Page 1 of 1 FULLY EXECUTED - CHANGE 5 Contract Number: 4400013172 Original Contract Effective Date: 05/07/2014 Contract Change Date: 06/20/2018 All using Agencies of the Commonwealth, Participating Political Valid From: 05/01/2014 To: 06/30/2018 Subdivision, Authorities, Private Colleges and Universities Purchasing Agent Name: Stadnik Racheal Your SAP Vendor Number with us: 151767 Phone: 717-787-6586 Fax: 717 346-3819 Supplier Name/Address: MARKL SUPPLY COMPANY 904 PERRY HWY PITTSBURGH PA 15229-1169 US Please Deliver To:

To be determined at the time of the Purchase Order unless specified below. Supplier Phone Number: 4123589660 Supplier Fax Number: 4123588552 Contract Name: Payment Terms Less Lethal & Duty Gear-Markl Supply NET 30

Solicitation No.: 6100027247 Issuance Date: 01/17/2014

Supplier Bid or Proposal No. (if applicable): 6500073542 Solicitation Submission Date: 02/11/2014 This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference.

Item Material/Service Qty UOM Price Per Total Desc Unit *** Validity Period Changed *** 1 Less Lethal and Duty Gear 0.000 0.00 1 0.00 ------General Requirements for all Items: Header Text This Contract is for the Commonwealth's using Agencies to procure Less Lethal and Duty Gear. See Specification Attachment for complete specifications.

Questions may be directed to Racheal Stadnik at [email protected] or 717-787-6586. No further information for this Contract

Information:

Supplier's Signature ______Title ______

Printed Name ______Date ______

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005. Page 1 of 1 FULLY EXECUTED - CHANGE 4 Contract Number: 4400013172 Original Contract Effective Date: 05/07/2014 Contract Change Date: 11/28/2017 All using Agencies of the Commonwealth, Participating Political Valid From: 05/01/2014 To: 04/30/2019 Subdivision, Authorities, Private Colleges and Universities Purchasing Agent Name: Stadnik Racheal Your SAP Vendor Number with us: 151767 Phone: 717-787-6586 Fax: 717 346-3819 Supplier Name/Address: MARKL SUPPLY COMPANY 904 PERRY HWY PITTSBURGH PA 15229-1169 US Please Deliver To:

To be determined at the time of the Purchase Order unless specified below. Supplier Phone Number: 4123589660 Supplier Fax Number: 4123588552 Contract Name: Payment Terms Less Lethal & Duty Gear-Markl Supply NET 30

Solicitation No.: 6100027247 Issuance Date: 01/17/2014

Supplier Bid or Proposal No. (if applicable): 6500073542 Solicitation Submission Date: 02/11/2014 This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference.

Item Material/Service Qty UOM Price Per Total Desc Unit 1 Less Lethal and Duty Gear 0.000 0.00 1 0.00 ------General Requirements for all Items: Header Text This Contract is for the Commonwealth's using Agencies to procure Less Lethal and Duty Gear. See Specification Attachment for complete specifications.

Questions may be directed to Racheal Stadnik at [email protected] or 717-787-6586. No further information for this Contract

Information:

Supplier's Signature ______Title ______

Printed Name ______Date ______

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005. Page 1 of 1 FULLY EXECUTED - CHANGE 3 Contract Number: 4400013172 Original Contract Effective Date: 05/07/2014 Contract Change Date: 02/21/2017 All using Agencies of the Commonwealth, Participating Political Valid From: 05/01/2014 To: 04/30/2018 Subdivision, Authorities, Private Colleges and Universities Purchasing Agent Name: Henry Jeffrey Your SAP Vendor Number with us: 151767 Phone: 717-346-3847 Fax: 717-783-6241 Supplier Name/Address: MARKL SUPPLY COMPANY 904 PERRY HWY PITTSBURGH PA 15229-1169 US Please Deliver To:

To be determined at the time of the Purchase Order unless specified below. Supplier Phone Number: 4123589660 Supplier Fax Number: 4123588552 Contract Name: Payment Terms Less Lethal & Duty Gear-Markl Supply NET 30

Solicitation No.: 6100027247 Issuance Date: 01/17/2014

Supplier Bid or Proposal No. (if applicable): 6500073542 Solicitation Submission Date: 02/11/2014 This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference.

Item Material/Service Qty UOM Price Per Total Desc Unit *** Validity Period Changed *** 1 Less Lethal and Duty Gear 0.000 0.00 1 0.00 ------General Requirements for all Items: Header Text This Contract is for the Commonwealth's using Agencies to procure Less Lethal and Duty Gear. See Specification Attachment for complete specifications.

Questions may be directed to Jeff Henry at [email protected] or 717-346-3847. No further information for this Contract

Information:

Supplier's Signature ______Title ______

Printed Name ______Date ______

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005. Page 1 of 1 FULLY EXECUTED - CHANGE 2 Contract Number: 4400013172 Contract Change Effective Date: 03/25/2016 Valid From: 05/01/2014 To: 04/30/2017 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Purchasing Agent Name: Henry Jeffrey Your SAP Vendor Number with us: 151767 Phone: 717-346-3847 Fax: 717-783-6241 Supplier Name/Address: MARKL SUPPLY COMPANY 904 PERRY HWY PITTSBURGH PA 15229-1169 US Please Deliver To:

To be determined at the time of the Purchase Order unless specified below. Supplier Phone Number: 4123589660 Supplier Fax Number: 4123588552 Contract Name: Payment Terms Less Lethal & Duty Gear-Markl Supply NET 30

Solicitation No.: 6100027247 Issuance Date: 01/17/2014

Supplier Bid or Proposal No. (if applicable): 6500073542 Solicitation Submission Date: 02/11/2014 This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference.

Item Material/Service Qty UOM Price Per Total Desc Unit *** Validity Period Changed *** 1 Less Lethal and Duty Gear 0.000 0.00 1 0.00 ------General Requirements for all Items: Header Text This Contract is for the Commonwealth's using Agencies to procure Less Lethal and Duty Gear. See Specification Attachment for complete specifications.

Questions may be directed to Jeff Henry at [email protected] or 717-346-3847. No further information for this Contract

Information:

Supplier's Signature ______Title ______

Printed Name ______Date ______

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005. 2016 AGENCY PRICE LIST COMBINED TACTICAL SYSTEMS® A DIVISION OF COMBINED SYSTEMS, INC.

DEFENSE AEROSOLS CHEMICAL MUNITIONS IMPACT MUNITIONS FLASH-BANGS BREACHING MUNITIONS VENOM TUBE LAUNCH SYSTEM

ALL SALES SUBJECT TO TERMS AND CONDITIONS EFFECTIVE DATE MARCH 1, 2016

388 Kinsman Road Jamestown PA 16134 Telephone: (724) 932-2177 Toll Free: (888) 989-7800 Fax: (724) 932-2166 Email: [email protected] www.combinedsystems.com AGENCY PRICE LIST

COMBINED TACTICAL SYSTEMS 3/1/2016

PART# Model# DESCRIPTION REQ DOCS AGENCY

DEFENSE AEROSOLS

LEVEL 1 OC 154001 1311 MK-3 Level 1 OC Stream 1.5 OZ / 25 Per Case - Priced Individually $12.65 154002 1411 MK-4 Level 1 OC Stream 3.75 OZ / 25 Per Case - Priced Individually $13.85 154003 1611 MK-6 Level 1 OC Stream 0.75 OZ /25 Per Case - Priced Individually $11.95 154004 1911 MK-9 Level 1 OC Stream 12.5 OZ / 6 Per Case - Priced Individually $44.00

154888 1318 MK-3 Level 1 Omni-Stream™ - 360° Performance $8.65 154890 1418 MK-4 Level 1 Omni-Stream™ - 360° Performance $9.30 154891 1918 MK-9 Level 1 Omni-Stream™ - 360° Performance $25.80 LEVEL 2 OC 154005 1321 MK-3 Level 2 OC Stream 1.5 OZ / 25 Per Case - Priced Individually $13.05 154006 1421 MK-4 Level 2 OC Stream 3.75 OZ / 25 Per Case - Priced Individually $14.35 154007 1621 MK-6 Level 2 OC Stream 0.75 OZ / 25 Per Case - Priced Individually $12.75 154008 1921 MK-9 Level 2 OC Stream 12.5 OZ / 6 Per Case - Priced Individually $45.85

154009 1322 MK-3 Level 2 OC Foam 1.5 OZ / 25 Per Case - Priced Individually $12.75 154010 1422 MK-4 Level 2 OC Foam 3.75 OZ / 25 Per Case - Priced Individually $14.60 154011 1922 MK-9 Level 2 OC Foam 12.5 OZ / 6 Per Case - Priced Individually $45.00

154012 1323 MK-3 Level 2 OC Fog 1.5 OZ / 25 Per Case - Priced Individually $12.75 154013 1423 MK-4 Level 2 OC Fog 3.75 OZ / 25 Per Case - Priced Individually $14.00 154014 1923 MK-9 Level 2 OC Fog 12.5 OZ / 6 Per Case - Priced Individually $48.00

154015 1324 MK-3 Level 2 OC Gel 1.5 OZ / 25 Per Case - Priced Individually $12.65 154016 1424 MK-4 Level 2 OC Gel 3.75 OZ / 25 Per Case - Priced Individually $13.85 154017 1624 MK-6 Level 2 OC Gel 0.75 OZ / 25 Per Case - Priced Individually $12.50 154018 1924 MK-9 Level 2 OC Gel 12.5 OZ / 6 Per Case - Priced Individually $45.00 OC VAPOR 154302 1347 MK-3 Level 2 OC Vapor 1.5 OZ / 25 Per Case - Priced Individually $12.75 154300 1447 MK-4 Level 2 OC Vapor 3.75 OZ / 25 Per Case - Priced Individually $14.90 154301 1947 MK-9 Level 2 OC Vapor 9.4 OZ / 6 Per Case - Priced Individually $50.25 LEVEL 3 154019 1331 MK-3 Level 3 OC Stream 1.5 OZ / 25 Per Case - Priced Individually $13.35 154020 1431 MK-4 Level 3 OC Stream 3.75 OZ / 25 Per Case - Priced Individually $14.90 154021 1631 MK-6 Level 3 OC Stream 0.75 OZ / 25 Per Case - Priced Individually $12.75 154022 1931 MK-9 Level 3 OC Stream 12.5 OZ / 6 Per Case - Priced Individually $47.75 154049 1131T Titan Level 3 OC Stream 20 OZ / 6 Per Case - Priced Individually $51.00 OC/CS 150131 1341 MK-3 OC/CS Stream 1.5 OZ / 25 Per Case - Priced Individually $13.70 150141 1441 MK-4 OC/CS Stream 3.75 OZ / 25 Per Case - Priced Individually $14.95 150191 1941 MK-9 OC/CS Stream 12.5 OZ / 6 Per Case - Priced Individually $45.65 INERT TRAINING 154023 1301 MK-3 Inert Stream 1.5 OZ / 25 Per Case - Priced Individually $9.45 150126 1401 MK-4 Inert Stream 3.75 OZ / 25 Per Case - Priced Individually $13.20 154024 1601 MK-6 Inert Stream 0.75 OZ / 25 Per Case - Priced Individually $12.75 154025 1901 MK-9 Inert Stream 12.5 OZ / 6 Per Case - Priced Individually $29.95 154050 1101T Titan Inert Stream 20 OZ / 6 Per Case - Priced Individually $47.75

154889 1308 MK-3 Inert Omni-Stream™ - 360° Performance $7.55 154893 1408 MK-4 Inert Omni-Stream™ - 360° Performance $8.50 154892 1908 MK-9 Inert Omni-Stream™ - 360° Performance $24.50

154026 1302 MK-3 Inert Foam 1.5 OZ / 25 Per Case - Priced Individually $9.45 154027 1402 MK-4 Inert Foam 3.75 OZ / 25 Per Case - Priced Individually $13.20 154028 1902 MK-9 Inert Foam 12.5 OZ/ 6 Per Case - Priced Individually $44.00

154029 1303 MK-3 Inert Fog 1.5 OZ / 25 Per Case - Priced Individually $9.45 154030 1403 Mk-4 Inert Fog 3.75 OZ / 25 Per Case - Priced Individually $13.20 154031 1903 MK-9 Inert Fog 12.5 OZ / 6 Per Case - Priced Individually $29.95

154032 1304 MK-3 Inert Gel 1.5 OZ / 25 Per Case - Priced Individually $9.45 154033 1404 MK-4 Inert Gel 3.75 OZ / 25 Per Case - Priced Individually $13.20 154034 1604 MK-6 Inert Gel 0.75 OZ / 25 Per Case - Priced Individually $12.50 154035 1904 MK-9 Inert Gel 12.5 OZ / 6 Per Case - Priced Individually $36.00 AEROSOL GRENADE 154036 1337 OC Grenade 2 OZ / 25 Per Case - Priced Individually $14.25 154038 1307 Inert Grenade 2 OZ / 25 Per Case - Priced Individually $14.25

Combined Tactical Systems, a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 1 AGENCY PRICE LIST

COMBINED TACTICAL SYSTEMS 3/1/2016

PART# Model# DESCRIPTION REQ DOCS AGENCY

REFILLS & ACCESSORIES 154041 1111R MK-21 Level 1 OC Refill 21 OZ $63.15 154042 1211R MK-46 Level 1 OC Refill 46 OZ $99.35

154043 1121R MK-21 Level 2 OC Refill 21 OZ $63.15 154044 1221R MK-46 Level 2 OC Refill 46 OZ $99.15

154045 1131R MK-21 Level 3 OC Refill 21 OZ $63.15 154046 1231R MK-46 Level 3 OC Refill 46 OZ $99.35

154048 1141R MK-21 OC/CS Refill 21 OZ $63.15 152105 1241R MK-46 OC/CS Refill 46 OZ $99.35

154047 1101R MK-21 Inert Refill 21 OZ $37.80 150209 1201R MK-46 Inert Refill 46 OZ $55.05

154051 1981 Fire Extinguisher 14 OZ $29.00

150500 1395 Decontamination Spray 1.5 OZ $10.25

154052 1901T MK-9 Training Refillable 16 OZ $140.00 150698 1201V MK-21 Vertical Dispenser 21 OZ $255.00 150699 1401V MK-46 Vertical Dispenser 46 OZ $365.00 150433 1401HV Nozzle Assembly for 1401HE $552.00 150434 1401A-6 Nitrogen Refill , 6 Pack $100.50 150697 1401H MK-46 Horizontal Dispenser 46 OZ $407.00 150035 1401HE MK-46 Rapid Recharge Cylinder w/ Nozzle Head & Sling (Nitrogen Cartridge & Refill Solution Not Included) $765.00 150037 1401A Nitrogen Refill Cartridge $16.75

154445 1203A MK-21/46 Recharge Set - Regulator, Hose w/ Threaded Schraeder Valve Adapter, Funnel, O-Rings, Lubricant $441.00 154446 1204A MK-21/46 Hose & Wand $43.20 154447 1901A MK-9 Hose & Wand - Hose and Wand Only - Only adapts to 1947 OC Vapor $44.20

502002 0311 Smoke (Inert) Formulation Fog, Gallon $91.25 502000 0300 Smoke (Inert) Formulation Fog, Quart $39.10 502001 0330 CS Formulation Fog, Quart - *Special Shipping - Call For Details $49.65 502006 0340G Flush Fog Formulation, Gallon $91.25 502007 0340 Flush Fog Formulation, Quart $30.65 500304 0431 OC Fog Formulation, Quart - *Special Shipping - Call For Details $49.65 500305 0431G OC Fog Formulation, Gallon - *Special Shipping - Call For Details $135.00

CHEMICAL MUNITIONS

12 GAUGE MUNITIONS INDOOR - BARRICADE PENETRATORS - FLAMELESS 123111 2300 12GA Inert Liquid Barricade / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.50 123121 2320 12GA CN Liquid Barricade / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.80 123131 2330 12GA CS Liquid Barricade / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.80 123141 2340 12GA OC Liquid Barricade / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.80 124111 2400 12GA Powder Projectile, Training /Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.50 124121 2420 12GA CN Powder Projectile / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.80 124131 2430 12GA CS Powder Projectile / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.80 124141 2440 12GA OC Powder Projectile / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.80

37MM MUNITIONS - DUAL RIM CARTRIDGE INDOOR - LIQUID BARRICADE PENETRATORS - FLAMELESS 373101 3300 37MM Liquid Barricade, Smokeless, 4.8" Long FET & Agency PO $19.90 373102 3320 37MM CN Liquid Barricade, Smokeless, 4.8" Long FET & Agency PO $23.60 373103 3330 37MM CS Liquid Barricade, Smokeless, 4.8" Long FET & Agency PO $22.50 373104 3340 37MM OC Liquid Barricade, Smokeless, 4.8" Long FET & Agency PO $22.85 INDOOR - POWDER BARRICADE PENETRATORS - FLAMELESS 374101 3401 37MM Powder Barricade, Smokeless, 4.8" Long FET & Agency PO $21.00 374102 3421 37MM CN Powder Barricade, Smokeless, 4.8" Long FET & Agency PO $25.15 374103 3431 37MM CS Powder Barricade, Smokeless, 4.8" Long FET & Agency PO $24.25 374104 3441 37MM OC Powder Barricade, Smokeless, 4.8" Long FET & Agency PO $25.15

Combined Tactical Systems, a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 2 AGENCY PRICE LIST

COMBINED TACTICAL SYSTEMS 3/1/2016

PART# Model# DESCRIPTION REQ DOCS AGENCY

INDOOR/OUTDOOR MUZZLE BLAST 374011 3400 37MM Muzzle Blast, 8" Long FET & Agency PO $20.20 374021 3420 37MM CN Muzzle Blast, 8" Long FET & Agency PO $25.70 374031 3430 37MM CS Muzzle Blast, 8" Long FET & Agency PO $23.25 374041 3440 37MM OC Muzzle Blast, 8" Long FET & Agency PO $25.70 OUTDOOR - SHORT RANGE PROJECTILES - 80 YD / 73 M 372011 3210 37MM Short Range Smoke, Pyro, 4.8" Long FET & Agency PO $19.90 372021 3220 37MM CN Short Range, Pyro, 4.8" Long FET & Agency PO $25.30 372031 3230 37MM CS Short Range, Pyro, 4.8" Long FET & Agency PO $22.00 OUTDOOR - LONG RANGE PROJECTILES - 150 YD / 137M 372013 3211 37MM Long Range Smoke, Pyro, 4.8" Long FET & Agency PO $19.90 372023 3221 37MM CN Long Range, Pyro, 4.8" Long FET & Agency PO $24.65 372033 3231 37MM CS Long Range, Pyro, 4.8" Long FET & Agency PO $24.15 OUTDOOR - MULTI-3 PROJECTILES - 80 YD / 73 M 372015 3213 37MM Multi 3 Smoke, Pyro, 4.8" Long FET & Agency PO $26.15 372025 3223 37MM CN Multi 3, Pyro, 4.8" Long FET & Agency PO $27.10 372035 3233 37MM CS Multi 3, Pyro, 4.8" Long FET & Agency PO $26.25 OUTDOOR - MULTI-5 PROJECTILES - 80 YD / 73 M 372017 3215 37MM Multi 5 Smoke, Pyro, 8" Long FET & Agency PO $28.50 372027 3225 37MM CN Multi 5, Pyro, 8" Long FET & Agency PO $33.75 372037 3235 37MM CS Multi 5, Pyro, 8" Long FET & Agency PO $30.35

