Loading...
HomeMy WebLinkAboutC2019-166 - 4/23/2019 - Approved ,,cP ,�us c'.�s ae ii IN t SERVICE AGREEMENT NO. 2230 Body Worn Cameras for Police f',00xvoan1E� 1852 THIS Body Worn Cameras for Police Service Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Turn-Key Mobile, Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Body Worn Cameras for Police in response to Request for Bid/Proposal No. DIR-TSO-4025 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Body Worn Cameras for Police ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for five years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Purchasing Division. The parties may mutually extend the term of this Agreement for up to zero additional 0-year periods ("Option Period(s)"), provided, the parties do so in writing and prior to the expiration of the original term or the then-current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Agreement is for an amount not to exceed $509,215.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. C2019-166 4/23/19 M2019-063 Page 1 of 7 Turn-Key Mobile Inc. er 1, 2018 . l' SrIANr\Jn Invoices will be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Christine Jovanovic Information Technology Department Phone: 361-826-8361 Email: Christinej@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form October 1,2018 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form October 1,2018 manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator unless the subcontractors were named in the bid or proposal or in an Attachment to this Agreement, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. The City may, at the City's sole discretion, choose not to accept Services performed by a subcontractor that was not approved in accordance with this paragraph. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Christine Jovanovic Title: It Manager Address: 321 John Sartain, Corpus Christi, TX 78401 Phone: 361-826-8361 Fax: 361-826-2607 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form October 1,2018 IF TO CONTRACTOR: Turn-Key Mobile, Inc. Attn: Kathleen Montgomery Title: Project Manager-Contracts & Bids 210 Prodo Drive Jefferson City, MO 65109 Phone: 573-893-9888 Fax: 314-754-9794 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS (`INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Terminafion. (A) The City Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form October 1, 2018 Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 20. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 21. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 22. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 23. Verification Regarding Israel. In accordance with Chapter 2270, Texas Government Code, the City may not enter 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 signatory executing this Agreement on behalf of the Contractor verifies that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 24. Governing Law.This Agreement is subject to all federal,State, and local laws, rules, and regulations. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form October 1,2018 25. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties CONTRACTOR Signature: X(Wilte.itj-M4)--lizkil Printed Name: Kathleen Montgomery Title: Project Manager/Contracts & Bids Date: April 15, 2019 CITY OF CORPUS CHRISTI Kim Baker ATTEST: =A ' ��r Director of Contracts and Procurement REB CCA HUERTA CITY SECRETARY Date: 4. 