 us plug cover idf housing 101596 $25.00 holster 101189 $225.00 holster idf-u 102099 $225.00 Should be used with p/n rubber bumper idf2 main 103659 $252.00 103660 Should be used with p/n rubber bumper idf2 handle 103660 $96.00 103659 wrist strap idf 100034 $ 24.00 handle Grip idF/idF2 4200413 $12.00 Lemo plug/dustcap idf/idf2 underwater model 102503 $32.00 neutron moderator external idf 100249 $ 364.00 KCI box idf 101594 $370,00 KCI box idf underwater models 4200211 $370.00 �.si case 1520 including inserts 4214221 $495.00 Vendor Services Agreement — Exhibit A Page 34 of 35 EXHIBIT B VERIFICATION OF SIGNATURE AUTHORITY FLIR Detection, Inc. 1024 S. Innovation Way Stillwater, OK 74074 Services to be Provided: Repair and maintenance support services for FLIR Radiation Detection products. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind the Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Company. The City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. The City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by the Vendor. Name: Position: Signature 2. Name: Position: Signature Name: Position: Signature Name: Signature of President / CEO Other Title: Date: Vendor Services Agreement — Exhibit B Page 35 of 35