40MM MUNITIONS INDOOR - LIQUID BARRICADE PENETRATORS - FLAMELESS 403111-1 4300 40MM Inert Liquid Barricade, Spin Stabilized, 4.8" Long FET & Agency PO $24.35 403121-1 4320 40MM CN Liquid Barricade, Spin Stabilized, 4.8" Long FET & Agency PO $27.95 403131-1 4330 40MM CS Liquid Barricade, Spin Stabilized, 4.8" Long FET & Agency PO $25.15 403141-1 4340 40MM OC Liquid Barricade, Spin Stabilized, 4.8" Long FET & Agency PO $25.75 INDOOR - POWDER BARRICADE PENETRATORS - FLAMELESS 404111-1 4401 40MM Inert Powder Barricade, Spin Stabilized, 4.8" Long FET & Agency PO $23.85 404121-1 4421 40MM CN Powder Barricade, Spin Stabilized, 4.8" Long *Special Shipping - Call For Details FET & Agency PO $27.90 404131-1 4431 40MM CS Powder Barricade, Spin Stabilized, 4.8" Long *Special Shipping - Call For Details FET & Agency PO $25.25 404141-1 4441 40MM OC Powder Barricade, Spin Stabilized, 4.8" Long *Special Shipping - Call For Details FET & Agency PO $25.25 INDOOR/OUTDOOR MUZZLE BLAST 406011 4600 40MM Inert Muzzle Blast FET & Agency PO $21.20 406021 4620 40MM CN Muzzle Blast *Special Shipping - Call For Details FET & Agency PO $25.60 406031 4630 40MM CS Muzzle Blast *Special Shipping - Call For Details FET & Agency PO $22.65 406041 4640 40MM OC Muzzle Blast *Special Shipping - Call For Details FET & Agency PO $25.60

OUTDOOR - LONG RANGE PROJECTILES - 109 YDS / 100 M 402111 4210 40MM White Smoke, Pyro, 4.8" Long FET & Agency PO $20.25 402118 4210R 40MM Red Smoke, Pyro, 4.8" Long FET & Agency PO $33.20 402115 4210Y 40MM Yellow Smoke, Pyro, 4.8" Long FET & Agency PO $33.20 402119 4210G 40MM Green Smoke, Pyro, 4.8" Long FET & Agency PO $33.20 402121 4220 40MM CN Smoke, Pyro, 4.8" Long FET & Agency PO $25.85 402131 4230 40MM CS Smoke, Pyro, 4.8" Long FET & Agency PO $21.50 OUTDOOR - MULTI-3 PROJECTILES - 80 YD / 73 M 402110 4213 40MM Multi 3 Smoke, 4.8" Long FET & Agency PO $30.60 402120 4223 40MM CN Multi 3 Smoke, 4.8" Long FET & Agency PO $36.25 402130 4233 40MM CS Multi 3 Smoke, 4.8" Long FET & Agency PO $32.90

GRENADES INDOOR - 52 SERIES BAFFLED GRENADES - 2.63" / 67MM DIAMETER 522010 5210B Smoke Baffled Canister Grenade, Pyro, Low Flame Potential Agency PO $40.90 522020 5220B CN Baffled Canister Grenade, Pyro, Low Flame Potential Agency PO $50.25 522030 5230B CS Baffled Canister Grenade, Pyro, Low Flame Potential Agency PO $41.60 INDOOR - VAPOR GRENADE DELIVERY SYSTEM 622037 6300 Inert Vapor Grenade Agency PO $40.40 622036 6330 CS Vapor Grenade *Special Shipping - Call For Details Agency PO $43.00 622040 6340 OC Vapor Grenade Agency PO $43.00 622035 6343 OC-CS Vapor Grenade *Special Shipping - Call For Details Agency PO $43.00

INDOOR/OUTDOOR - 54 SERIES FLAMELESS EXPLUSION GRENADES 542011 5400 Inert Flameless Expulsion Canister Grenade Agency PO $44.70 542021 5420 CN Flameless Expulsion Canister Grenade *Special Shipping - Call For Details Agency PO $50.30 542031 5430 CS Flameless Expulsion Canister Grenade *Special Shipping - Call For Details Agency PO $46.30 542041 5440 OC Flameless Expulsion Canister Grenade *Special Shipping - Call For Details Agency PO $46.30

Combined Tactical Systems, a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 3 AGENCY PRICE LIST

COMBINED TACTICAL SYSTEMS 3/1/2016

PART# Model# DESCRIPTION REQ DOCS AGENCY

OUTDOOR - 52 SERIES LARGE GRENADES - 2.63" / 67MM DIAMETER 522011 5210 White Smoke Canister Grenade Agency PO $30.75 522021 5220 CN Canister Grenade Agency PO $36.35 522031 5230 CS Canister Grenade Agency PO $32.95 OUTDOOR - 52 SERIES TRIPLE PHASER GRENADES - 2.63" / 67MM DIAMETER 522013 5211 White Smoke Triple-Phaser® Canister Grenade Agency PO $43.70 522023 5221 CN Triple-Phaser® Canister Grenade Agency PO $53.85 522033 5231 CS Triple-Phaser® Canister Grenade Agency PO $47.25 OUTDOOR - 52 SERIES JET-LITE GRENADE - 2.63" / 67MM DIAMETER 522009 5210JL Smoke Jet-Lite Canister Grenade, Pyro Agency PO $41.05 522024 5220JL CN Jet-Lite Canister Grenade, Pyro Agency PO $51.00 522038 5230JL CS Jet-Lite Canister Grenade, Pyro Agency PO $42.00 OUTDOOR - 62 SERIES GRENADES - 2.34" / 59MM DIAMETER 622011 6210 White Smoke Canister Grenade Agency PO $29.55 622018 6210B Blue Smoke Canister Grenade Agency PO $45.85 622017 6210G Green Smoke Canister Grenade Agency PO $45.85 622005 6210K Black Smoke Canister Grenade - NEW Agency PO $45.85 622015 6210O Orange Smoke Canister Grenade Agency PO $45.85 622014 6210R Red Smoke Canister Grenade Agency PO $45.85 622019 6210V Violet Smoke Canister Grenade Agency PO $45.85 622016 6210Y Yellow Smoke Canister Grenade Agency PO $45.85 622007 6210HC Hexachlorothane (HC) Smoke Agency PO $38.85 622021 6220 CN Canister Grenade Agency PO $40.15 622031 6230 CS Canister Grenade Agency PO $30.60 CANISTER GRENADES WITH NO LOCTITE® 522002 5210 White Smoke Canister Grenade with No LOCTITE® $30.75 522010-1 5210B Smoke Baffled Canister Grenade with No LOCTITE®, Pyro, Low Flame Potential $40.90 522031-1 5230 CS Canister Grenade with No LOCTITE® $32.95 522004 5230B CS Baffled Canister Grenade with No LOCTITE®, Pyro, Low Flame Potential $41.60 522006 5230JL CS Jet-Lite Canister Grenade with No LOCTITE®, Pyro $42.00 622011-1 6210 White Smoke Canister Grenade with No LOCTITE® $29.55 622018-1 6210B Blue Smoke Canister Grenade with No LOCTITE® $45.85 622031-1 6230 CS Canister Grenade with No LOCTITE® $30.60 622040-1 6340 OC Vapor Grenade with No LOCTITE® $43.00 822031-1 8230 CS Tactical Canister Grenade with No LOCTITE® $24.85 OUTDOOR - 82 SERIES TACTICAL GRENADES - 1.42" / 36MM 822011 8210 White Smoke Tactical Canister Grenade Agency PO $23.70 822003 8210G Green Smoke Tactical Canister Grenade Agency PO $36.35 822004 8210R Red Smoke Tactical Canister Grenade Agency PO $36.35 822002 8210Y Yellow Smoke Tactical Canister Grenade Agency PO $36.35 822021 8220 CN Tactical Canister Grenade Agency PO $27.00 822031 8230 CS Tactical Canister Grenade Agency PO $24.85 OUTDOOR - 92 SERIES RUBBER BALL GRENADES - 3.125" / 80MM DIAMETER 922011 9210 Smoke Jet-Lite Rubber Ball Grenade, Pyro Agency PO $33.00 922021 9220 CN Jet-Lite Rubber Ball Grenade, Pyro Agency PO $39.00 922031 9230 CS Jet-Lite Rubber Ball Grenade, Pyro Agency PO $33.95

CHEMICAL MUNITION ACCESSORIES 126011 2600 12GA Launching Cartridge / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $5.50 376011 3600 37MM Launching Cartridge FET & Agency PO $9.80 521001 LC5 5 Series (52 Series Canister Grenades) Launching Cup $163.50 621001 LC6 6 Series (62 Series Canister Grenades) Launching Cup $163.50 822001 LC8 8 Series & Standoff Launching Cup $148.50 921001 LC9 9 Series (Jet-Lite & Sting-Ball) Launching Cup $148.50 532011 5300 CS Training Pellets (50 Per Can) *Special Shipping - Call For Details $42.85 522014 5200T 5 Series Canister Grenade Training Body $47.30 822009 8200T 8 Series Canister Grenade Training Body $47.30 201142 201TF 5 & 8 Series Grenade Training Fuze RH Thread $15.20

IMPACT MUNITIONS

12 GAUGE MUNITIONS 125011 2550 12GA Single Rubber Baton- Sabot / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $5.75 125013 2551 12GA Fin Stabilized / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $6.00 125015 2552 12GA .31Cal Sting-Balls / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $5.75 125027 2553 12GA .31 Cal High Velocity Sting-Balls / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $5.75 125029 2555 12GA (3) .60 Cal Sting-Balls / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $5.75 125045 2581 12GA Super-Sock® Bean Bag / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $6.45

Combined Tactical Systems, a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 4 AGENCY PRICE LIST

COMBINED TACTICAL SYSTEMS 3/1/2016

PART# Model# DESCRIPTION REQ DOCS AGENCY

12 GAUGE MUNITIONS - Continued 125042 2581B 12GA Super-Sock® Bean Bag- Blue Marking Powder / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $8.25 125063 2581G 12GA Super-Sock® Bean Bag - Green Marking Powder / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $8.25 125040 2581R 12GA Super-Sock® Bean Bag - Red Marking Powder / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $8.25 125041 2581Y 12GA Super-Sock® Bean Bag - Yellow Marking Powder / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $8.25 37/40MM MUNITIONS - 4.8" / 12.1 CM LENGTH - DUAL RIM CARTRIDGE 375013 3551 37MM Multi 3 Foam Baton, 4.8" Long FET & Agency PO $24.30 375015 3553 37MM .31Cal Sting-Balls, 4.8" Long FET & Agency PO $19.85 375033 3558 37MM .60Cal Sting-Balls, 4.8" Long FET & Agency PO $21.00 375027 3561 37MM Multi 3 Wood Baton, 4.8" Long FET & Agency PO $19.85 375031 3581 37MM Super-Sock® Bean Bag 4.8" Long FET & Agency PO $26.40 375034 3582 37MM Flexible Baton Close Range 4.8" Long ( Green) FET & Agency PO $26.20 375035 3583 37MM Nylon-Flex Bean Bag 4.8" Long (Yellow) FET & Agency PO $26.20 375036 3584 37MM Flexible Baton Standard 4.8" Long (Red) FET & Agency PO $26.20 375088 3585 37MM Flexible Baton Standard 4.8" Long (Black) FET & Agency PO $26.20

37/40MM MUNITIONS - 8" / 20.3CM LENGTH - DUAL RIM CARTRIDGE 375019 3555 37MM Multi 5 Foam Baton, 8" Long FET & Agency PO $25.85 375018 3555R 37MM Multi 5 Rubber Baton, 8" Long FET & Agency PO $23.45 375021 3556 37MM .31Cal Sting-Ball, 8" Long FET & Agency PO $18.75 375022 3559 37MM .60Cal Sting-Ball, 8" Long FET & Agency PO $21.55 375029 3565 37MM Multi 5 Wood Baton, 8" Long FET & Agency PO $21.05

40MM MUNITIONS - SMOKELESS POWDER 405083 4581 40MM Super-Sock® Bean Bag 4.8" Long - NEW FET & Agency PO $25.40 405077 4557 40MM Sponge, Smokeless, Spin Stabilized, 4" Long FET & Agency PO $24.20 405092 4557HV 40MM Sponge, Smokeless, Spin Stabilized, High Velocity, 4" Long FET & Agency PO $25.00 405012 4551 40MM Multi 3 Foam Baton, Smokeless, 4.8" Long FET & Agency PO $24.70 405018 4553 40MM .31Cal Sting-Balls, Smokeless, 4.8" Long FET & Agency PO $23.30 405021 4555R 40MM Multi 3 Rubber Baton, Smokeless, 4.8" Long FET & Agency PO $23.30 405016 4558 40MM .60Cal Sting-Balls, Smokeless, 4.8" Long FET & Agency PO $25.65 405026 4561 40MM Multi 3 Wood Baton, Smokeless, 4.8" Long FET & Agency PO $22.95 405001 4510 40MM Frangible Impact - Inert Powder FET & Agency PO $23.75 405022 4556 40MM Frangible Impact - OC Powder - *Special Shipping - Call For Details FET & Agency PO $25.00 405023 4530 40MM Frangible Impact - CS Powder - *Special Shipping - Call For Details FET & Agency PO $25.00 405097 4550 40MM Frangible Impact - Orange Marking Powder FET & Agency PO $25.00 40MM 4557 SPONGE ACCESSORIES 405004 4500 40MM 4557 Reload Kit - 24 Shot Practice Only - 24 Cases, 8 Bands And 5 Noses FET & Agency PO $331.55 405008 4502 40MM 4557 Reload Kit - 72 Shot Practice Only - 72 Cases, 24 Bands And 15 Noses FET & Agency PO $837.00 405010 4504 40MM 4557 Reload Kit - 120 Shot Practice Only - 120 Cases, 40 Bands And 25 Noses FET & Agency PO $1,128.60 ALTERNATIVE LARGE VOLUME RELOADING SYSTEM 401031 4557-01 40MM Insert FET & Agency PO $3.65 401034 4557-01I 40MM 1,000 Inserts (Press Not Included) FET & Agency PO $3,375.00 400017 4557-02 40MM Case W/O Insert $4.95 400106 4557-03 40MM Driving Band $2.75 400057 4557-04 40MM Nose/Ogive $4.90 401032 4557RP 40MM Reload Press $415.80

FLASH-BANG DEVICES

AERIAL FLASH-BANGS - OUTDOOR WARNING SIGNALS - NEW PRODUCTS 405024 4090-1 40MM Aerial Flash-Bang, 100 Meter Warning Signal FET & Agency PO $39.10 405031 4090-2 40MM Aerial Flash-Bang, 200 Meter Warning Signal FET & Agency PO $39.10 405028D 4090-3 40MM Aerial Flash-Bang, 300 Meter Warning Signal FET & Agency PO $39.10 405088 4090-50 40MM Aerial Flash-Bang, 50 Meter Warning Signal FET & Agency PO $39.10 125065 2595 12GA Muzzle Bang / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $7.50 NOTE The purchase of CTS Flash-Bangs, Tear Ball or Sting-Ball Grenades require copy of a training certificate stating that a sworn officer employed by the purchasing agency has been certified as an instructor in flash-bangs. To meet the requirement, CTS requires certification within four years of the date of purchase and must clearly establish the officer received instructor level training in the use of flash-bangs from a licensed manufacturer, state accredited training academy or other professional sources deemed credible, such as the National Tactical Officers Assoc. SINGLE USE FLASH-BANGS - HAND THROWN OR DEPLOYED W/ FLASH-BANG POLE 732015 7290 Flash-Bang - Steel Body / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $47.60 732016 7290M Mini-Bang® - Steel Body / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $43.50 732035 7290ML Mini-Bang® - Aluminum Body, Lightweight / Priced Individually, Must Order in Quantities of 12 - NEW Agency PO & Trng Cert $45.00 732032 7290-2 Flash-Bang, Aluminum Body, Low Roll DoubleBang™ / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $54.00 732043 7290-3 Flash-Bang, Aluminum Body, 3 Bang / Priced Individually, Must Order in Quantities of 12 - NEW Agency PO & Trng Cert $106.00 732034 7290-4 Flash-Bang, Aluminum Body, 4 Bang / Priced Individually, Must Order in Quantities of 12 - NEW Agency PO & Trng Cert $111.00

Combined Tactical Systems, a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 5 AGENCY PRICE LIST

COMBINED TACTICAL SYSTEMS 3/1/2016

PART# Model# DESCRIPTION REQ DOCS AGENCY

SINGLE USE FLASH-BANGS - HAND THROWN OR DEPLOYED W/ FLASH-BANG POLE - Continued 732045 7290-5 Flash-Bang, Aluminum Body, 5 Bang / Priced Individually, Must Order in Quantities of 12 - NEW Agency PO & Trng Cert $116.00 732036 7290-6 Flash-Bang, Aluminum Body, 6 Bang / Priced Individually, Must Order in Quantities of 12 - NEW Agency PO & Trng Cert $121.00 732037 7290-7 Flash-Bang, Aluminum Body, 7 Bang / Priced Individually, Must Order in Quantities of 12 - NEW Agency PO & Trng Cert $126.00 732038 7290-8 Flash-Bang, Aluminum Body, 8 Bang / Priced Individually, Must Order in Quantities of 12 - NEW Agency PO & Trng Cert $131.00 732039 7290-9 Flash-Bang, Aluminum Body, 9 Bang / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $135.00 732019 7290-CI Flash-Bang - Command Initiated / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $47.60 732023 7290M-CI Mini-Bang® - Command Initiated / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $43.50 720102 7290I Initiator $165.15 720090 7290NE Non El (2500Ft Spool Shock Tube) $550.00 720097 7290S Splicers - Qty 30 $11.00 FLASH-BANG TRAINING DEVICES 732020 7290T Flash-Bang Training Body - Blue With Left Hand Thread $47.30 732014 7290MT Mini-Bang® Training Body - Blue With Left Hand Thread $47.30 201073 201FB Flash-Bang Reload Training Fuze - Blue / Min. Qty 35 Agency PO $15.95 732021 7200 Flash-Bang Training Kit - 70 Reload Trng Fuzes and 1 Free Body Agency PO $1,116.50 732055 7200M Mini-Bang® Training Kit - 70 Reload Trng Fuzes And 1 Free Body Agency PO $1,116.50

TEAR BALL GRENADES - BURSTING RUBBER BALL GRENADE 922044 9410 Inert Tear Ball Grenade / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $36.20 922046 9420 CN Tear Ball Grenade / Priced Individually, Must Order in Quantities of 12 *Special Shipping - Call For Details Agency PO & Trng Cert $46.35 922038 9430 CS Tear Ball Grenade / Priced Individually, Must Order in Quantities of 12 *Special Shipping - Call For Details Agency PO & Trng Cert $44.70 922034 9440 OC Tear Ball Grenade / Priced Individually, Must Order in Quantities of 12 *Special Shipping - Call For Details Agency PO & Trng Cert $44.70

STING-BALL GRENADES 925006 9590 No Irritant Sting-Ball Grenade / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $48.75 925024 9592 CN Sting-Ball Grenade / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $47.90 925023 9593 CS Sting-Ball Grenade - Approx. 105 Rubber Balls / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $51.00 925022 9594 OC Sting-Ball Grenade - Approx. 105 Rubber Balls / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $51.00 925040 9690 No Irritant Sting-Ball Grenade .61 Caliber / Priced Individually, Must Order in Quantities of 12 Agency PO & Trng Cert $46.35 STING-BALL TRAINING DEVICES 925043 9590T Sting-Ball Training Body - Blue With Left Handed Thread $47.30 201229 201SB Sting-Ball Reload Training Fuze - Blue (3 Sec +/- .3 Delay) / Min. Qty 35 Agency PO $15.95 925056 9500 Sting-Ball Training Kit - 70 Reload Trng Fuzes And 1 Free Body Agency PO $1,116.50

250009 7290KT Training Kit, Flash-Bang (7290T, 7290Mt) Sting-Ball (9590T) Hard Case W/ Fuze Capacity $140.00

BREACHING PRODUCTS 12 GA DOOR BREACH 125021 2570 12GA Door Breacher / Priced Individually Per Cartridge, Must Order in Quantities of 5 FET $6.40 125088-1 2577 12GA Heavy Door Breacher (Non Toxic) FET $10.85 822001 LC8 L Series & Standoff Device For 12GA $148.50

VENOM PRODUCTS

VENOM LAUNCHER & ACCESSORY SET 451005 Venom® NL/TLMS Launcher $25,000.00 450001 Venom® NL/TLMS Cassette $225.00 450204 Venom® NL/TLMS Sealing Cassette $170.00 452000 Venom® NL/TLMS Hand Controller $1,850.00 450091 Venom® NL/TLMS Cable & Connections (6') $650.00

Venom® MUNITIONS 4094 Venom® Multi (4) Flash-Bang Round / Min Qty 60 FET & Agency PO $96.00 4090V-3 Venom® SLR Flash-Bang 300M / Min Qty 60 FET & Agency PO $59.00 4217 Venom® Multi (7) Smoke Round / Min Qty 60 FET & Agency PO $59.00 4237 Venom® Multi Smoke Cs / Min Qty 60 FET & Agency PO $59.00 4295V Venom® Sting-Ball Round/ Min Qty 60 FET & Agency PO $45.00

IMPORTANT: Please review Terms & Conditions prior to ordering All pricing is per unit. Providing all required documents at the time of order will avoid delays in processing. Orders shipping to destinations within the 48 contiguous states with a value over $2,500 will be shipped freight free. Shipments to HI & AK will be freight free on orders over $3,500. (Ship Complete Only) Items requiring ATF transfer may take a minimum of 90 days for approval.