2-`1 • 19 Attached and Incorporated by Reference: 1\--' 'CI- lPJ Attachment A: Scope of Work . Attachment B: Bid/Pricing SchedulesY COMM_ i Cl Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements SECRETARv Incorporated by Reference Only: Exhibit 1: RFB/RFP No. DIR-TSO-4025 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 1,2018 Attachment A - Scope of Work The Contractor shall provide the Service(s) and Deliverable(s) on a Fixed Price basis as outlined in the following Scope of Work: • Contractor shall supply and install 180 Arbitrator MK3 BWC's. • Contractor shall supply and install 180 each Common Trigger Boxes, Pairing Docks and Bluetooth Antennas. • Contractor shall supply and install 24 eight bay offload/ charging station with wall mounts. • Contractor shall provide firmware and software updates as they are available. • Contractor shall provide two days onsite visits twice a year for five years. This will include system testing and refresher training at each district location based on the training schedule provided by the City. • Contractor will be onsite for a total of nine business days for this deployment. • Subcontractor will be on site for a total of 15 business days for this deployment. o The subcontractor will supply two people on-site with a total of 12 cars per day to be completed within 15 business days. • Work shall be performed at the Corpus Christi Police Department between the hours of 8:00 a.m. to 5:00 p.m. (Central Standard Time) unless access at other hours of the day or night are mutually agreed to between Contract Administrator and Contractor. • Contractor shall provide a fulltime Project Manager for the duration of the project. • Contractor and Panasonic staff shall work with the Information Technology CAD (Computer Aided Dispatch) Administrator to integrate the CAD Event's to the Body Worn Camera downloads for labeling and storage. • Contractor shall provide Protection Plus warranty on the physical cameras for 5 years which includes repairs and replacements of devices that are broken or damaged. • Contractor will work with Corpus Christi Police Department on the Body Worn Camera Configuration and Etching documents so the documents can be sent to Panasonic's Configuration Center. Once the cameras are purchased, they will be sent to the configuration center for testing and the configuration and etching can be completed. • Contractor will provide user level training per shift at the district location(s) specified by City. • Contractor will provide administrator level training to team personnel assigned as administrators of the system. • Contractor will work with City personnel to get the satellite server setup at the designated district location. • Contractor will have fulfilled its obligations when: o The Hardware ordered has been delivered and installed. o The new server and software are operational on the current software version and is communicating with systems in the field. This includes video being uploaded from the Body Worn Camera's and updates sent from the servers. o The Client and Administrator software is installed on all the current designated desktops. o The Contractor has accomplished the activities described within this Scope of Work, including delivery of the deliverable materials and when such activities and materials have been accepted without objections. o Training is complete as described within this Scope of Work. • Contractor will invoice: o When the hardware ordered has been shipped o Upon completion of the tasks to be performed as outlined in this Scope of Work ,mus 04 rifZii ATTACHMENT B - BID/PRICING SCHEDULE :eO„p'o. /852 CITY OF CORPUS CHRISTI QUOTE FORM 1. Refer to"Sample Service Agreement"Contract Terms and Conditions before completing quote. 