Combined Tactical Systems, a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 6 2016 AGENCY PRICE LIST

CTS THOMPSON HANDCUFFS+RESTRAINTSTM A DIVISION OF COMBINED SYSTEMS, INC.

HANDCUFFS LEGCUFFS TRANSPORT RESTRAINTS KEYS & ACCESSORIES

ALL SALES SUBJECT TO TERMS AND CONDITIONS EFFECTIVE DATE MARCH 1, 2016

388 Kinsman Road Jamestown PA 16134 Telephone: (724) 932-2177 Toll Free: (888) 989-7800 Fax: (724) 932-2166 Email: [email protected] www.combinedsystems.com

CTS Thompson 3/1/2016 AGENCY PRICE LIST

Part# Model Description Retail HANDCUFFS HARDENED STEEL CHAIN STYLE HANDCUFFS HC1008NIC 1008 TRI-MAX™ Pick Resistant Handcuff - Patent Pending NEW PRODUCT! *NIJ* $39.50 1008C Color Gorcote® TRI-MAX™ Pick Resistant Handcuff - Pat Pend *NIJ* $42.85 HC1010NIC 1010 Standard Handcuff Set - *NIJ* $33.00 1010C Color Gorcote® Standard Handcuff - *NIJ* $36.50 HC1003NIC 1003 OS Chain Style Handcuff *NIJ* $37.50 1003C Color Gorcote® OS Handcuff *NIJ* $42.35 HC1108NIC 1108 OS TRI-MAX™ Pick Resistant Handcuff - Pat Pend NEW PRODUCT! *NIJ* $46.00 1108C Color Gorcote® OS TRI-MAX™ Pick Resistant Cuff - Pat. Pend *NIJ* $50.85 HARDENED STEEL TRI-HINGE STYLE & OVERSIZE HANDCUFFS HC1054NIC 1054 OS Hinged Handcuffs - *NIJ* $42.00 1054C Color Gorcote® OS Hinged Handcuffs - *NIJ* $46.85 HC1058NIC 1058 Tri-Max™ OS Hinged Handcuffs - Patent Pending NEW PRODUCT! *NIJ* $43.00 1058C Color Gorcote® Tri-Max™ OS Hinged Handcuffs *NIJ* $47.85 HC9010NIC 9010 Carbon Steel XOS Handcuff or Hobbles $59.70 9010C Color Gorcote® XOS Handcuff or Hobbles $67.55 HC9108NIC 9108 Tri-Max™ Carbon Steel XOS Handcuff or Hobbles $88.00 9108C Color Gorcote® Tri-Max™ Carbon Steel XOS Handcuff or Hobbles $95.85

All handcuff models include a set of 2 universal handcuff keys. * Must specify color on 1010C, 1008C, 1003C, 1108C, 1055C, 1058C, 9010C and 9108C. Red, yellow, orange, pink, blue, purple, black, green OS = Oversize, 17% Larger than 1010 Standard Handcuff, XOS = Extra Oversize, 25% Larger than 1010 Standard Legcuff

LEGCUFFS HC9000NIC 9000 OS Legcuffs, Carbon Steel w/ Nickel Plating $60.70 9000C Color Gorcote®Finish Legcuffs $68.55 HC9008NIC 9008 Carbon Steel Leg Cuff Tri-Max™ Pick Resistant - Pat Pend NEW PRODUCT! $90.00 9008C Color Gorcote®Carbon Steel Leg Cuff Tri-Max™ Pick Resistant $97.85 HC5259NIC 5259 Legcuff Over the Boot/XXLarge Size $98.00

* All legcuff models include two universal handcuff keys * Must specify color on 9000C and 9008C. Red, yellow, orange, pink, blue, purple, black, green

TRANSPORT RESTRAINTS (CHAINWORK) HC6000 6000 Hardened Lead Chain, 1010 Handcuff Set on 60" Chain w/ 2" Ring Attached at end $53.90 HC6010 6010 Hardened Lead Chain, One 1010 Handcuff on 60" Chain w/ 2" Ring Attached at end $50.00 HC7000NIC 7000 Hardened Waist Chain w/ 1010 Handcuffs Separated Left & Right Side $55.10 HC7003NIC 7003 Hardened Waist Chain w/ 1003 OS Handcuff Set $62.65 HC7008NIC 7008 Hardened Waist Chain w/ 1008 Tri-Max™ Handcuff Set $71.15

CTS Thompson Handcuffs+Restraints is a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 1

CTS Thompson 3/1/2016

CONFIDENTIAL PRICE LIST

Part# Model Description Retail TRANSPORT RESTRAINTS (CHAINWORK) - Continued HC70009010 7000/9010 Hardened Waist Chain w/ 9010 XOS Handcuff Set $84.35 HC7077 7077 Hardened Waist Chain w/ Rectangular Link for use w/ Blue Box 60" Overall Length $33.90 HC7178 7178 Hardened Waist Chain w/ Rectangular Link for use w/ Blue Box 78" Overall Length $45.00 HC7196 7196 Hardened Waist Chain w/ Rectangular Link for use w/ Blue Box 96" Overall Length $58.00

HC7078 7078 Hardened Connector Chain for Handcuffs to Leg Cuffs $23.20 HC7084 7084 Blue Box for Chain Style Handcuffs, Safety Cover w/ Locking Clip $23.10 HCGC1 GC-1 3 to 10 Position, One 1010 Handcuff per Station 24" Between Stations $30.00 Priced per Station, PO must specify the number of stations ordered HCGC2 GC-2 3 to 10 Position, 1010 Handcuff Set per Station 24" Between Stations $44.00 Priced per Station, PO must specify the number of stations ordered HC10109000H 1010/9000H H Style Design for Transport 56" #7000 Waist Chain Separated $139.00 1010 Handcuffs Connected to 9000 Leg Cuff by 30" Chain HC10109000AR 1010/9000AR AR Set 1010 Handcuffs Attached to 9000 Leg Cuffs by 30" Chain $113.85

* All transport restraint models include a set of 2 universal handcuff keys.

KEYS & ACCESSORIES HC8010 8010 Universal Standard Handcuff Key, Fits Popular Brands, Single $1.00 HCSK1 SK-1 Popular Baton Style Handcuff Key, Black, Imprint Available $4.85 HCSK3 SK-3 Magnetic Training Key, Fits All Popular Brands $4.48 HCSK5 SK-5 Deluxe STAINLESS STEEL, Heavy Duty, Long Reach Key $8.00 *All keys are sold individually ENGRAVING HCENGRAVE Special Engraving for 25+ Pieces - Priced Per Item $1.60

CTS Thompson Handcuffs+Restraints is a Division of Combined Systems, Inc. 388 Kinsman Road, Jamestown Pennsylvania 16134 Telephone (724) 932-2177 • Fax (724) 932-2166 • www.less-lethal.com 2 2016 AGENCY PRICE LIST PENN ARMS® A DIVISION OF COMBINED SYSTEMS, INC.

37/38MM LAUNCHERS 40MM LAUNCHERS 12GA STRIKER SIGHTS & ACCESSORIES

ALL SALES SUBJECT TO TERMS AND CONDITIONS EFFECTIVE DATE MARCH 1, 2016

388 Kinsman Road Jamestown PA 16134 Telephone: (724) 932-2177 Toll Free: (888) 989-7800 Fax: (724) 932-2166 Email: [email protected] www.pennarms.com PENN ARMS 3/1/2016

AGENCY PRICE LIST

LAUNCHERS PART# MODEL # DESCRIPTION REQ DOCS AGENCY 37/38MM LAUNCHERS 371010 P837-1 PUMP MULTI-LAUNCHER 8" CYL. FIXED STOCK COMBO RAIL (PL-8 37) $2,828.00 371031 P837-3 PUMP MULTI-LAUNCHER 8" CYL. COLLAPSING STOCK COMBO RAIL (PL-8 37) $2,828.00 371001 L837-1 MULTI-LAUNCHER 8" CYL. FIXED STOCK w/ (L8 37) $2,750.00 371032 L837-3 MULTI-LAUNCHER 8" CYL. COLLAPSING w/ IRON SIGHTS (L8 37) $2,750.00 371033 L637-1 MULTI-LAUNCHER 6" CYL. FIXED STOCK w/ IRON SIGHTS(L6 37) $2,667.00 371035 L637-3 MULTI-LAUNCHER 6" CYL. COLLAPSING STOCK w/ IRON SIGHTS(L6 37) $2,667.00 371000 L137-1 SINGLE-LAUNCHER FIXED STOCK w/ IRON SIGHTS (L1 37) $845.00 370123 L137-3 SINGLE-LAUNCHER COLLAPSING STOCK w/ IRON SIGHTS (L1 37) $845.00 371037 H137-0 UNDER MOUNT LAUNCHER w/ MOUNTING BRACKET (HL-1 37) $910.00

*37mm Single Shot standard is a front post and fixed rear aperature set for a 25, 50 and 75 yards. The Weaver/Picatinny Rail System for the 37mm Single Shot Launchers is a special order item. 40MM LAUNCHERS 400169 P540-1 PUMP MULTI-LAUNCHER 5" CYL. FIXED STOCK w/ COMBO RAIL (PGL-65 40) FET & LOI $3,239.00 401019 P540-3 PUMP MULTI-LAUNCHER 5" CYL. COLLAPSING STOCK w/ COMBO RAIL (PGL-65 40) FET & LOI $3,239.00 400004 L640-1 MULTI-LAUNCHER 6.2" CYL., FIXED STOCK w/ COMBO RAIL (GL-6 40) FET & LOI $3,146.00 400175 L640-3 MULTI-LAUNCHER 6.2" CYL., COLLAPSING STOCK w/ COMBO RAIL (GL-6 40) FET & LOI $3,146.00 400102 L540-1 MULTI-LAUNCHER 5" CYL. FIXED STOCK w/ COMBO RAIL (GL-65 40) FET & LOI $3,146.00 401073 L540-3 MULTI-LAUNCHER 5" CYL. COLLAPSING STOCK w/ COMBO RAIL (GL-65 40) FET & LOI $3,146.00 400005 L140-1 SINGLE-LAUNCHER FIXED STOCK COMBO RAIL (GL-1 40) FET & LOI $1,003.00 400163 L140-3 SINGLE-LAUNCHER COLLAPSING STOCK COMBO RAIL (GL-1 40) FET & LOI $1,003.00 400164 L140-4 SINGLE LAUNCHER COMPACT FOLDING STOCK & GRIP QUAD RAIL (GL1-COMPACT) FET & LOI $1,125.00 400156 H140-0 UNDER MOUNT LAUNCHER w/ MOUNTING BRACKET (HGL-1 40) FET & LOI $1,062.00 *40mm standard is a Weaver/Picatinny rail system with a front post, ghost ring rear sight, adjusts for windage and elevation, and accepts all standard optical sight accessories.

ACCESSORIES AND SIGHTS MODEL # MODEL # DESCRIPTION REQ DOCS AGENCY LAUNCHER RAIL ACCESSORIES 371022 A402 11" RAIL ADJ. GHOST RING FRONT SIGHT, PRE-DRILLED $168.00 371023 A403 11" RAIL ADJ. GHOST RING FRONT SIGHT, PRE-DRILLED, ADDED BRACKET FOR MONOBLOCK $168.00 371029 A404 BRACKET MOUNTED ON COMBO RAIL W/ TWO 3" PICATINNY TYPE RAILS $67.60 371024 A405 5" PICATINNY RAIL, MOUNTS TO TOP FRONT OF MULTI-LAUNCHER FRAME $65.00 371025 A406 5" PICATINNY RAIL, MOUNTS TO MONO BLOCK OF SINGLE SHOT LAUNCHER $136.00 371009 A407 RING W/ 2 SIDE RAILS, MOUNTS TO 40MM GL-6, GL-65, GL-1 LAUNCHERS $67.60 371008 A408 RING W/ 2 SIDE & 1 UNDER RAIL MOUNTS TO 40MM SINGLE SHOT LAUNCHERS $100.90 401120 A410 40MM RETRO-FIT RAIL SYSTEM W/ BARREL PROTECTOR $173.00

TOOLS & OTHER ACCESSORIES 371002 T100 BORE BRUSH FOR 37MM LAUNCHER $34.84 400009 T101 BORE BRUSH FOR 40MM LAUNCHER $34.84 371038 T110 COMPLETE CLEANING KIT FOR 12GA, 37MM or 40MM LAUNCHERS $96.00 371026 T200 1" NYLON SLING $15.10 371027 T210 PADDED NYLON SLING $29.10 PA55-101 T220 VERTICAL FOLDING-FRONT GRIP $23.35 779021 T220B PENN ARMS TACTICAL SLING, KRYPTEK TYPHON (BLACK & GRAY PATTERN) $60.00 779023 T220G PENN ARMS TACTICAL SLING, OD GREEN $60.00 779022 T220T PENN ARMS TACTICAL SLING, KRYPTEK NOMAD (DESERT TAN & BROWN PATTERN) $60.00 371039 T300 FULL TOOL KIT FOR PENN ARMS TRAINED ARMORERS $852.80 371040 T302 BARREL ALIGNMENT GAUGE FOR 40MM MULTI-LAUNCHERS $364.00 250007 T500 HARD CASE - PGL65-40 PUMP MULTI-LAUNCHER $448.00 371042 T502 SOFT CASE - NYLON CORDURA GL-1 COMPACT, L-1 & GL-1 MODELS $118.00 371043 T506 SOFT CASE - NYLON CORDURA L-6, L-8, PGL-65, GL-65 MODELS $118.00 PA10-532 T630 COLLAPSIBLE STOCK ASSEMBLY $148.50

SIGHTS & WEAPON MOUNTED LIGHTS 371045 X200 ARMSON SIGHT $268.00

Aimpoint Inc. 2016 Retail Pricelist North America (US$)

Effective January 1, 2016

1-12-16 Full Size 30mm Sights MSRP Retail Product Code EAN USA 12841 PATROL OPTIC (PRO) 73 5000 438 339 9 $480.00 200174 OPTIC (ACO) 73 5000 438 459 4 393.00 11972 CompM4* (with QRP2 mount, AR15 spacer, rubber bikini lens covers) 73 5000 438 139 5 958.00 12309 CompM4* (no mount, in cardboard box) 73 5000 438 164 7 884.00 12172 CompM4s* (with QRP2 mount, AR15 spacer, rubber bikini lens covers) 73 5000 438 158 6 958.00 12308 CompM4s* (no mount, in cardboard box) 73 5000 438 179 1 884.00

Mounts for 30mm Sights

MSRP Retail Product Code EAN USA Modular Mount Bases for Picatinny Rail: 12195 QRP2 (QD torque limiting) modular base only 73 5000 438 208 8 $161.00 12197 TNP (Torsion Nut ) modular base only 73 5000 438 223 1 133.00 12198 LRP (Lever Release) modular base only 73 5000 438 235 4 133.00 Modular Mount Spacers: 12192 AR15 Spacer (fits QRP2/TNP/LRP) 73 5000 438 234 7 35.00 12193 AR15 Forward Extension Spacer (fits QRP2/TNP/LRP) 73 5000 438 182 1 71.00 Modular Mount Top Ring (for 30mm tubes) 12194 30mm Top Ring (fits QRP2/TNP/LRP not required for CompM4) 73 5000 438 232 3 91.00 One Piece 30mm Economy Priced Mount (QD Torque limiting base [add spacer for absolute co-witness on AR-15]) 12923 Mount QRP3 Complete 73 5000 438 351 1 132.00 12227 AR15 Spacer (fits QRP3 mount and Aimpoint TwistMount) 73 5000 438 276 7 35.00

Parts & Accessories for 30mm Sights

MSRP Retail Product Code EAN USA 12226 Outer rubber cover - Dark Earth (CompM3/ML3) 73 5000 438 275 0 $36.00 12225 Outer rubber cover - Black (CompM3/ML3) 73 5000 438 287 3 36.00 12223 Lenscover, Flip-up, Front, Black 73 5000 438 273 6 21.00 12224 Lenscover, Flip-up, Rear, Black 73 5000 438 274 3 21.00 12241 Lenscover, Flip-up, Front, Transparent 73 5000 438 281 1 21.00 12240 Lenscover, Flip-up, Rear, Transparent 73 5000 438 280 4 21.00 12462 Lenscover, Flip-up, Front wth integral ARD 73 5000 438 259 0 86.00 12239 Screw in killFlash® ARD for 30mm sights 73 5000 438 279 8 50.00 10903 Battery -Duracell Lithium 1/3N, 3V, 10 pack (all 30mm sights) 50 0039 490 332 6 73.00 12205 Lenscover bikini (CompM4/M4s) 73 5000 438 204 0 13.00 12221 Battery cap (CompM4/PRO/ACO) 73 5000 438 175 3 20.00 11580 SPARE Strap battery cap (CompM4/PRO/ACO) 73 5000 438 334 4 7.00 12306 Adjustment screw cap (CompM4/PRO/ACO) 73 5000 438 176 0 10.00 11567 Strap for adjustment screw cap (CompM4/PRO/ACO) 73 5000 438 335 1 7.00

1-12-16 Micro Series Sights MSRP Retail Product Code EAN USA M I C R O T - 2 200198 Micro T-2 (AR15 ready -2 MOA, LRP mount/39mm spacer) **NEW** 73 5000 438 464 8 $971.00 200170 Micro T-2 (2 MOA with standard mount) 73 5000 438 456 3 863.00 200180 Micro T-2 (2 MOA no mount - cardboard box) 73 5000 438 460 0 835.00

M I C R O T - 1 200073 Micro T-1 (AR15 ready -2 MOA, LRP mount/39mm spacer) 73 5000 438 419 8 907.00 200055 Micro T-1 (2 MOA no mount - cardboard box) 73 5000 438 414 3 772.00 12417 Micro T-1 (2 MOA with standard mount) 73 5000 438 207 1 799.00 11830 Micro T-1 (4 MOA with standard mount) 73 5000 438 141 8 799.00 200054 Micro T-1 (4 MOA no mount - cardboard box) 73 5000 438 413 6 772.00 M I C R O H - 1 200158 Micro H-1 (AR15 ready - 2 MOA LRP mount/39mm spacer) 73 5000 438 446 4 803.00 200026 Micro H-1 (2 MOA no mount - cardboard box) 73 5000 438 398 6 700.00 200018 Micro H-1 (2 MOA with standard mount) 73 5000 438 388 7 714.00 200090 Micro H-1 (2 MOA with Blaser rifle mount) 73 5000 438 428 0 1076.00 11910 Micro H-1 (4 MOA with standard mount) 73 5000 438 142 5 714.00 12526 Micro H-1 (4 MOA no mount - cardboard box) 73 5000 438 242 2 700.00 M I C R O H - 2 200211 Micro H-2 (AR15 ready - 2 MOA, LRP mount/39mm spacer) **NEW** 73 5000 438 481 5 884.00 200186 Micro H-2 (2 MOA No Mount, cardboard box) 73 5000 438 471 6 781.00 200185 Micro H-2 (2 MOA with standard mount) 73 5000 438 468 6 796.00 200187 Micro H-2 (2 MOA with Blaser Mount) 73 5000 438 474 7 1164.00 200183 Micro H-2 (4 MOA with standard mount) 73 5000 438 467 9 796.00

Micro Mounts & Accessories MSRP Retail Product Code EAN USA 12905 Micro LRP (Lever Release) QD mount base only 73 5000 438 354 2 $132.00 12358 Micro Spacer High (39mm) AR15/ 73 5000 438 212 5 81.00 12357 Micro Spacer Low (30mm) HK416 73 5000 438 211 8 81.00 11465 LaRue Tactical LT-660 mount for Micro T-1/H-1 and Micro T-2/H-2 73 5000 438 328 3 152.00 12184 Micro lever release conversion kit for standard Micro mount 73 5000 438 170 8 44.00 200152 30mm scope adaptor with Picatinny Rail for Micro sights (SQFS) 73 5000 438 443 3 97.00 200153 34mm scope adaptor with Picatinny Rail for Micro sights (ECOS-O) 73 5000 438 444 0 97.00 12437 Glock pistol mount for Micro sights 73 5000 438 231 6 67.00 12463 Ruger Mark III mount for Micro Sights - Silver 73 5000 438 253 8 63.00 12465 Ruger 10/22 mount for Micro - Silver 73 5000 438 255 2 63.00 12215 Micro 11mm Dovetail groove mount 73 5000 438 197 5 94.00 200224 Micro H-2 mount for Leupold® QD ring base. **NEW** 73 5000 438 486 0 209.00 200225 Tikka® T-3 Rail mount (fits Micro H-1 / H-2) **NEW** 73 5000 438 487 7 218.00 200226 SAKO® Optilok Rail mount (fits Micro H-1/ H-2) **NEW** 73 5000 438 488 4 272.00 12436 Standard Mount Micro T-1, Kit 73 5000 438 261 3 91.00 12738 Standard Mount Micro H-1, Kit 73 5000 438 318 4 91.00 12211 Battery - CR2032, 2-pack (all Micro and Hunter series sights) 50 0039 420 392 1 14.00 12204 Lenscover bikini (Micro) 73 5000 438 288 0 21.00 12102 SPARE Battery cap (Micro T-1/H-1) 73 5000 438 153 1 17.00 12209 Locking bar and threaded shaft (Micro T-1/H-1) 73 5000 438 155 5 23.00 11866 SPARE Screws for Standard Micro Mount M3x4 73 5000 438 156 2 8.00 12208 SPARE Cap adj screw (Micro) 73 5000 438 154 8 13.00 12207 Micro tool 73 5000 438 233 0 13.00

1-12-16 Magnifiers & Mounts MSRP Retail Product Code EAN USA 12071 3XMag with TwistMount & AR15 Spacer 73 5000 438 202 6 930.00 11324 3XMag (magnifier only - no mount) 73 5000 438 101 2 704.00 200273 3X-C Magnifier (Commercial 3X magnifier - no mount) **NEW** Pending 307.00 12234 TwistMount Ring & Base fits all Aimpoint 3X and 6X magnifiers 73 5000 438 270 5 218.00 12227 AR15 Spacer - for TwistMount 73 5000 438 276 7 35.00 12238 TwistMount top ring only 73 5000 438 286 6 107.00 12236 TwistMount base only 73 5000 438 278 1 139.00 200251 FlipMount (AR15) fits all Aimpoint 3X and 6X magnifiers **NEW** Pending 361.00 200250 FlipMount (low) fits all Aimpoint 3X and 6X magnifiers **NEW** Pending 361.00 200249 Flip to side Mount (high) Ring only - requires TwistMount base **NEW** Pending 260.00 200248 Flip to side Mount (low) Ring only - requires TwistMount base **NEW** Pending 260.00

9000 Series Sights MSRP Retail Product Code EAN USA 11417 9000SC (2MOA with rings) 73 5000 438 122 7 $493.00 11407 9000SC (4MOA with rings) 73 5000 438 115 9 493.00 200136 9000SC NV (Night Vision compatible, 2MOA with rings) 73 5000 438 437 2 740.00 11419 9000L 2MOA with rings (for full size or magnum actions) 73 5000 438 124 1 493.00

Hunter Series Sights MSRP Retail Product Code EAN USA 12690 Hunter H30S (30mm, standard length, with rings) 73 5000 438 308 5 $942.00 12691 Hunter H30L (30mm, long size with rings) 73 5000 438 309 2 942.00 12692 Hunter H34S (34mm, standard length, with rings) 73 5000 438 310 8 942.00 12693 Hunter H34L (34mm, long action length, with rings) 73 5000 438 311 5 942.00 12702 SPARE Eye piece Hunter H30 73 5000 438 342 9 9.00 12703 SPARE Eye piece Hunter H34 73 5000 438 343 6 9.00 12663 SPARE Lenscover Hunter H30 73 5000 438 344 3 14.00 12664 SPARE Lenscover Hunter H34 73 5000 438 345 0 14.00 12903 Battery Cap - Hunter sights 73 5000 438 346 7 17.00 12904 Adjustment Screw Cap - Hunter sights 73 5000 438 347 4 17.00

MPS3 Heavy Weapon Sights & Mounts (LE/Military Sales Only) MSRP Retail Product Code EAN USA 12628 MPS3 with MG Mount 73 5000 438 300 9 $3,637.00 11704 MPS3 (sight only) 73 5000 438 146 3 1959.00 11460 Browning M2 QD M1913 rail adaptor N/A 1202.00

Concealed Engagement Unit & Mounts MSRP Retail Product Code EAN USA 12156 CEU module only 73 5000 438 203 3 $410.00 12203 CEU High Rise Top Ring only 73 5000 438 209 5 66.00 12202 CEU Low Rise Top Ring only 73 5000 438 210 1 66.00 12236 TwistMount base only 73 5000 438 278 1 139.00

Specialty Mounts, Spare Parts & Accessories MSRP Retail Product Code EAN USA 12843 Rail adaptor - H&K universal N/A $170.00 12243 Low Wide Ring 30mm Picatinny (SRP-L) 73 5000 438 284 2 87.00 12244 Low Wide Ring 30mm Weaver (SRW-L) 73 5000 438 285 9 87.00 10631 SPARE Battery cap CompC3/9000 series 73 5000 438 316 0 11.00 12228 Lenscover (Rubber bikini style lens covers for CompM2) 73 5000 438 277 4 13.00

1-12-16 10379 SPARE Replacement Rubber strap (older 30mm sights - joins adjustment caps and battery cap) 73 5000 438 077 0 7.00 10634 SPARE Battery cap (CompM2/M3/PRO V1.0) 73 5000 438 183 8 11.00 12229 Rings, 30mm, Black, 1 pair 73 5000 438 283 5 28.00

1-12-16 !!! JANUARY 2016

Box 1794 · Appleton, WI 54912 · (920) 735-6242 · Fax (920) 735-6245 · asp-usa.com Retail Price Schedule

PRODUCT CODE RETAIL PRODUCT CODE RETAIL

BATONS F21EF Electroless Foam 52413 110.00 F21AD Airweight DuraTec 32412 110.00 16/40 BATONS F21BD Black Chrome DuraTec 32411 110.00 Friction Loc F21CD Chrome DuraTec 32410 110.00 F16AF Airweight Foam 52212 105.00 F21ED Electroless DuraTec 32413 110.00 F16BF Black Chrome Foam 52211 105.00 F21AW Airweight Wavemaster 42412 110.00 F16CF Chrome Foam 52210 105.00 F21BW Black Chrome Wavemaster 42411 110.00 F16EF Electroless Foam 52213 105.00 F21CW Chrome Wavemaster 42410 110.00 F16AD Airweight DuraTec 32212 105.00 F21EW Electroless Wavemaster 42413 110.00 F16BD Black Chrome DuraTec 32211 105.00 S21 Sentry 52400 60.00 F16CD Chrome DuraTec 32210 105.00 F16ED Electroless DuraTec 32213 105.00 Talon F16AW Airweight Wavemaster 42212 105.00 T50AB Airweight, Button 22412 145.00 F16BW Black Chrome Wavemaster 42211 105.00 T50KB K Coat, Button (Steel) 22411 145.00 F16CW Chrome Wavemaster 42210 105.00 T50AC Airweight, Cap 22414 145.00 F16EW Electroless Wavemaster 42213 105.00 T50KC K Coat, Cap (Steel) 22413 145.00 S16 Sentry 52200 55.00 SideBreak 21 Scabbards Talon Snap-Loc Belt Loop T40AB Airweight, Button 22212 140.00 Black 52432 43.00 T40KB K Coat, Button (Steel) 22211 140.00 Basketweave 52433 43.00 T40AC Airweight, Cap 22214 140.00 Ballistic 52435 43.00 T40KC K Coat, Cap (Steel) 22213 140.00 ASPtec 52434 43.00 Paddle 52436 43.00 SideBreak 16 Scabbards Snap-Loc Belt Loop Federal 21 Scabbards Black 52232 35.50 Snap-Loc Belt Loop 52438 38.00 Basketweave 52233 35.50 Paddle 52439 38.00 Ballistic 52235 35.50 ASPtec 52234 35.50 Envoy 50 Scabbards Paddle 52236 37.00 Snap-Loc Belt Loop 52446 43.00 NEW Paddle 52447 43.00 Federal 16 Scabbards Snap-Loc Belt Loop 52238 32.00 Duty Scabbards Paddle 52239 32.00 NEW F21 Black 52448 39.00 NEW F21 Ballistic 52449 32.00 Envoy 40 Scabbards NEW T50 Black 52458 39.00 Snap-Loc Belt Loop 52246 37.00 NEW T50 Ballistic 52459 32.00 NEW Paddle 52247 37.00 Combo Case (for use w/Handcuffs) Duty Scabbards Black 35632 57.00 NEW F16 Black 52248 37.00 Ballistic 35635 49.00 NEW F16 Ballistic 52249 30.00 NEW T40 Black 52258 37.00 26/60 BATONS NEW T40 Ballistic 52259 30.00 Friction Loc F26AF Airweight Foam 52612 115.00 Combo Case (for use w/Handcuffs) F26BF Black Chrome Foam 52611 115.00 Black 35632 57.00 F26CF Chrome Foam 52610 115.00 Ballistic 35635 49.00 F26EF Electroless Foam 52613 115.00 F26AD Airweight DuraTec 32612 115.00 21/50 BATONS F26BD Black Chrome DuraTec 32611 115.00 Friction Loc F26CD Chrome DuraTec 32610 115.00 F21AF Airweight Foam 52412 110.00 F26ED Electroless DuraTec 32613 115.00 F21BF Black Chrome Foam 52411 110.00 F26AW Airweight Wavemaster 42612 115.00 F21CF Chrome Foam 52410 110.00 F26BW Black Chrome Wavemaster 42611 115.00

For Sale Only To Authorized Personnel JANUARY 2016

PRODUCT CODE RETAIL PRODUCT CODE RETAIL

F26CW Chrome Wavemaster 42610 115.00 Leverage Caps (F Series) F26EW Electroless Wavemaster 42613 115.00 Textured Black 52921 15.50 S26 Sentry 52600 65.00 Electroless 52920 18.50

Talon Nexus Subcap (F Series) 52931 15.50 T60AB Airweight, Button 22612 150.00 Nexus T Cap (T Series) 52932 15.50 T60KB K Coat, Button (Steel) 22611 150.00 T60AC Airweight, Cap 22614 150.00 BreakAway Subcap (F Series) T60KC K Coat, Cap (Steel) 22613 150.00 Black 52923 19.00 Electroless 52922 21.50 SideBreak 26 Scabbards Snap-Loc Belt Loop BreakAway Tip (T Series) 52940 18.00 Black 52632 48.00 NEW HRT Tip (T Series) 52941 18.00 Basketweave 52633 48.00 Ballistic 52635 48.00 Wrist Strap Cap (F Series) 52914 25.00 ASPtec 52634 48.00 Paddle 52636 48.00 Tactical Mirror 52471 14.00 Tactical Mirror and Case 52470 24.00 Federal 26 Scabbards Snap-Loc Belt Loop 52638 42.00 Tactical USB (F Series) 35636 60.00 Paddle 52639 42.00 Tactical T USB (T Series) 35637 70.00 NEW Fusion T (T Series) 35638 85.00 Envoy 60 Scabbards Snap-Loc Belt Loop 52646 48.00 BATON SUPPORT NEW Paddle 52647 48.00 Maintenance Kits Armorer (F Series) 35100 130.00 Duty Scabbards NEW Grip (F/T Combo) 35115 130.00 NEW F26 Black 52648 41.00 Grip (F Series) 35107 130.00 NEW F26 Ballistic 52649 34.00 Grip (T Series) 35113 130.00 NEW T60 Black 52658 41.00 NEW Repair (F/T Combo) 35114 115.00 NEW T60 Ballistic 52659 34.00 Repair (F Series) 35103 115.00 Repair (T Series) 35118 115.00 CONCEALABLES Scabbard 35101 130.00 Protector Batons P12 52221 52.00 Presentation Batons P16 52222 59.00 F21 (18K Gold) 52419 150.00 P21 52227 67.00 T50 (18K Gold) 22419 280.00

Agent Batons Presentation Cases A40 52223 125.00 F21 35418 50.00 A50 52224 130.00 T50 35419 50.00

Concealable Baton Keyring Clip RESTRAINTS NEW Black 52975 10.00 NEW Brown 52976 10.00 CHAIN HANDCUFFS Chain Handcuffs (Steel) Fusion Baton Black, 1 Pawl (Yellow - Tactical) 56101 45.00 Airweight 52225 165.00 Black, 2 Pawl (Blue - Security) 46101 52.00 Steel 52226 165.00 Black, 3 Pawl (Green - European) 66101 50.00

Fusion T Baton Chain Handcuffs (Aluminum) Airweight 22215 200.00 Black, 1 Pawl (Yellow - Tactical) 56103 50.00 Steel 22216 200.00 Black, 2 Pawl (Blue - Security) 46103 57.00 Black, 3 Pawl (Green - European) 66103 55.00 BATON ATTACHMENTS Combine 3 numbers with Logo Codes on Page 8 Identifier Chain Handcuffs (Steel) Logo Cap (F Series) 541__ 16.50 Blue 56104 50.00 Logo Band Cap (F Series) 521__ 23.50 Brown 56105 50.00 Gray 56107 50.00 Grip Caps (F Series) Yellow 56102 50.00 Textured Black 52916 14.50 Orange 56106 50.00 Electroless 52915 15.50 Pink 56180 50.00

Grip Cap T (T Series) 52919 21.00 Ultra Chain Cuffs (Steel) NEW Black, 1 Pawl (Yellow - Tactical) 56109 50.00

PAGE 2 For Sale Only To Authorized Personnel JANUARY 2016

PRODUCT CODE RETAIL PRODUCT CODE RETAIL

NEW Black, 2 Pawl (Blue - Security) 46109 57.00 Basketweave 56147 43.00 NEW Black, 3 Pawl (Green - European) 66109 55.00 Ballistic 56148 38.00 ASPtec 56149 48.00 Ultra Chain Cuffs (Aluminum) Double NEW Black, 1 Pawl (Yellow - Tactical) 56110 55.00 Black 56160 45.00 NEW Black, 2 Pawl (Blue - Security) 46110 62.00 Basketweave 56161 45.00 NEW Black, 3 Pawl (Green - European) 66110 60.00 Ballistic 56162 40.00 ASPtec 56163 50.00 Chain Handcuff Cases Federal Duty Black 56138 40.00 Black 56131 41.00 Basketweave 56139 40.00 Basketweave 56132 41.00 Ballistic 56140 34.00 Ballistic 56133 34.00 ASPtec 56141 45.00 ASPtec 56137 45.00 Investigator Centurion Black 56134 47.00 Black 56146 43.00 Ballistic 56135 37.00 Basketweave 56147 43.00 Tactical 56136 34.00 Ballistic 56148 38.00 ASPtec 56149 48.00 Combo Case (for use w/Baton) Double Black 35632 57.00 Black 56160 45.00 Ballistic 35635 49.00 Basketweave 56161 45.00 Ballistic 56162 40.00 RIGID HANDCUFFS ASPtec 56163 50.00 Rigid Handcuffs (Steel) Federal Black, 1 Pawl (Yellow - Tactical) 56121 90.00 Black 56138 40.00 Black, 2 Pawl (Blue - Security) 46121 100.00 Basketweave 56139 40.00 Black, 3 Pawl (Green - European) 66121 95.00 Ballistic 56140 34.00 ASPtec 56141 45.00 Rigid Handcuffs (Aluminum) Investigator Black, 1 Pawl (Yellow - Tactical) 56123 95.00 Black 56134 47.00 Black, 2 Pawl (Blue - Security) 46123 106.00 Ballistic 56135 37.00 Black, 3 Pawl (Green - European) 66123 101.00 Tactical 56136 34.00 Rigid Handcuff Cases Combo Case (for use w/Baton) Duty Black 35632 57.00 Black 56131 41.00 Ballistic 35635 49.00 Basketweave 56132 41.00 Ballistic 56133 34.00 HINGE HANDCUFFS ASPtec 56137 45.00 Hinge Handcuffs (Steel) Centurion Black, 1 Pawl (Yellow - Tactical) 56111 57.00 Black 56164 48.00 Black, 2 Pawl (Blue - Security) 46111 65.00 Basketweave 56165 48.00 Black, 3 Pawl (Green - European) 66111 61.00 Ballistic 56166 43.00 ASPtec 56167 53.00 Hinge Handcuffs (Aluminum) Double Black, 1 Pawl (Yellow - Tactical) 56113 62.00 Black 56160 45.00 Black, 2 Pawl (Blue - Security) 46113 70.00 Basketweave 56161 45.00 Black, 3 Pawl (Green - European) 66113 65.00 Ballistic 56162 40.00 ASPtec 56163 50.00 Identifier Hinge Handcuffs (Steel) Federal Blue 56114 62.00 Black 56168 45.00 Brown 56115 62.00 Basketweave 56169 45.00 Gray 56117 62.00 Ballistic 56170 40.00 Yellow 56112 62.00 ASPtec 56171 50.00 Orange 56116 62.00 Investigator Pink 56181 62.00 Black 56154 52.00 Ballistic 56155 42.00 Hinge Handcuff Cases Tactical 56150 40.00 Duty Black 56131 41.00 HANDCUFF KEYS Basketweave 56132 41.00 LockWrite Pen Key Ballistic 56133 34.00 Click ASPtec 56137 45.00 Gold Accents 56254 32.00 Centurion Silver Accents 56255 32.00 Black 56146 43.00 Black Accents 56247 32.00