2. Quote your best price,including freight,for each item. 3. In submitting this quote, vendor certifies that the prices in this quote have been arrived at independently, without consultation, communication, or agreement with any other vendor or competitor, for the purpose of restricting competition with regard to prices. Invitation to quote, FOB Destination, Freight Included, on the followirlg: DESCRIPTION QTY UNIT UNIT PRICE PRICE TOTAL ARB-BWC3MAINKIT-T Panasonic Body Worn Camera Main Controller Unit,USB Cable, Charger and Mount Adapter Plate,Tether 180 EACH 795.50 143,190.00 Included ARB-BWC3MNT-MAG Panasonic KF MAGNET MOUNT DOCK KIT FOR IMPERIAL 300 EACH 42.00 12,600.00 ARB-BWC3KF1STPLATE Panasonic KF FIRST PLATE FOR ATTACHING ANY KLICK FAST MOUNT FOR BWC MK3 CAMERA 300 EACH 11.00 3,300.00 ARB-SOFBWC3OPBUN5 Panasonic Body Worn, UEMS1,On Prem Storage Bundle Per Device 5 Year(Includes Device License, Helpdesk, 180 236.00 42,480.00 Deployment, EACH ARB-BWC3-8BAY Panasonic BWC MK3 8 Bay 35,664.00 Charging Dock 24 EACH 1486.00 ARB-USBBFT Panasonic USB 10 A-B Male/Male 264.00 Molded Cable for 8-Bay charger 24 EACH 11.00 ARB-BWC3CTB Panasonic Common Trigger Box 42,480.00 (CTB) 180 EACH 236.00 ARB-BWC3PAIRDCK Panasonic BWC MK3 In- 35,100.00 Vehicle Pairing Dock 180 EACH 195.00 ARB-BWCBLANT-BLB Panasonic Low profile Blade 13,950.00 Type Antenna.High gain 180 EACH 77.50 Page 1 of 2 RFQ Revised 7A 3.2017 Installation-Contracted Installation of CTB, Pairing Dock and BT Antenna 167 EACH 300.00 50,100.00 ARB-SOFCADCUSTOM Panasonic UEMS CAD 28,020.00 Custom Software Development Daily Rate 12 EACH 2335.00 SERVICE-SETUP BWC • Includes: 15,750.00 9 EACH 1750.00 SVW-300-SF3-1050-17 Genetec Streamvault 1,999.00 workstation SV-300.SFF CORE 17-6700, 1 EACH 1999.00 ARB-SVCBWCKTP5Y Panasonic Protection Plus- 5 EACH 12,744.00 63,720.00 BWC Kit Years 1-5 SERVICE-ARB BWC• Includes:2 on-site visits a 5 EACH 3,150.00 15,750.00 year Software and firmware updates Panasonic BWC MK3-Bay Wallmount bracket, 24 EACH 213.00 5,1 12.00 attachment plate and mounting hardware TOTAL 509,215.00 COMPANY: Turn-Key Mobile Inc. — l_ 1 NAME OF PERSON AUTHORIZED TO SIGN: • ti�, , / �Z -riffh ADDRESS: 210 Prodo Drive CITY /STATE/ZIP: Jefferso City, MO 65109 PHONE: 573-893-9888 _ EMAIL: kathy@turnkeymobile.com FAX: 314-754-9794 DATE: April 3,2019 SIGNATURE: TITLE: Project Manager/Contracts & Bids THE CITY RESERVES THE RIGHT TO REJECT OR CANCEL ANY OR ALL QUOTES.TO WAIVE ANY INFORMALITIES OR IRREGULARITIES IN THE QUOTES RECEIVED AND TO CANCEL OR POSTPONE THIS PROJECT UNTIL A LATER DATE. Page 2 of 2 RFQ Revised 7.13.2017 Attachment C - Insurance and Bond Requirements I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. ERRORS & OMMISSIONS $1,000,000 Per Occurrence $1,000,000 Aggregate CYBER LIABILITY $1,000,000 Per Occurrence $1,000,000 Aggregate COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1. Commercial Broad Form 2. Premises-Operations 3. Products/ Completed Operations 4. Contractual Liability • 5. Independent Contractors 6. Personal Injury- Advertising Injury WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this Exhibit. not domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the"other insurance"clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2019 Insurance Requirements MIS Dept. IT Software Support, Configuration, Implementation and Maintenance - Hardware Installation 02/11/2019 sw Risk Management Bond Requirements: No bond requirements necessary for this Service Agreement; therefore, Section 5(8) is null for this Service Agreement. Attachment D - Warranty Requirements 0 Paras n _ ..7-'-,-'.'-X'S_I-7-4<7-.---,-'.<1.".;.'''' 1 -.1,;;<.,-,,,,,... 46:41*X46'214.Wit4ACI,Wit "77a .y€f3 Ti.,' �� , '. — 3 ,. t i Q \ 0 S ; Panasonic f1-%Ts 1 i PRODUCT WARRANTY OVERVIEW ARBITRATOR BODY ... .; _ .. „.„ ... WORN CAMERA ,... .. .. . _ . . �'� - - _ • In the event that a Panasonic security product has a defect in material or workmanship, Panasonic will exchange or repair thea non-functioning unit,with a new or functioning refurbished product, free of charge, provided the failure occurs within the standard or - - extended warranty period (determined from the original date of purchase with an invoice or purchase receipt) or measured from the date of manufacture (determined from the model and serial number of the unit). i ' ,/ The following SWC products are sold with a 3 year warranty*: ■ ARB-BWC3MAINKIT (Body Worn Camera