PAGE 3 For Sale Only To Authorized Personnel JANUARY 2016

PRODUCT CODE RETAIL PRODUCT CODE RETAIL

Blue Two Pawl 56248 32.00 ClearView Cutaways Twist Chain Handcuff 55203 65.00 NEW Gold Accents 56240 35.00 Hinge Handcuff 55204 76.00 NEW Silver Accents 56241 35.00 Rigid Handcuff 55205 87.00 NEW Black Accents 56242 35.00 Tactical Lock Set (1 Pawl) 55212 23.00 LockWrite Pen Cartridges Security Lock Set (2 Pawl) 55213 34.00 Black 56244 1.50 European Lock Set (3 Pawl) 55214 29.00 Blue 56245 1.50 Training Lock Set (Slip Pawl) 55215 23.00 Red 56246 1.50 AutoKey 56256 15.00 Clip Key (18K Gold) 56249 20.00 Edge Knife (Handcuff Key) NEW AutoKey (18K Gold) 56279 21.00 Stainless 56257 20.00 Aluminum 56258 25.00 LIGHTING Carbon Fiber 56259 30.00 Clip 56250 15.00 EVERY DAY CARRY (EDC) Swivel Poly Sapphire (USB) S1 56252 16.00 NEW Black 53554 18.00 S2 56253 17.00 NEW Blue 53550 18.00 Pentagon (12) 56523 24.00 NEW Gold 53555 18.00 NEW Green 53556 18.00 Combine 3 numbers with Logo Codes on Page 8 NEW Pewter 53552 18.00 Guardian Logo Handcuff Keys NEW Pink 53559 18.00 G1 NEW Red 53553 18.00 Black Chrome 563__ 22.00 NEW Violet 53551 18.00 Stainless 565__ 22.00 NEW American Flag 53564 20.00 Gold 567__ 22.00 NEW Black Eagle (Diamond Cut) 53561 20.00 Antique Copper 569__ 22.00 NEW Pink Ribbon (Diamond Cut) 53560 20.00 Antique Brass 575__ 22.00 G2 Sapphire AL (USB) Black Chrome 564__ 22.00 NEW Black 53654 20.00 Stainless 566__ 22.00 NEW Blue 53650 20.00 Gold 568__ 22.00 NEW Gold 53655 20.00 Antique Copper 570__ 22.00 NEW Green 53656 20.00 Antique Brass 576__ 22.00 NEW Pewter 53652 20.00 NEW Pink 53659 20.00 TRI-FOLD RESTRAINTS NEW Red 53653 20.00 Tri-Folds NEW Violet 53651 20.00 6-Pak (Yellow)* 56190 24.00 NEW American Flag 53664 22.00 6-Pak (Black)* 56192 24.00 NEW Black Eagle (Diamond Cut) 53661 22.00 (*) Call for Volume Pricing NEW Pink Ribbon (Diamond Cut) 53660 22.00

Tri-Fold Pull (6) 56213 12.00 Pocket NEW AAA 35705 45.00 MOLLE Keeper (3) 56212 6.00 NEW AA 35706 50.00 NEW CR 35707 55.00 Belt Case [Holds 2] 56201 15.00 Guardian Carabiner, Polymer NEW AAA 35726 50.00 Black 56216 3.50 NEW AA 35727 55.00 Gray 56222 3.50 NEW CR 35728 60.00 Coyote 56217 3.50 Neon Yellow 56218 3.50 Scribe AAA Black 35700 60.00 Mini Carabiner, Polymer Gold Accents 35711 65.00 Black 56260 3.00 Silver Accents 35712 65.00 Gray 56262 3.00 Blue 35721 60.00 Coyote 56261 3.00 Red 35722 60.00 Neon Yellow 56263 3.00 TRANSITIONAL Scarab Cutter 56225 28.00 Tungsten CR1 35713 60.00 RESTRAINT SUPPORT CR2 35714 70.00 Maintenance Kit USB (US) 35710 125.00 Handcuff 35117 130.00 USB (EU) 35717 125.00

PAGE 4 For Sale Only To Authorized Personnel JANUARY 2016

PRODUCT CODE RETAIL PRODUCT CODE RETAIL

DUTY Keychain USB 53046 5.00 Poly Triad AA NEW Power Bank 53047 30.00 Black 35615 70.00 Coyote 35616 70.00 Sapphire USB Cases Neon Yellow 35617 70.00 Gift Box 35417 2.00 Magnetic Box 35416 10.00 Poly Triad CR Wood Box 35415 20.00 Black 35626 80.00 Coyote 35628 80.00 Light Lanyard (Wrist Strap) Neon Yellow 35629 80.00 NEW Tungsten, Triad AA 53065 8.00 NEW Triad CR, Turbo 53066 8.00 Triad AA 35622 100.00 OC CR 35623 110.00 USB (US) 35625 145.00 DEFENDER SERIES USB (EU) 35621 145.00 Palm Defender NEW XT USB (US) 35639 155.00 Black 54954 32.00 NEW XT USB (EU) 35649 155.00 Blue 54950 32.00 Gold 54955 32.00 STRATEGIC Pewter 54952 32.00 Turbo Pink 54959 32.00 CR 35624 150.00 Red 54953 32.00 USB (US) 35627 165.00 Violet 54951 32.00 USB (EU) 35620 165.00 Textured 54957 34.00

Tactical USB (F Series) 35636 60.00 Palm Defender Inserts Tactical T USB (T Series) 35637 70.00 Heat (OC) 54910 8.00 NEW Fusion T (T Series) 35638 85.00 Test (Inert) 54911 8.00 Heat (Twin Pak) 54912 15.00 LIGHT ACCESSORIES Test (Twin Pak) 54913 15.00 Batteries Heat & Test (Twin Pak) 54914 15.00 AAA (ASP Lithium) 4 & Link Case (Clamshell) 53034 8.00 Key Defender 12 & Link Case (Box) 03031 24.00 Black 55154 34.00 50 (Bulk Pak) 03033 100.00 Blue 55150 34.00 AA (ASP Lithium) Gold 55155 34.00 4 & Link Case (Clamshell) 53035 8.00 Pewter 55152 34.00 12 & Link Case (Box) 03030 24.00 Pink 55159 34.00 50 (Bulk Pak) 03032 100.00 Red 55153 34.00 CR123A (ASP Lithium) Violet 55151 34.00 4 & Link Case (Clamshell) 53032 8.00 Textured 55157 36.00 12 & Link Case (Box) 03028 24.00 50 (Bulk Pak) 03029 100.00 Key Defender Inserts 18650 Battery & Link Case 53030 25.00 Heat (OC) 55110 9.00 Test (Inert) 55111 9.00 Link Cases Heat (Twin Pak) 55112 17.00 AAA Link Case (4) 53031 5.00 Test (Twin Pak) 55113 17.00 AA Link Case (4) 53028 5.00 Heat & Test (Twin Pak) 55114 17.00 CR123A Link Case (4) 53026 5.00 Street Defender Tactical Light Case (TLC) Black 55954 43.00 Triad, Turbo 35640 26.00 Textured 55957 45.00 NEW Tungsten 35643 26.00 Street Defender Inserts Traffic Wand Heat (OC) 55910 10.00 NEW Red 35650 10.00 Test (Inert) 55911 10.00 NEW Yellow 35651 10.00 Heat (Twin Pak) 55912 19.00 Test (Twin Pak) 55913 19.00 Charging Heat & Test (Twin Pak) 55914 19.00 Car Charger 53041 15.00 Wall Charger Safety System (Gray Lanyard) US 53040 25.00 Whistle, Poly Sapphire USB, Palm Defender EU 53045 25.00 NEW Black 64024 60.00 Retractable Cord 53042 5.00 NEW Blue 64025 60.00 Micro USB Plug 53043 5.00 NEW Gold 64026 60.00

PAGE 5 For Sale Only To Authorized Personnel JANUARY 2016

PRODUCT CODE RETAIL PRODUCT CODE RETAIL

NEW Pewter 64027 60.00 H&K P2000 07336 55.00 NEW Pink 64028 60.00 H&K P2000 Compact 07338 55.00 NEW Red 64029 60.00 H&K P2000 (Euro Model) 07341 55.00 NEW Violet 64030 60.00 H&K P30 w/Rails 07355 55.00 NEW H&K P30 w/Rails (Modified) 07356 55.00 OC SUPPORT H&K UMP 07406 225.00 Brass Detachable 52791 25.00 H&K USP 9mm/.40 07316 55.00 H&K USP 9mm/.40 Compact 07324 55.00 Key Return Systems H&K USP .45 Compact 07326 55.00 Vigilance (Brass) 52780 16.00 Kahr 9mm/.40 07318 55.00 Vigilance (Nickel Silver) 52781 16.00 Remington 870 07401 225.00 ROSE (Brass) 52783 16.00 Ruger SR9 07350 55.00 ROSE (Nickel Silver) 52784 16.00 S&W 9mm 07304 55.00 Eagle, Round (Brass) 52786 16.00 S&W.40 07309 55.00 Eagle, Round (Nickel Silver) 52787 16.00 S&W 9mm/.40 Compact 07313 55.00 Eagle, Rectangle (Brass) 52789 16.00 S&W 10mm/.45 07305 55.00 Eagle, Rectangle (Nickel Silver) 52790 16.00 S&W J Frame 07310 55.00 S&W K Frame 07306 55.00 TRAINING S&W M&P 9mm/.40 07343 55.00 S&W M&P Compact 07345 55.00 TRAINING EQUIPMENT S&W Sigma 07317 55.00 Training Bag (Black) 07102 210.00 S&W Sigma 9VE 07344 55.00 S&W Sigma Compact 07321 55.00 Training Batons SIG 220/226 9mm/.40/.45 07303 55.00 21 and Carrier 07201 67.00 SIG 228/229 9mm/.40 07312 55.00 26 and Carrier 07200 69.00 SIG 228R/229R DAK 9mm/.40 07342 55.00 Carrier Only 07203 17.00 SIG 239 9mm/.357/.40 07320 55.00 SIG P2022 9mm 07337 55.00 Training Restraints SIG P225 07335 55.00 Chain (Red) 07464 55.00 NEW SIG P226 Magazine 07359 37.00 Hinge (Red) 07465 68.00 SIG P245 07329 55.00 Rigid (Red) 07466 102.00 SIG Pro 9mm/.40 07328 55.00 Tri-Fold 6-Pak (Red) 56191 24.00 Steyr AUG 07405 225.00 Steyr M40 07330 55.00 Red Gun Training Series Taser M26 07339 55.00 AK47 07408 225.00 NEW Taser X2 07361 55.00 96D 07351 55.00 Taser X26 07340 55.00 Beretta 9mm/.40 07301 55.00 NEW Taser X26P 07362 55.00 NEW Beretta 9mm/.40 w/Rails 07348 55.00 Walther P99 07327 55.00 Beretta 9mm/.40 Compact 07315 55.00 Walther P99/PPQ 9mm 07360 55.00 Beretta Cougar 9mm/.40/.45 07323 55.00 Beretta Cougar 9mm/.40/.45 Compact 07325 55.00 Accessories Beretta Magazine 07457 37.00 Knife 57451 15.50 07346 55.00 Motorola Radio 1 07452 55.00 Browning High Power 07314 55.00 Motorola Radio 2 07461 55.00 Enfield SA80 07416 225.00 Streamlight Flashlight 07453 55.00 FN Forty-Nine 9mm/.40 07331 55.00 NEW ASP F21 Baton 07481 55.00 Government .45 07308 55.00 NEW ASP T50 Baton 07482 55.00 Gov Carbine 07407 225.00 NEW ASP Chain Handcuffs 07483 47.00 Gov Carbine (Collapsed Stock) 07410 225.00 NEW ASP Hinge Handcuffs 07484 47.00 Gov Carbine (Sliding Stock) 07411 265.00 NEW ASP Rigid Handcuffs 07485 47.00 Gov Carbine (Sliding Stock) w/Rails 07420 280.00 ASP Triad Flashlight 07455 37.00 Gov Carbine Flat Top 07413 225.00 Gov Carbine Flat Top (Sliding Stock) 07414 265.00 TRAINING SUPPORT Gov Carbine Flat Top (Sliding Stock) w/Rails 07421 280.00 Training Posters Government M16 (w/20 Round Magazine) 07403 225.00 Anatomy 01226 6.00 NEW Government M16 (w/30 Round Magazine) 07422 225.00 Anatomy (Framed) 01227 21.00 Government Magazine 07458 45.00 Government SMG 07404 225.00 ASP Eagle Shirt (Color) H&K G36 07409 225.00 S 09801 45.00 H&K G36C 07415 225.00 M 09802 45.00 H&K Magazine 07463 37.00 L 09803 45.00 H&K MP5 07402 225.00 XL 09804 45.00 H&K MP5 Magazine 07462 45.00 XXL 09805 45.00 H&K MP7 07412 225.00

PAGE 6 For Sale Only To Authorized Personnel JANUARY 2016

PRODUCT CODE RETAIL PRODUCT CODE RETAIL

ASP Eagle Shirt (Tone-On-Tone) Neon Orange 56266 3.00 S 09901 45.00 Neon Pink 56264 3.00 M 09902 45.00 L 09903 45.00 NEW Alert Whistle 56291 5.00 XL 09904 45.00 NEW Alert Whistle w/Tooth Guard 56292 7.00 XXL 09905 45.00 NEW Duty Whistle w/Tooth Guard (Black Lanyard) 56293 15.00 Training Whistle w/Tooth Guard (Red Lanyard) 56290 15.00 ASP Eagle Shirt (Silver Gray) NEW S 09701 45.00 Select Knife (Scissors) NEW M 09702 45.00 NEW Mirror Black 56231 30.00 NEW L 09703 45.00 Carbon Fiber NEW XL 09704 45.00 NEW Blue 56232 35.00 NEW XXL 09705 45.00 NEW Red 56233 35.00 NEW Silver 56234 35.00 Hat NEW Gold 56235 35.00 NEW ASP, Black 09800 25.00 NEW ASP Eagle, Tan 09815 25.00 Luggage Tag 59507 21.00

ASP Eagle Logo Belt (1.5) Three Disc Combination Lock S (28-30) 10001 20.00 Black 59508 12.00 M (32-34) 10101 20.00 Brass 59509 12.00 L (36-38) 10201 20.00 XL (40-42) 10301 20.00 Color Patches XXL (44-46) 10401 20.00 ASP Eagle 59103 12.00 ASP Eagle Certified 59106 12.00 ASP Eagle Logo Belt (1.75) Red Arrow (Certified Officer) 59104 12.00 S (28-30) 10501 21.00 M (32-34) 10601 21.00 Coyote Patches (Hook & Loop) L (36-38) 10701 21.00 ASP Eagle 59108 8.00 XL (40-42) 10801 21.00 Strike Force 59109 8.00 XXL (44-46) 10901 21.00 Silver Gray Patches (Hook & Loop) ASP Eagle Equipment Belt NEW ASP Eagle 59110 8.00 S (30-32) 09831 37.00 NEW Strike Force 59111 8.00 M (34-36) 09832 37.00 L (38-40) 09833 37.00 Uniform Bars (Tactical Weapon Certified) XL (42-44) 09834 37.00 NEW Gold 59240 15.00 XXL (46-48) 09840 37.00 NEW Silver 59241 15.00

Roll Bags Lapel Pins Large (w/Strap) 59506 72.50 ASP Eagle 59203 7.50 Small 59505 57.50 ASP Eagle Certified 59206 7.50 Red Arrow Certified 59204 7.50 NEW Gear Bag 09915 35.00 Certified Challenge Coin 59301 10.00 Carabiner, Polymer Black 56216 3.50 Safety Set 37900 105.00 Gray 56222 3.50 Coyote 56217 3.50 Maintenance Neon Yellow 56218 3.50 Training Baton 35102 150.00 Neon Orange 56221 3.50 Neon Pink 56219 3.50 SUPPORT

Mini Carabiner, Polymer CATALOG Black 56260 3.00 NEW Product Guide (Catalog 24) 80478 15.00 Gray 56262 3.00 Coyote 56261 3.00 Neon Yellow 56263 3.00 NEW = Introduced January 2016

PAGE 7 For Sale Only To Authorized Personnel JANUARY 2016

Prestige Logos

Combine first 3 numbers of selected logo product on Pages 2 and 4 with the Logo Code numbers below.

Logo Code Logo Code Logo Code ASP Eagle ___01 Connecticut ___46 New Hampshire ___69

Strike Force ___02 Delaware ___47 New Jersey ___70 ASP Eagle Certified ___03 District of Columbia ___48 New Mexico ___71 Red Arrow ___04 Florida ___49 New York ___72 Police ___05 Georgia ___50 North Carolina ___73 Sheriff ___06 Hawaii ___51 North Dakota ___74 Security ___07 Idaho ___52 Ohio ___75 Tactical ___08 Illinois ___53 Oklahoma ___76 K9 ___09 Indiana ___54 Oregon ___77 Army ___10 Iowa ___55 Pennsylvania (Commonwealth) ___78 Navy ___11 Kansas ___56 Rhode Island ___79 Air Force ___12 Kentucky (Commonwealth) ___57 South Carolina ___80 Marine Corps ___13 Louisiana ___58 South Dakota ___81 Coast Guard ___14 Maine ___59 Tennessee ___82 Great Seal ___15 Maryland ___60 Texas ___83 Massachusetts (Commonwealth) ___61 Utah ___84 State Seals Michigan ___62 Vermont ___85 Alabama ___40 Minnesota ___63 Virginia (Commonwealth) ___86 Alaska ___41 Mississippi ___64 Washington ___87 Arizona ___42 Missouri ___65 West Virginia ___88 Arkansas ___43 Montana ___66 Wisconsin ___89 California ___44 Nebraska ___67 Wyoming ___90 Colorado ___45 Nevada ___68 Custom (must provide logo) ___99

PAGE 8 For Sale Only To Authorized Personnel JANUARY 2016

Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP 124 Hydration Pack $ 55.95 125 3 Day Assault Pack $ 94.95 125-008 3 Day Assault Pack, Multicam $ 159.95 125-016 3 Day Assault Pack, Highlander $ 173.95 125-017 3 Day Assault Pack, Mandrake $ 173.95 126 Compact Assault Pack $ 55.95 126-008 Compact Assault Pack, Multicam $ 93.95 127 Deployment Bag $ 24.95 127-008 Deployment Bag, Multicam $ 39.95 128 42" Single Rifle Case $ 78.95 129 Medium Assault Pack $ 75.95 130 Sniper Drag Bag $ 112.95 131 Sniper Shooter Mat $ 112.95 133 36" Single Rifle Case $ 71.95 136 Tactical Response Bag $ 42.95 137 Utility Shoulder Bag $ 23.95 140 Ambidextrous Sling Bag $ 70.95 143 Fanny Pack $ 23.95 146-002 Messenger Bag, Black Only $ 51.95 147 Urban Go Pack $ 87.95 147-008 Urban Go Pack, Multicam $ 137.95 148 Shotgun Scabbard $ 31.95 148-008 Shotgun Scabbard, Multicam $ 51.90 148-009 Shotgun Scabbard, A-Tacs AU $ 53.95 149 Pistol Case $ 31.95 150 28" Rifle Case $ 49.95 151 36" Double Rifle Case $ 94.95 151-008 36" Double Rifle Case, Multicam $ 171.95 152 42" Double Rifle Case $ 100.95 152-008 42" Double Rifle Case, Multicam $ 179.95 153-002 Brief Case, Black Only $ 76.95 155 Commuter Pack $ 82.95 156 EDC Bag $ 46.95 156-008 EDC Bag, Multicam $ 65.95 157 E & E Bag $ 40.95 158-002 38" Rifle Case, Black Only $ 44.95 159 46" Double Rifle Case $ 115.95 160 Venture Pack $ 86.95 160-008 Venture Pack, Multicam $ 131.95 161 Colossus Duffle Bag $ 69.95 162 Mission Pack $ 78.95 Page 1 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP 164-002 Transporter, Black Only $ 56.95 165 Fuel Hydration Pack $ 65.95 166 Bison Pack $ 86.95 168 Camera Bag $ 35.95 169 Convoy Pack $ 71.95 169-008 Convoy Pack, Multicam $ 111.95 10616 Core Softshell Vest $ 59.95 10617 Vapor Lightweight Windbreaker $ 101.95 11170-001 Outrider Pack, Olive Drab Only $ 49.55 15252 Tactician Glove $ 47.95 15252-008 Tactician Glove, Multicam $ 47.95 18001 Emblem PVC ( 10 Pcs / Pack ) N/A NEW 101049 Covert Softshell Jacket $ 97.95 NEW 101050 Matterhorn Fleece $ 59.95 NEW 101057 Zephyr Lightweight Down Jacket $ 81.95 NEW 101058 Overcast Softshell Parka $ 139.95 101060 Performance Tactical Polo $ 21.95 101065 Combat Shirt $ 45.95 101065-008 Combat Shirt, Multicam $ 61.95 101076 Maxfort Training Top $ 15.95 NEW 101083 Aegis Hardshell Jacket $ 155.95 NEW 101095 Prime Softshell Hoody $ 75.95 NEW 101097 Nimbus Light Loft Jacket $ 97.95 NEW 101098 Element Softshell Jacket $ 91.95 NEW 101102 Surge Performance Top $ 25.95 NEW 101103 Blitz Performance Top $ 25.95 NEW 101104 Celex Workout Shorts $ 35.95 NEW 101111 1UP1DOWN Graphic T $ 18.99 NEW 101120 Performance Polo LS $ 25.95 NEW 101121 Maxfort LS Training Top $ 19.95 111030 Tidepool Hydration Carrier $ 39.95 111030-008 Tidepool Hydration Carrier, Multicam $ 35.95 NEW 111061 Scythe Messenger Bag $ 79.95 NEW 111066 Solveig Assault Pack $ 94.95 NEW 111066-008 Solveig Assault Pack, Multicam $ 144.95 111072 Brief Case $ 109.95 111073 Titan Assault Pack $ 189.95 NEW 111073-008 Titan Assault Pack, Multicam $ 229.95 111074 Frontier Outdoor Pack $ 133.95 NEW 111074-008 Frontier Outdoor Pack, Multicam $ 167.95 111075 Agent Covert Sling Bag $ 107.95 Page 2 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP NEW 111094 Centurion Duffel $ 69.95 NEW 111099 Fail Safe Pack $ 133.95 NEW 111100 Sector Sling Bag $ 99.95 NEW 111118 Draw Down Waist Pack $ 49.95 NEW 161080 Condor Flex Cap $ 14.95 NEW 161080-008 Condor Flex Cap, Multicam $ 17.95 NEW 161109 Fleece Multi-Wrap $ 11.95 161109-008 Fleece Multi-Wrap, Multicam $ 13.95 171037 Drop Leg Panel $ 15.95 191028 First Response Pouch $ 21.95 191028-008 First Response Pouch, Multicam $ 27.95 191029 Baton Pouch $ 10.95 191031 Rip Away EMT Lite $ 19.95 191031-008 Rip Away EMT Lite, Multicam $ 25.95 191040 Double Kangaroo M14 Mag Pouch $ 17.95 191040-008 Double Kangaroo M14 Mag Pouch, Multicam $ 25.95 191044 Small Utility Pouch $ 12.95 191045 Water Bottle Pouch $ 13.95 NEW 191052 Rip Away Panels ( 2 Pcs / Pack ) $ 15.95 NEW 191053 Rip Away IFAK Pouch $ 23.95 191053-008 Rip Away IFAK Pouch, Multicam $ 33.95 NEW 191062 Single Flashbang Pouch $ 10.95 NEW 191063 Double Flashbang Pouch $ 17.95 191064 Binocular Pouch $ 19.95 NEW 191085 Tech Sheath Plus $ 11.95 191085-008 Tech Sheath Plus, Multicam $ 15.95 NEW 191086 Annex Admin Pouch $ 21.95 NEW 191088 Single M14 Mag Pouch - Gen II $ 11.95 191088-008 Single M14 Mag Pouch - Gen II, Multicam $ 17.95 NEW 191089 Double M14 Mag Pouch - Gen II $ 16.95 191089-008 Double M14 Mag Pouch - Gen II, Multicam $ 24.95 NEW 191112 Universal TQ Pouch $ 9.95 201 Shemagh $ 9.95 205-002 M4 / M16 Brass Catcher, Black Only $ 9.95 208 Passport / ID Holder $ 12.95 212 Multi-Wrap $ 9.95 212-008 Multi-Wrap, Multicam $ 11.95 215 H-Harness $ 16.95 215-008 H-Harness, Multicam $ 23.95 217 Sunglasses Case $ 10.95 217-008 Sunglasses Case, Multicam $ 17.95 Page 3 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP 218-001 Roll-Up Cleaning Mat, OD Only $ 18.95 219-002 Cross Over Leg Rig, Black Only $ 30.95 220 Tactical Glove $ 40.95 221 Combat Glove $ 40.95 223 4" Mod Straps ( 4 Pcs / Pack ) N/A 224 6" Mod Straps ( 4 Pcs / Pack ) N/A 225 Sniper Veil $ 11.95 226 Stryker Padded Knuckle Glove $ 22.95 228 Shooter Glove $ 20.95 229 Blood Type Patch ( 6 Pcs / Pack ) N/A 230 US Flag Patch ( 6 Pcs / Pack ) N/A 231 Medic Patch ( 6 Pcs / Pack ) N/A 232 Shoulder Strap $ 5.75 233 Badge Holder $ 9.95 235 Vault Tri-Fold Wallet $ 13.95 236-001 Expedition Gun Cleaning Kit, Olive Drab Only $ 35.95 237 Recon Gun Cleaning Kit $ 27.95 238-002 Snap Shackle ( 6 Pcs / Pack ), Black Only N/A 239 Blood Type Key Chain ( 4 Pcs / Pack ) N/A 240 BDU Belt $ 10.95 241 Gen II Battle Belt $ 23.95 241-008 Gen Ii Battle Belt, Multicam, L $ 37.95 242 Hydro Harness Integration Kit $ 35.95 242-008 Hydro Harness Integration Kit, Multicam $ 53.95 243 Gear Patch ( 6 Pcs / Pack ) N/A 244-008 Mini PC ID Panel, Multicam $ 9.95 245-003 Mini XPC ID Holder, Tan Only $ 19.95 245-008 Mini XPX ID Holder, Multicam $ 23.95 251 Synchro Tactical Glove $ 59.95 201039 Gunner Plate Carrier $ 79.95 201039-008 Gunner Plate Carrier, Multicam $ 117.95 201042 Sentry Plate Carrier $ 51.95 201042-008 Sentry Plate Carrier, Multicam $ 69.95 201047 LCS OPS Chest Rig $ 41.95 201068 LCS Sentry Plate Carrier $ 69.95 221032 2.5 Liter (85 oz) Hydration Bladder $ 18.95 221033 1.5 Liter (50 oz) Hydration Bladder $ 15.95 221034 PVC US Flag Patch ( 6 Pcs / Pack ) N/A 221036 MCR Bib Integration Kit $ 13.55 221036-008 MCR Bib Integration Kit, Multicam $ 21.95 221038 Arsenal Knife Carry Case $ 13.95 Page 4 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP 221043 Grenade Key Chain Pouch $ 11.95 221055 Helmet Pads II $ 19.95 221067 Buckle Repair Kit N/A 221082 USB Paracord Bracelet $ 17.95 NEW 221092 Siamese Slik Clip ( 10 Pcs / Pack ) $ 7.95 NEW 221106 Thermo Neck Gaiter $ 8.95 NEW 221113-027 QD Pistol Mag Pouch ( 2 Pcs / Pack ), Dark Grey Only $ 14.95 NEW 221114-027 QD M4 Mag Pouch ( 2 Pcs / Pack ), Dark Grey Only $ 25.95 NEW 221116 Shoulder Pad 1 (2 Pcs / Pack ) $ 13.95 231084 C05 EDC Flashlight $ 54.95 231090 C20 Tactical Flashlight $ 99.95 3PS-002 3 Point Sling, Black Only $ 8.95 601 Alpha Fleece Jacket $ 59.95 602 Summit Softshell Jacket $ 103.95 602-008 Summit Softshell Jacket, Multicam $ 195.95 603 Base II Zip Pullover $ 25.95 604 Base II Mid-Weight Drawer $ 23.95 605 Sierra Microfleece Jacket $ 78.95 606 Phantom Softshell Jacket $ 91.95 607 Quarter Zip Pullover $ 32.95 608 Sentinel Tactical Pants $ 45.95 609 Summit Zero Softshell Jacket $ 101.95 609-008 Summit Zero Softshell Jacket, Multicam $ 189.95 610T Stealth Operator Pants $ 49.95 ASH Vertical Shoulder Holster $ 20.95 CPC Compact Plate Carrier $ 40.95 CR 7 Pocket Chest Rig $ 32.95 CS Modular Chest Set $ 57.95 CS-008 Modular Chest Set, Multicam $ 95.95 CV Cross Draw Vest $ 74.95 CVXL Cross Draw Vest $ 74.95 DFPC Defender Plate Carrier $ 112.95 DFPC-008 Defender Plate Carrier, Multicam $ 185.95 EP1 Elbow Pad $ 11.95 ETV Elite Tactical Vest $ 74.95 GSML Ghillie Suit M/L $ 87.95 GSXL Ghillie Suit XL/XXL $ 87.95 H-1911 Ambidextrous Holster $ 19.95 H-BERETTA Ambidextrous Holster $ 19.95 H-GLOCK Ambidextrous Holster $ 19.95 HC-008 Hydration Carrier, Multicam $ 39.95 Page 5 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP HC3-008 Oasis Hydration Carrier, Multicam $ 35.95 HCB Hydration Carrier $ 37.95 HCB2 Hydration Carrier 2 $ 52.95 HCB3 Oasis Hydration Carrier $ 39.95 IB Instructor's Belt $ 32.95 KP1 Knee Pad 1 $ 18.95 KP2 Knee Pad 2 $ 22.95 MA1 Drop Leg Platform $ 19.95 MA1-008 Drop Leg Platform, Multicam $ 24.95 MA1-009 Drop Leg Platform, A-Tacs AU $ 24.95 MA10 Pistol Pouch $ 12.95 MA10-008 Pistol Pouch, Multicam $ 15.95 MA11 Gas Mask Pouch $ 12.95 MA12 Shotgun Ammo Pouch $ 12.95 MA13 Double 40 Mm Grenade Pouch $ 10.95 MA14 Double Frag Grenade Pouch $ 13.95 MA14-008 Double Frag Grenade Pouch, Multicam $ 21.95 MA15 Single Frag Grenade Pouch $ 7.95 MA15-008 Single Frag Grenade Pouch, Multicam $ 13.95 MA16 Pocket Pouch $ 12.95 MA18 Single M4/M16 Open Top Mag Pouch $ 9.95 MA18-008 Single M4/M16 Open Top Mag Pouch, Multicam $ 11.95 MA19 Double M4/M16 Open Top Mag Pouch $ 15.95 MA19-008 Double M4/M16 Open Top Mag Pouch, Multicam $ 21.95 MA2 Ammo Pouch $ 16.95 MA2-008 Ammo Pouch, Multicam $ 25.95 MA20 Fold-Out Medical Bag $ 27.95 MA21 EMT Pouch $ 17.95 MA21-008 EMT Pouch, Multicam $ 25.95 MA21-009 EMT Pouch, A-Tacs AU $ 23.95 MA22 3 Fold Mag Recovery Pouch $ 15.95 MA22-008 3 Fold Mag Recovery Pouch, Multicam $ 19.95 MA23 Double Pistol Mag Pouch $ 11.95 MA23-008 Double Pistol Mag Pouch, Multicam $ 14.95 MA24 Double M14 Open Top Mag Pouch $ 14.95 MA24-008 Double M14 Open Top Mag Pouch, Multicam $ 23.95 MA25 Utility Leg Rig $ 32.95 MA26 Gadget Pouch $ 14.95 MA26-008 Gadget Pouch, Multicam $ 21.95 MA27 Triple M4/M16 Open-Top Mag Pouch $ 18.95 MA27-008 Triple M4/M16 Open-Top Mag Pouch, Multicam $ 31.95 Page 6 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP MA30 Admin Pouch $ 11.95 MA31 Single P90 & UMP 45 Mag Pouch $ 14.95 MA31-008 Single P90 & UMP 45 Mag Pouch, Multicam $ 15.95 MA32 Single Pistol Mag Pouch $ 9.95 MA32-008 Single Pistol Mag Pouch, Multicam $ 11.95 MA33 Triple AR/AK Mag Pouch $ 21.95 MA33-008 Triple AR/AK Mag Pouch, Multicam $ 29.95 MA35 Map Pouch $ 21.95 MA35-008 Map Pouch, Multicam $ 29.95 MA35-009 Map Pouch, A-Tacs AU $ 27.95 MA36 Roll-Up Utility Pouch $ 14.95 MA36-008 Roll-Up Utility Pouch, Multicam $ 20.95 MA37 Triple MP5 Mag Pouch $ 17.95 MA37-008 Triple MP5 Mag Pouch, Multicam $ 20.95 MA38 Drop Leg Dump Pouch $ 21.95 MA38-008 Drop Leg Dump Pouch, Multicam $ 33.95 MA38-009 Drop Leg Dump Pouch, A-Tacs AU $ 33.95 MA39 ID Panel $ 7.95 MA4 Double M4 Mag Pouch $ 14.95 MA4-008 Double M4 Mag Pouch, Multicam $ 23.95 MA4-009 Double M4 Mag Pouch, A-Tacs AU $ 23.95 MA40 H2O Pouch $ 19.95 MA40-008 H2O Pouch, Multicam $ 25.95 MA41 Rip Away EMT Pouch $ 26.95 MA41-008 Rip Away EMT Pouch, Multicam $ 33.95 MA42 Single Stacker M4 Mag Pouch $ 11.95 MA42-008 Single Stacker M4 Mag Pouch, Multicam $ 15.95 MA43 Double Stacker M4 Mag Pouch $ 17.95 MA43-008 Double Stacker M4 Mag Pouch, Multicam $ 25.95 MA43-009 Double Stacker M4 Mag Pouch, A-Tacs AU $ 25.95 MA44 Triple Stacker M4 Mag Pouch $ 21.95 MA44-008 Triple Stacker M4 Mag Pouch, Multicam $ 32.95 MA45 i Pouch $ 11.95 MA45-008 i Pouch, Multicam $ 14.95 MA47 Handcuff Pouch $ 9.95 MA48 Flashlight Pouch $ 8.95 MA48-008 Flashlight Pouch, Multicam $ 9.95 MA49 EMT Glove Pouch $ 8.95 MA5 Single M4 Mag Pouch $ 10.95 MA5-008 Single M4 Mag Pouch, Multicam $ 14.95 MA50 Single Kangaroo Mag Pouch $ 10.95 Page 7 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP MA50-008 Single Kangaroo Mag Pouch, Multicam $ 15.95 MA51 Double Kangaroo Mag Pouch $ 16.95 MA51-008 Double Kangaroo Mag Pouch, Multicam $ 25.95 MA52 Triple Pistol Mag Pouch $ 15.95 MA52-008 Triple Pistol Mag Pouch, Multicam $ 22.95 MA53 Large Utility Pouch $ 13.95 MA54 T & T Pouch $ 26.95 MA54-008 T & T Pouch, Multicam $ 36.95 MA55 Triple Kangaroo Mag Pouch $ 23.95 MA55-008 Triple Kangaroo Mag Pouch, Multicam $ 33.95 MA55-009 Triple Kangaroo Mag Pouch, A-Tacs AU $ 33.95 MA56 HHR Pouch $ 10.95 MA56-008 HHR Pouch, Multicam $ 13.95 MA57 GPS Pouch $ 10.95 MA58 Triple M4 Mag Pouch $ 19.95 MA58-008 Triple M4 Mag Pouch, Multicam $ 33.95 MA58-009 Triple M4 Mag Pouch, A-Tacs AU $ 33.95 MA58-015 Triple M4 Mag Pouch, A-Tacs FG $ 33.95 MA59 M4 Buttstock Mag Pouch $ 10.95 MA59-008 M4 Buttstock Mag Pouch, Multicam $ 15.95 MA6 Double AR/AK Mag Pouch $ 17.95 MA6-008 Double AR/AK Mag Pouch, Multicam $ 23.95 MA61 Shotgun Reload $ 15.95 MA61-008 Shotgun Reload, Multicam $ 23.95 MA61-009 Shotgun Reload, A-Tacs AU $ 23.95 MA62 Single M14 Mag Pouch $ 11.95 MA64 Sidekick Pouch $ 19.95 MA64-008 Sidekick Pouch, Multicam $ 25.95 MA65 Drop Leg M4 Mag Pouch $ 28.95 MA65-008 Drop Leg M4 Mag Pouch, Multicam $ 33.95 MA66 Digi Pouch $ 15.95 MA66-008 Digi Pouch, Multicam $ 20.95 MA67 G.P. Pouch $ 16.95 MA67-008 G.P. Pouch, Multicam $ 21.95 MA68 HT Holster $ 21.95 MA68-008 HT Holster, Multicam $ 25.95 MA69 VT Holster $ 21.95 MA69-008 VT Holster, Multicam $ 25.95 MA70 10" Tablet Sleeve $ 19.95 MA70-008 10" Tablet Sleeve, Multicam $ 27.95 MA71 Double AK Kangaroo Pouch $ 22.95 Page 8 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP MA71-008 Double AK Kangaroo Pouch, Multicam $ 27.95 MA72 Triple AK Kangaroo Pouch $ 32.95 MA72-008 Triple AK Kangaroo Pouch, Multicam $ 37.95 MA73 Tech Sheath $ 12.95 MA74 Lens Pouch $ 21.95 MA75 Side Plate Pouch $ 15.95 MA75-008 Side Plate Pouch, Multicam $ 27.95 MA76 Tactile Mag Pouch $ 11.95 MA77 4 X 4 UTILITY POUCH $ 14.95 MA78 OC Pouch $ 8.95 MA8 Utility Pouch $ 15.95 MA8-008 Utility Pouch, Multicam $ 19.95 MA80 Shock Stop $ 10.95 MA9 Radio Pouch $ 13.95 MA9-008 Radio Pouch, Multicam $ 17.95 MCR1 Modular Chest Rig $ 39.95 MCR3 Modular Chest Panel $ 24.95 MCR4 OPS Chest Rig $ 29.95 MCR4-008 OPS Chest Rig, Multicam $ 39.95 MCR4-009 Ops Chest Rig, A-Tacs AU $ 46.95 MCR5 Recon Chest Rig $ 41.95 MCR5-008 Recon Chest Rig, Multicam $ 61.95 MCR5-016 Recon Chest Rig, Highlander $ 71.95 MCR6 Rapid Assault Chest Rig $ 38.95 MCR6-008 Rapid Assault Chest Rig, Multicam $ 55.95 MCR7 Ronin Chest Rig $ 38.95 MCR7-008 Ronin Chest Rig, Multicam $ 55.95 MHV Mesh Hydration Vest $ 48.95 MOPC Modular Operator Plate Carrier $ 77.95 MOPC-008 Modular Operator Plate Carrier, Multicam $ 111.95 MPC Modular Plate Carrier $ 90.95 MV Modular Vest $ 52.95 PB Pistol Belt $ 12.95 QPC Quick Release Plate Carrier $ 112.95 QPC-008 Quick Release Plate Carrier, Multicam $ 191.95 RB Rigger's Belt $ 32.95 T3PS Tactical 3 Point Sling $ 16.95 TB Tactical Belt $ 16.95 TB-008 Tactical Belt, Multicam $ 24.95 TC Tactical Cap $ 10.95 TC-008 Tactical Cap, MultiCam $ 12.95 Page 9 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP TC-009 Tactical Cap, A-Tacs AU $ 16.95 TC-015 Tactical Cap, A-Tacs FG $ 16.95 TC-016 Tactical Cap, Highlander $ 16.95 TC-017 Tactical Cap, Mandrake $ 16.95 TC-020 Tactical Cap, Multicam Tropic $ 16.95 TC-021 Tactical Cap, Multicam Black $ 16.95 TC-022 Tactical Cap, Multicam Arid $ 16.95 TC-023 Tactical Cap, Typhon $ 16.95 TC-024 Tactical Cap, Nomad $ 16.95 TCM Mesh Tactical Cap $ 10.95 TCM-008 Mesh Tactical Cap, MultiCam $ 12.95 TCM-009 Mesh Tactical Cap, A-Tacs AU $ 12.95 TCM-015 Mesh Tactical Cap, A-Tacs FG $ 12.95 TCM-016 Mesh Tactical Cap, Higlander $ 12.95 TCM-017 Mesh Tactical Cap, Mandrake $ 12.95 TCM-020 Mesh Tactical Cap, Multicam Tropic $ 12.95 TCM-021 Mesh Tactical Cap, Multicam Black $ 12.95 TCM-022 Mesh Tactical Cap, Multicam Arid $ 12.95 TCM-023 Mesh Tactical Cap, Typhon $ 12.95 TCM-024 Mesh Tactical Cap, Nomad $ 12.95 TCT Tactical Team Cap $ 10.95 TCT-008 Tactical Team Cap, MultiCam $ 12.95 TCT-009 Tactical Team Cap, A-Tacs AU $ 16.95 TCTM Mesh Tactical Team Cap $ 10.95 TCTM-008 Mesh Tactical Team Cap, MultiCam $ 12.95 TLH Tactical Leg Holster $ 21.95 TLH-008 Tactical Leg Holster, Multicam $ 25.95 TTLH Tornado Tactical Leg Holster $ 25.95 TTLH-008 Tornado Tactical Leg Holster, Multicam $ 31.95 UH1 Universal Holster $ 5.95 ULH Universal Leg Holster $ 21.95 US1001 Cobra One Point Bungee Sling $ 33.95 US1001-008 Cobra One Point Bungee Sling, Multicam $ 41.95 US1001-009 Cobra One Point Bungee Sling, A-Tacs AU $ 41.95 US1002 CBT 2 Point Bungee Sling $ 37.95 US1002-008 CBT 2 Point Bungee Sling, Multicam $ 45.95 US1002-009 CBT 2 Point Bungee Sling, A-Tacs AU $ 45.95 US1003 Speedy 2 Point Sling $ 27.95 US1004-002 Pistol Lanyard, Black Only $ 20.95 US1005 ITW Mash Hook Upgrade Kit, Olive Drab $ 11.95 US1006 Rig Upgrade Kit $ 11.95 Page 10 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP US1008 Quick 1 Point Sling $ 26.95 US1009 Stryke Single Bungee Conversion Sling $ 39.95 US1009-008 Stryke Single Bungee Conversion Sling, Multicam $ 45.95 US1009-009 Stryke Single Bungee Conversion Sling, A-Tacs AU $ 45.95 US1011 Snap Shackle Upgrade Kit N/A US1012-002 Padded CBT Conversion Sling, Black Only $ 45.95 US1013-008 Tube Cover ( 4 pcs / pack ), Multicam N/A US1014-008 Shotgun Shell Bandoleer, Multicam $ 53.95 US1016 Universal Pistol Belt $ 41.95 US1016-008 Universal Pistol Belt, Multicam $ 47.95 US1017-008 Battery Case ( 4 sets / pack ), Tan / Brown N/A US1018-002 Padded Cobra Single Point Sling, Black Only $ 43.95 US1019 Cobra Gun Belt (S-M-L) $ 78.55 US1019 Cobra Gun Belt (XL-2XL-3XL) $ 82.55 US1019-008 Cobra Gun Belt (S-M-L), Multicam $ 84.55 US1019-008 Cobra Gun Belt (XL-2XL-3XL), Multicam $ 88.55 US1020 Cyclone Plate Carrier $ 169.95 US1020-008 Cyclone Plate Carrier, Multicam $ 195.95 US1020-021 Cyclone Plate Carrier, Multicam Black $ 195.95 US1021 Viper Single Point Bungee Sling $ 27.95 US1022 Adder Dual Bungee One Point Sling $ 31.95 US1023-002 TSRS Shotshell Platform, Black Only $ 23.95 US1024-002 TSRS Buttstock Shell Platform, Black Only $ 23.95 US1025-002 TSRS Shotshell Strip, Black Only $ 15.95 US1026-008 Rain Cover 40L, Multicam $ 59.95 US1027-008 Rain Cover 20L, Multicam $ 47.95 US1046-008 Drawstring Bag, Multicam $ 27.95 US1051 Barrage Chest Rig $ 117.95 US1051-008 Barrage Chest Rig, Multicam $ 130.95 US1056 GT Cobra Belt $ 49.95 US1070 HK Hook Upgrade Kit $ 9.95 US1078 Cobra Tactical Belt $ 71.95 USH Universal Shoulder Holster $ 21.95 VA1 Single Flashlight / Tool Pouch $ 6.55 VA2 Double Flashlight / Tool Pouch $ 10.95 VA4 Elastic Keeper ( 2 Pcs / Pack ) N/A VA5 M4 Mag Pouch $ 7.95 VA6 M4 Mag Insert $ 12.95 VA7 Pack Insert $ 47.95 VA8 Mesh Pouch ( 2 Pcs / Pack ) $ 19.95 VA9 Vinyl Pouch ( 2 Pcs / Pack ) $ 19.95 Page 11 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP WC Watch Cap $ 8.95 XPC EXO Plate Carrier $ 87.95 XPC-008 EXO Plate Carrier, Multicam, S - M $ 151.95 XPCL EXO Plate Carrier $ 87.95 XPCL-008 EXO Plate Carrier, Multicam, L - XL $ 151.95