Main Controller Unit) ■ ARB-BWC32NDCAM (2nd Camera with 3' Cable) a�sinaroa 8:'✓C Note:please refer to Attachment B for list of products ordered. Panasonic ARBITRATOR BWC MK3 BASE WARRANTY SKU I DESCRIPTION I NO.OF YEARS ARB-BWC3MAINKIT Body Worn Camera Main Controller Unit.USB Cable" 3 years ARB-BWC3MAINKIT-T Body Worn Camera Main Controller Unit,USB Cable,Charger and Mount Adapter Plate,Tether Included'' 3 years ARB-BWC32NDCAM BWC MK3 Second Camera w/4 foot cable(no mounting hardware) 3 years ARB-BWC3-8BAY MK3 BWC 8 Bay Dock 1 year ARB-BWC3CTB Common Trigger Box(CTB) 1 year ARB-BWC3PAIRDCK BWC MK3 In-Vehicle Pairing Dock w/Wiring Harness/M 1 year Body Worn Camera Main.ControUer Unit,USB Cable are the only component eligible for three year warranty.Other items in the main kit are considered an accessory. Ptease refer to the Operating Manual for your warranty coverage period and all terms and conditions. ARBITRATOR BWC MK3 EXTENDED WARRANTY SKU I DESCRIPTION I NO.OF YEARS ARB-SOFICVCSBUN4 In-Car Video,UEMS1,Cloud Storage Bundle Per Device,Unlimited Storage Year 1,2,3,&4 4 years (Includes Device License.Helpdesk,Cloud Storage.Year 4 Extended Hardware Warranty) ARB-SOFICVCSBUN5 In-Car Video,UEMS1.Cloud Storage Bundle Per Device,Unlimited Storage Year 1.2,3,&4 4 years (Includes Device License,Helpdesk,Cloud Storage,Years 4&5 Extended Hardware Warranty) ARB-SVCBWC2CX1Y Extended Warranty-BWC 2nd camera Year 4 4 years ARB-SVCBWC2CX2Y Extended Warranty-BWC 2nd camera Year 4-5 5 years ARB-SVCBWCKTX1Y Extended Warranty-BWC Kit Year 4 4 years ARB-SVCBWCKTX2Y Extended Warranty-BWC Kit Year 4-5 5 years ARBITRATOR BWC MK3 PROTECTION PLUS SKU PRODUCT DESCRIPTION NO.OF YEARS ARB-SVCBWC2CP1Y BWC 2nd Camera Protection Plus-BWC 2nd camera Year 1 1 year ARB-SVCBWC2CP2Y BWC 2nd Camera Protection Plus-BWC 2nd camera Years 1-2 2 years ARB-SVCBWC2CP3Y BWC 2nd Camera Protection Plus-BWC 2nd camera Years 1-3 3 years ARB-SVCBWC2CP4Y BWC 2nd Camera Protection Plus-BWC 2nd camera Years 1-4 4 years ARB-SVCBWC2CP5Y BWC 2nd Camera Protection Plus-BWC 2nd camera Years 1-5 5 years ARB-SVCBWCKTP1Y BWC Main Kit Protection Plus-BWC Kit Year 1 1 year ARB-SVCBWCKTP2Y BWC Main Kit Protection Plus-BWC Kit Years 1-2 2 years ARB-SVCBWCKTP3Y BWC Main Kit Protection Plus-BWC Kit Years 1-3 3 years ARB-SVCBWCKTP4Y BWC Main Kit Protection Plus-BWC Kit Years 1-4 4 years ARB-SVCBWCKTP5Y BWC Main Kit Protection Plus-BWC Kit Years 1-5 5 years Panasonic Protection Plus Warranty Any body worn camera unit for which the Panasonic-Protection Plus"warranty has been purchased wilt receive additional coverage for any failure that occurs due to accidental damage. All other terms and conditions el the standard warranty apply and this additional coverage will exist for the duration of the standard warranty period of the unit. If an extended Protection Plus warranty program is purchased,coverage is extended to the end of the last year of extended coverage purchased. This warranty does not cover failures or defects that are caused by fire,intentional acts,loss,theft,improper maintenance,modification or service by anyone other than the Panasonic National Service Center ora Panasonic.Authorized Service Provider,or damage that is attributable to acts of God. Cosmetic damage that does not affect functionality is not covered.Cosmetic damage on products with hardware failures wilt be repaired or replaced in accordance with the warranty terms.This warranty is extended solely to the original purchaser on the unit serial number for which it was purchased. Complete unit replacement fulfills the full obligation and is at the discretion of Panasonic and is limited to once during the coverage term. us.panasonic.com/bwc A3BITUTO? *2018 Panason`c Corporation of North America.All rgnts reserved.08/18 BWC 'Different warranty conditions may apply to accessories within the kit.Refer to the operating manual for spec+lies.