Page 12 of 13 2016 Price List 01/07/2016 Condor Outdoor Products, Inc. 5268 Rivergrade Road, Irwindale CA91706 Tel: 626-358-3270 Fax: 626-303-3383 www.condoroutdoor.com 2016 Price List NEW Item No. Description MSRP

Page 13 of 13 2016 Price List 01/07/2016

SUGGESTED RETAIL PRICE LIST Effective January 1, 2016. Use with Current Catalog. Note: Belt sizes 46" to 52" (XL), add 15%. Belt sizes 54" to 60" (XXL), add 25%. Belt sizes over 60", double the price.

Model Plain Basket Hi- Model Plain Basket Hi- Number Description Finish Weave Gloss Number Description Finish Weave Gloss GOLD LINE LEATHER CONCEALMENT HOLSTERS, BELTS, & ACCESSORIES 190 REINFORCED DRESS BELT 1-1/4" $66.69 820 HANDCUFF CASE with Paddle $37.47 B190 REINFORCED DRESS BELT 1-1/4" 66.69 B820 HANDCUFF CASE with Paddle 37.47 191 REINFORCED DRESS BELT 1-1/2" 72.24 821 HANDCUFF/MAG CASE with Paddle 59.71 B191 REINFORCED DRESS BELT 1-1/2" 72.24 B821 HANDCUFF/MAG CASE with Paddle 59.71 800 OPEN TOP HOLSTER 74.42 830 SINGLE MAG CASE with Paddle 36.45 B800 OPEN TOP HOLSTER 74.42 B830 SINGLE MAG CASE with Paddle 36.45 801 YAQUI SLIDE HOLSTER 52.95 831 DOUBLE MAG CASE with Paddle 49.11 B801 YAQUI SLIDE HOLSTER 52.95 B831 DOUBLE MAG CASE with Paddle 49.11 B802 2-SLOT HOLSTER 75.84 840 HANDCUFF CASE with Belt Loop 34.72 803 3-SLOT HOLSTER 76.32 B840 HANDCUFF CASE with Belt Loop 34.72 B803 3-SLOT HOLSTER 76.32 841 HANDCUFF/MAG CASE with Belt Loop 54.16 804 SHOULDER HOLSTER 186.13 B841 HANDCUFF/MAG CASE with Belt Loop 54.16 B804 SHOULDER HOLSTER 186.13 850 SINGLE MAG CASE with Paddle 32.67 806 SMALL OF BACK HOLSTER 87.33 B850 SINGLE MAG CASE with Paddle 32.67 807 PADDLE HOLSTER 104.13 851 DOUBLE MAG CASE with Belt Loop 45.84 B807 PADDLE HOLSTER 104.13 B851 DOUBLE MAG CASE with Belt Loop 45.84 B809 BELT SLIDE HOLSTER 74.42 860 FLASHLIGHT/MAG CASE COMBO 51.01 INSIDE PANTS HOLSTER 810 70.14 B860 FLASHLIGHT/MAG CASE COMBO 51.01 with Swivel Straps B812 INSIDE/OUTSIDE PANTS HOLSTER 90.17 B864 TIE-DOWN for Shoulder Holster 12.47 INSIDE PANTS HOLSTER HANDCUFF CASE with Paddle B813 90.17 870 37.46 with Swivel Straps & Thumb Break for ASP Tactical Chain Cuffs HANDCUFF CASE with Paddle B816 ANKLE HOLSTER 100.06 B870 37.46 for ASP Tactical Chain Cuffs HANDCUFF/MAG CASE with Paddle 871 59.71 for ASP Tactical Chain Cuffs HANDCUFF/MAG CASE with Paddle B871 59.71 for ASP Tactical Chain Cuffs ADDITIONAL CONCEALMENT HOLSTERS & ACCESSORIES NEOPRENE ANKLE CARRIER B316 $39.60 890 INSIDE TROUSER HOLSTER $38.58 for Handcuff & Magazine B416 BOOTLOCK HOLSTER, nylon 58.89 B890 INSIDE TROUSER HOLSTER 38.58 B516 NEOPRENE ANKLE HOLSTER 53.53 891 BELT SLIDE HOLSTER 32.91 701 POCKET HOLSTER 19.09 B891 BELT SLIDE HOLSTER 32.91 AMBIDEXTROUS 702 WALLET HOLSTER 18.91 892 29.70 CONCEALMENT HOLSTER AMBIDEXTROUS B716 BOOTLOCK ANKLE HOLSTER 128.83 B892 27.58 CONCEALMENT HOLSTER T727 BODY GUARD, brown 55.11 893 LOW PROFILE BELT SLIDE HOLSTER 23.34 B733 3-SLOT PANCAKE HOLSTER 67.10 B893 LOW PROFILE BELT SLIDE HOLSTER 21.22 INSIDE TROUSER HOLSTER LOW PROFILE BELT SLIDE HOLSTER 808 66.81 895 33.95 with Swivel Straps with Removable Gut Guard LOW PROFILE BELT SLIDE HOLSTER B865 LEG GARTER for Ankle Holster 18.75 B895 31.82 with Removable Gut Guard AMBIDEXTROUS B873 TACTICAL LIGHT HOLSTER 81.90 896 40.31 CONCEALMENT HOLSTER SPORTING HOLSTER AMBIDEXTROUS 874 87.49 B896 38.19 for Taurus® Judge™ CONCEALMENT HOLSTER CARTRIDGE HOLDER for Judge or 875 26.69 897 TENSION BELT SLIDE HOLSTER 46.68 Smith & Wesson® Governor™ 880 SINGLE MAG POUCH with Belt Loop 24.46 B897 TENSION BELT SLIDE HOLSTER 46.68 B880 SINGLE MAG POUCH with Belt Loop 24.46 B898 BODY ARMOR BACKUP HOLSTER 48.96 881 DOUBLE MAG POUCH with Belt Loop 33.38 B881 DOUBLE MAG POUCH with Belt Loop 33.38 DUTY HOLSTERS IN LEATHER & K-FORCE™ B501 DOUBLE RETENTION HOSLTER $150.09 $152.63 K338 ADJUSTABLE TENSION HOLSTER $141.85 $145.65 $141.85 B720A MID-RIDE DOUBLE RETENTION HOLSTER 181.74 185.55 185.55 K381 DOUBLE RETENTION QUANTUM HOLSTER 159.67 159.67 159.67 K320 DOUBLE RETENTION HOLSTER 156.54 160.74 K391 TRIPLE RETENTION QUANTUM HOLSTER 166.10 166.10 166.10 Model Plain Basket Hi- Model Plain Basket Hi- Number Description Finish Weave Gloss Number Description Finish Weave Gloss LEATHER DUTY BELTS & ACCESSORIES B49FL SAM BROWNE BELT, fully lined $92.65 $95.41 $89.02 B408 SHIELD BADGE HOLDER $17.03 SAM BROWNE BELT, fully lined HANDCUFF CASE B49FL4R 95.41 91.76 B470 46.21 47.69 45.76 4 Row Stitch for ASP Tactical Chain Cuffs B52 PANTS BELT 47.21 48.64 45.33 B493D FLASHLIGHT HOLDER 14.60 15.31 14.24 BUCKLELESS PANTS BELT MAG CASE/CUFF HOLDER B55 54.37 55.78 B533 53.16 53.88 54.37 Loop Lined, Hook/Loop Closure Right- or Left-Hand BUCKLELESS DUTY BELT B56 91.62 94.46 B549 AEROSOL HOLDER MK IV 33.18 34.65 35.77 Hook Lined, Hook/Loop Closure BUCKLELESS PANTS BELT B57 48.64 51.51 K555 2-POCKET GLOVE CASE 25.45 26.25 25.73 Hook and Loop Closure BATON HOLDER B59FL SAM BROWNE BELT, fully lined 91.62 94.46 87.86 B560-21 36.87 37.53 36.51 16-21" Foam Handle Baton SAM BROWNE BELT, fully lined BATON HOLDER B59FL4R 94.46 90.74 B560-26 37.53 38.32 37.17 4 Row Stitch 26" Foam Handle Baton B70 HANDCUFF CASE for Chain Cuffs 43.32 44.11 42.26 B567 BADGE HOLDER with Neck Chain 13.37

B71 HANDCUFF CASE for Hinged Cuffs 44.11 44.75 42.91 B575 ROUND BADGE HOLDER with Snap 17.03

B72 KEY STRAP with Flap 19.14 20.62 18.57 B576 SHIELD BADGE HOLDER with Snap 17.03 KEEPER B76 4.72 5.07 4.31 B580 HANDCUFF CASE 44.11 45.56 45.76 Price Each, Quantity 1-49 KEEPER HANDCUFF CASE B76 4.35 4.77 3.96 B583 45.56 46.99 Price Each, Quantity 50-99 Hidden Snap Closure KEEPER B76 4.00 4.35 3.82 B598 SILENT KEY HOLDER 30.32 31.74 28.59 Price Each, Quantity 100+ B80 HANDCUFF CASE/GLOVE POUCH 61.53 66.83 52.53 B614 CELL PHONE KEEPER 18.75 FLASHLIGHT HOLDER B83 HANDCUFF STRAP 15.56 17.03 15.41 B615 13.22 13.91 12.77 Double Ring Style B85 OPEN HANDCUFF CASE 38.98 40.45 40.06 K616 EPAULET MICROPHONE HOLDER 9.97 DOUBLE MAG CASE B99 SHOULDER STRAP 60.67 63.58 62.97 B627 50.28 51.46 49.80 Sizes 2, 3, 4, 7 SINGLE MAG CASE B99D SLIDING DEE 15.83 16.64 17.13 B628 35.42 36.87 34.74 Sizes 2, 3, 4, 7 DOUBLE MAG CASE B115 RANGER DUTY BELT 95.86 98.77 B629 52.63 53.81 52.13 Hidden Snap Closure, Sizes 2, 3, 4, 7

B122 KEY STRAP 13.37 14.09 12.84 B651-1 UNIVERSAL RADIO CASE 41.89 44.75 40.06 UNIVERSAL RADIO CASE 123SB E-Z SLIDE DUTY BELT BUCKLE 13.70 B652-1 72.23 75.15 70.14 with Swivel Belt Loop BELT LOOP 125G PANTS BELT BUCKLE 7.12 K653 13.84 for Radios & Swivel Radio Cases 125SB DUTY BELT BUCKLE 9.45 B654 RADIO CASE 37.03 38.29 36.67 CUFF KEY KEEPER HANDCUFF CASE B127 11.51 11.93 11.05 B670 46.21 47.69 45.76 Price Each, Quantity 1-49 for Model 1 Cuffs CUFF KEY KEEPER B127 11.16 11.51 10.67 B672-2 FLASHLIGHT CASE 39.44 40.15 38.61 Price Each, Quantity 50-99 QUAD SNAP KEEPER B129 10.84 11.44 11.82 B672-3 FLASHLIGHT CASE 43.44 46.02 41.68 Price Each, Quantity 1-49 QUAD SNAP KEEPER B129 10.52 11.06 11.47 B672-4 FLASHLIGHT CASE 40.15 40.85 39.38 Price Each, Quantity 50-99 HANDCUFF CASE for Chain Cuffs B140 46.99 48.44 47.97 B672-7 FLASHLIGHT CASE 41.41 42.12 39.06 Hidden Snap Closure HANDCUFF CASE for Hinged Cuffs B141 47.69 49.09 48.62 B672-8 FLASHLIGHT CASE 39.44 40.15 38.61 Hidden Snap Closure KEEPER, Hook and Loop B142 9.42 9.79 8.97 B673-7 FLASHLIGHT CASE 36.89 37.41 36.53 Price Each, Quantity 1-49 KEEPER, Hook and Loop B142 9.06 9.42 8.60 B676 FLASHLIGHT HOLDER 30.94 30.22 Price Each, Quantity 50-99 KEEPER, Hook and Loop AEROSOL CASE B142 8.83 9.18 8.38 B681-2 40.45 41.89 39.77 Price Each, Quantity 100+ Punch II-M3 B162 SPEEDLOADER CASE 50.27 51.74 48.62 B681-3 AEROSOL CASE MK III 40.45 41.89 39.77 189 RESTRAINING BELT 91.68 B681-4 AEROSOL CASE MK IV 41.24 42.67 40.46 AEROSOL CASE B192 SALLY BROWNE DUTY BELT 98.95 101.29 B682-3 42.67 44.11 42.26 Hidden Snap Closure, MK III AEROSOL CASE B407 ROUND BADGE HOLDER 17.03 B682-4 43.32 44.75 42.91 Hidden Snap Closure, MK IV Model Plain Basket Hi- Model Plain Basket Hi- Number Description Finish Weave Gloss Number Description Finish Weave Gloss K-FORCE ™ DUTY BELTS & ACCESSORIES K52 PANTS BELT $44.44 $45.84 $45.33 K598 SILENT KEY HOLDER $27.75 $29.16 $28.59 BUCKLELESS PANTS BELT K55 51.41 52.79 K616 EPAULET MICROPHONE HOLDER 9.77 Loop Lined, Hook/Loop Closure OPEN TOP MAG POUCH K59FL SAM BROWNE BELT, fully lined 86.13 88.96 87.86 K617 45.62 46.96 with Tension Screw, Sizes 2, 3, 4 HANDCUFF CASE K70 41.01 41.67 42.26 K618 SMART PHONE HOLDER 48.41 56.65 49.38 for Chain Cuffs HANDCUFF CASE for Chain Cuffs K70HS 42.33 42.99 43.18 K626-3 DOUBLE MAG CASE 50.84 52.25 51.86 Hidden Snap Closure HANDCUFF CASE SINGLE MAG CASE K71 41.67 42.30 42.91 K628 33.72 35.46 34.73 for Hinged Cuffs Sizes 3, 4, 7 HANDCUFF CASE for Hinged Cuffs SINGLE MAG CASE K71HS 42.99 43.77 43.85 K628HS 35.08 36.82 35.79 Hidden Snap Closure Hidden Snap Closure, Sizes 3, 4, 7 K72 KEY STRAP with Flap 18.04 18.77 18.57 K630-3 TRIPLE MAG CASE 60.58 61.11 63.31 KEEPER DOUBLE MAG CASE K76 4.19 4.53 4.31 K647 48.60 50.01 Price Each, Quantity 1-49 with Tension Screw, Sizes 2, 3, 4 DOUBLE MAG CASE KEEPER K76 3.85 4.19 3.96 K647HS with Tension Screw 49.97 51.37 Price Each, Quantity 50-99 Hidden Snap Closure, Sizes 2, 3, 4 KEEPER K76 3.72 4.03 3.82 K651-1 UNIVERSAL RADIO CASE 38.88 41.67 40.06 Price Each, Quantity 100+ KEEPER, Hidden Snap Closure UNIVERSAL RADIO CASE K76HS 4.84 5.22 4.93 K652-1 68.10 70.85 70.14 Price Each, Quantity 1-49 with Swivel Belt Loop KEEPER, Hidden Snap Closure BELT LOOP K76HS 4.51 4.84 4.60 K653 13.57 Price Each, Quantity 50-99 for Radios & Swivel Radio Cases KEEPER, Hidden Snap Closure K76HS 4.38 4.71 4.47 K672-2 FLASHLIGHT CASE 37.48 38.23 38.61 Price Each, Quantity 100+ FLASHLIGHT CASE K80 HANDCUFF CASE/GLOVE POUCH 51.50 56.65 52.53 K672-2HS 38.92 39.58 39.70 Hidden Snap Closure K86 OPEN HANDCUFF CASE 39.79 40.45 40.59 K672-3 FLASHLIGHT CASE 40.20 41.26 41.68 K122 KEY STRAP 12.49 13.20 12.84 K672-4 FLASHLIGHT CASE 38.23 38.88 39.38 KEEPER, Hook and Loop FLASHLIGHT CASE K142 8.70 9.04 8.97 K672-4HS 39.58 40.22 40.37 Price Each, Quantity 1-49 Hidden Snap Closure KEEPER, Hook and Loop K142 8.34 8.70 8.60 K672-5 FLASHLIGHT CASE 37.50 38.25 38.25 Price Each, Quantity 50-99 KEEPER, Hook and Loop K142 8.12 8.49 8.38 K673-5 FLASHLIGHT CASE 34.57 35.11 35.27 Price Each, Quantity 100+ K493D FLASHLIGHT HOLDER 13.86 14.63 14.24 K676 FLASHLIGHT HOLDER 30.05 30.79 30.22 K555 2-POCKET GLOVE CASE 24.95 25.74 25.73 K681-3 AEROSOL CASE MK III 38.62 39.62 39.77 BATON HOLDER AEROSOL CASE MK III K560-21 37.48 38.88 36.51 K681-3HS 39.95 40.96 42.26 16-21" Foam Handle Baton Hidden Snap Closure BATON HOLDER K560-26 38.88 40.27 37.17 K681-4 AEROSOL CASE MK IV 39.30 40.27 40.46 26" Foam Handle Baton DOUBLE HANDCUFF CASE AEROSOL CASE MK IV K596 52.78 54.17 53.84 K681-4HS 40.62 41.63 42.91 Fits Two Pairs of Cuffs Hidden Snap Closure DOUBLE HANDCUFF CASE K596HS Fits Two Pairs of Cuffs 54.12 55.55 55.20 Hidden Snap Closure L-FORCE ™ DUTY BELTS & ACCESSORIES SAM BROWNE DUTY BELT, DOUBLE MAG CASE L54 $64.00 $67.00 L627 $42.00 $44.00 Loop Lined with Buckle Sizes 2, 3, 4, 7 DOUBLE MAG CASE HANDCUFF CASE L70 32.00 33.00 L627HS Hidden Snap Closure 43.25 45.25 for Chain Cuffs Sizes 2, 3, 4, 7 HANDCUFF CASE for Chain Cuffs SINGLE MAG CASE L70HS 33.25 34.25 L628 26.00 27.00 Hidden Snap Closure Sizes 2, 3, 4, 7 SINGLE MAG CASE HANDCUFF CASE L71 32.00 33.00 L628HS Hidden Snap Closure 27.25 28.25 for Hinged Cuffs Sizes 2, 3, 4, 7 HANDCUFF CASE for Hinged Cuffs L71HS 33.25 34.25 L672-3 FLASHLIGHT CASE 31.00 32.00 Hidden Snap Closure KEEPER FLASHLIGHT CASE L76 3.50 3.50 L672-3HS 32.25 33.25 Price Each, Quantity 1-49 Hidden Snap Closure KEEPER L76 3.25 3.25 L681-3 AEROSOL CASE MK III 29.00 30.00 Price Each, Quantity 50-99 KEEPER AEROSOL CASE MK III L76 3.00 3.00 L681-3HS 30.25 31.25 Price Each, Quantity 100+ Hidden Snap Closure BATON HOLDER L560-21 27.00 28.00 L681-4 AEROSOL CASE MK IV 29.00 30.00 16-21" Foam Handle Baton BATON HOLDER AEROSOL CASE MK IV L560-26 27.00 28.00 L681-4HS 30.25 31.25 26" Foam Handle Baton Hidden Snap Closure DOUBLE HANDCUFF CASE L596 36.00 38.00 L2056 BATON/FLASHLIGHT HOLDER 9.50 9.50 Fits Two Pairs of Cuffs DOUBLE HANDCUFF CASE L596HS Fits Two Pairs of Cuffs 37.25 39.25 L2070 PR24 BATON/FLASHLIGHT HOLDER 11.00 11.00 Hidden Snap Closure OPEN TOP MAG POUCH L617 32.00 33.00 with Tension Screw, Sizes 3, 4 Model Plain Model Plain Number Description Finish Number Description Finish PHOENIX DUTY HOLSTERS, BELTS, & ACCESSORIES SAM BROWNE DUTY BELT, Loop Lined X50 $58.00 X654 RADIO CASE $25.00 with Buckle and Duraweb SAM BROWNE DUTY BELT, Loop Lined HANDCUFF CASE X54 53.00 X670 24.00 with Buckle and Edge Trim for Model 1 Cuffs BUCKLELESS PANTS BELT, Hook Lined X55 27.00 X672-1 "AA" FLASHLIGHT CASE 19.00 Hook and Loop Closure HANDCUFF CASE X70 24.00 X672-2 FLASHLIGHT CASE 25.00 for Chain Cuffs HANDCUFF CASE X71 24.50 X672-3 FLASHLIGHT CASE 26.00 for Hinged Cuffs X80 HANDCUFF CASE/GLOVE POUCH 34.00 X672-4 FLASHLIGHT CASE 25.00 FLASHLIGHT CASE X122 KEY STRAP 8.00 X672-4HS 26.00 Hidden Snap HANDCUFF CASE X140 24.50 X672-5 FLASHLIGHT CASE 25.00 Hidden Snap X162 DOUBLE SPEEDLOADER CASE 33.00 X672-6 FLASHLIGHT CASE 25.00 X188 NYLON HOBBLE STRAP 17.50 X672-7 FLASHLIGHT CASE 25.00 X189 NYLON RESTRAINING BELT 40.00 X672-8 FLASHLIGHT CASE 25.00 T338 ADJUSTABLE TENSION HOLSTER 90.00 X673-5 FLASHLIGHT CASE 22.00 T381 DOUBLE RETENTION QUANTUM HOLSTER 90.00 X673-7 FLASHLIGHT CASE 23.00 T391 TRIPLE RETENTION QUANTUM HOLSTER 100.00 X676 FLASHLIGHT HOLDER 21.00 HANDCUFF CASE for ASP Tactical Chain Cuffs X470 24.50 X681-3 AEROSOL CASE MK III 22.00 and Hiatt Standard Hinged Cuffs X555 2-POCKET GLOVE CASE 21.50 X681-4 AEROSOL CASE MK IV 22.00 BATON HOLDER AEROSOL CASE MK III X560-21 19.00 X682-3 21.00 16-21" Foam Handle Baton Hidden Snap BATON HOLDER AEROSOL CASE MK IV X560-26 19.00 X682-4 21.00 26" Foam Handle Baton Hidden Snap BUCKLELESS PANTS BELT X586 MOLDED GLOVE POUCH 22.00 B2001 24.00 Hook and Loop Closure X588 PAGER/GLOVE CASE 19.50 B2002 INSTRUCTOR'S BELT 34.00 DOUBLE HANDCUFF CASE X596 32.00 B2010 GRAB RESISTANT BUCKLE 5.00 Fits Two Pairs of Cuffs X598 SILENT KEY HOLDER 22.00 B2055C FLASHLIGHT HOLDER 10.00 X615 FLASHLIGHT HOLDER, Double Ring Style 12.25 B2055D FLASHLIGHT HOLDER 10.00 K616 EPAULET MICROPHONE HOLDER 9.75 B2056 BATON/FLASHLIGHT HOLDER 10.00 OPEN TOP MAG POUCH with Tension Screw X617 30.00 B2070 PR24 BATON/FLASHLIGHT HOLDER 10.50 Sizes 2, 3, 4 KEEPER, Hook and Loop X618 SMART PHONE HOLDER 36.00 B2071 3.75 Price Each, Quantity 1-49 DOUBLE MAG CASE KEEPER, Hook and Loop X627 34.00 B2071 3.50 Sizes 2, 3, 4, 7 Price Each, Quantity 50-99 SINGLE MAG CASE KEEPER, Hook and Loop X628 23.00 B2071 3.25 Sizes 2, 3, 4, 7 Price Each, Quantity 100+ DOUBLE MAG CASE, Hidden Snap HIDDEN CUFF KEY KEEPER X629 35.00 B2096 8.50 Sizes 2, 3, 4, 45, 7, 9 Price Each, Quantity 1-49 DOUBLE MAG CASE with Tension Screw HIDDEN CUFF KEY KEEPER X647 34.00 B2096 8.25 Sizes 2, 3, 4 Price Each, Quantity 50-99 DOUBLE SNAP KEEPER X651-1 UNIVERSAL RADIO CASE 34.00 B2099 3.25 Price Each, Quantity 1-49 DOUBLE SNAP KEEPER X652-1 UNIVERSAL RADIO CASE with Swivel 39.00 B2099 3.00 Price Each, Quantity 50-99 DOUBLE SNAP KEEPER K653 BELT LOOP for Radios and Swivel Radio Cases 13.50 B2099 2.75 Price Each, Quantity 100+

Copyright Gould & Goodrich, Inc. 2016. All rights reserved. International copyright secured. Prices, policies, designs, and terms are subject to change without notice. Gould & Goodrich, 709 East McNeill Street, Lillington, NC 27546 USA TEL 910.893.2071 or 800.277.0732 FAX 910.893.4742 E-MAIL [email protected] WEB www.GouldUSA.com

181 Doty Circle, West Springfield, MA 01089 USA - Phone: 800-732-3705 - Fax: 413-734-5467 - www.peerless.net - [email protected] PRICE LIST - Effective 1/1/2016 Standard Product

Order Model Description Number MSRP UPC Number 700C Chain Link Handcuff - Nickel Finish 4710 $36.20 817086010485 701C Chain Link Handcuff - Black Oxide Finish 4711 $36.20 817086010492 700C-6X Chain Link Handcuff - 6 Inchs between Cuffs - Nickel Finish 4713 $39.90 817086010478 702C Oversize Chain Link Handcuff - Nickel Finish 4720 $61.40 817086010515 702C-6X Oversize Chain Link Handcuff - 6 Inchs between Cuffs - Nickel Finish 4722 $63.90 817086010508 730CS Chain Link Handcuff - Superlite - Gray Finish 4708 $59.60 817086010867 730CB Chain Link Handcuff - Superlite - Black Finish 4709 $59.60 817086010874 801C Hinged Handcuff - Nickel Finish 4801 $50.80 817086010539 802C Hinged Handcuff - Black Oxide Finish 4802 $50.80 817086010546 703C Leg Iron - Nickel Finish 4740 $59.90 817086010522 705C Oversize Leg Iron - Nickel Finish 4750 $150.80 817086010553 Waist Chains, Transport Chains and Security Chains 7002C Waist Chain - Separated Cuffs - 54 Inch Chain - Nickel Finish 4760 $89.60 817086010560 7002C-XL Waist Chain - Seperated Cuffs - 72 Inch Chain - Nickel Finish 4764 $92.10 817086010577 7002C-OS Waist Chain - Seperated Oversize Cuffs - 54 Inch Chain - Nickel Finish 4765 $105.00 817086010584 700CTC32 Transport Chain - M700 Handcuff connected to M703 Leg Iron 4785 $123.95 817086010591 7003C Waist Chain - Linked Cuffs - 54 Inch Chain - Nickel Finish 4761 $89.60 817086010607 PSC60 Security Chain - 60 Inch Chain 4781 $26.90 817086010447 PSC78 Security Chain - 78 Inch Chain 4782 $28.90 817086010454 High Security Products 710C High Security - Chain Link Handcuff - Nickel Finish 4725 $225.00 817086011543 702CHS High Security - Oversize Handcuff - Nickel Finish 4719 $237.90 817086011550 703CHS High Security - Leg Iron - Nickel Finish 4714 $237.90 817086011567 7002CHS High Security - Waist Chain - Nickel Finish 4715 $255.90 817086011574 7003CHS High Security - Waist Chain - Nickel Finish 4716 $255.90 817086011581 Color Product 750C Chain Link Handcuff - Red 4712R $39.90 817086010829 750C Chain Link Handcuff - Blue 4712N $39.90 817086010850 750C Chain Link Handcuff - Orange 4712O $39.90 817086010843 750C Chain Link Handcuff - Yellow 4712Y $39.90 817086010812 750C Chain Link Handcuff - Pink 4712P $39.90 817086010836 752C Oversize Chain Link Handcuff - Red 4721R $65.50 817086010621 752C Oversize Chain Link Handcuff - Blue 4721N $65.50 817086010614 752C Oversize Chain Link Handcuff - Orange 4721O $65.50 817086010638 752C Oversize Chain Link Handcuff - Yellow 4721Y $65.50 817086010645 752C Oversize Chain Link Handcuff - Pink 4721P $65.50 817086010652 850C Hinged Handcuff - Red 4703R $55.00 817086010775 850C Hinged Handcuff - Blue 4703N $55.00 817086010805 850C Hinged Handcuff - Orange 4703O $55.00 817086010799 850C Hinged Handcuff - Yellow 4703Y $55.00 817086010768 850C Hinged Handcuff - Pink 4703P $55.00 817086010782 753C Leg Iron - Red 4743R $63.50 817086010676 753C Leg Iron - Blue 4743N $63.50 817086010683 753C Leg Iron - Orange 4743O $63.50 817086010690 753C Leg Iron - Yellow 4743Y $63.50 817086010669 753C Leg Iron - Pink 4743P $63.50 817086010706 755C Oversize Leg Iron - Red 4754R $154.80 817086010720 755C Oversize Leg Iron - Blue 4754N $154.80 817086010751 755C Oversize Leg Iron - Orange 4754O $154.80 817086010744 755C Oversize Leg Iron - Yellow 4754Y $154.80 817086010713 755C Oversize Leg Iron - Pink 4754P $154.80 817086010737 Keys STDKY Standard Handcuff Key 4100 $1.80 817086010461 XL Key Oversize Handcuff Key - Ring Style - Nickel 4115 $9.95 817086010010 XL Key Oversize Handcuff Key - Ring Style - Black 4116 $9.95 817086010027 XL Key Oversize Handcuff Key - Pen Clip Style - Nickel 4117 $9.95 817086010034 XL Key Oversize Handcuff Key - Pen Clip Style - Black 4118 $9.95 817086010041 Custom Chain Work Peerless offers custom chain work built to meet specific requirements. Using component parts from standard models different configurations can be manufactured to meet unique situations. Pricing varies by design and quantity. Call for more information and quote. Notes:

2016 RETAIL PRICE LIST H2O - AEROSOL IRRITANT PROJECTORS

LEVEL I OPTIONS RETAIL RETAIL SABRE DEFENSE (10% OC @ .33% Major Capsaicinoids) SABRE DEFENSE - CROSSFIRE Technology 51H2O10-F 1.8 oz Foam (MK-3)$ 13.50 51CFT10 1.8 oz Stream (MK-3)$ 14.00 51H2O30-F 3.3 oz Foam (MK-4)$ 16.00 51CFT30 3.0 oz Stream (MK-4)$ 16.00 51H2O06 .69 oz Stream (MK-6)$ 12.50

91H2O60 16.0 oz Stream (MK-9)$ 47.50 91H2O60-F 16.0 oz Foam (MK-9)$ 48.50 LEVEL II OPTION RETAIL RETAIL SABRE 5.0 (5% OC @ .67% Major Capsaicinoids) SABRE 5.0 - CROSSFIRE Technology 56H2O1010 1.6 oz Stream (MK-2)$ 13.25 56H2O10-F 1.8 oz Foam (MK-3)$ 13.75 56CFT10 1.8 oz Stream (MK-3)$ 14.25 56H2O20 2.2 oz Stream (MK-3.5)$ 14.50 56H2O20-F 2.5 oz Foam (MK-3.5) $ 15.00 56H2O30-F 3.3 oz Foam (MK-4)$ 16.25 56H2O06 .69 oz Stream (MK-6)$ 12.75 56CFT30 3.0 oz Stream (MK-4)$ 16.50 96H2O60 16.0 oz Stream (MK-9)$ 48.00 96H2O60-F 16.0 oz Foam (MK-9)$ 50.00

LEVEL III OPTIONS RETAIL RETAIL SABRE RED (10% OC @ 1.33% Major Capsaicinoids) SABRE RED - CROSSFIRE Technology (Stream & GEL) 52H2O1010-F 1.6 oz Foam (MK-2)$ 14.00 52CFT1010 1.4 oz Stream (MK-2)$ 14.50 52CFT1010-GEL 1.4 oz Gel (MK-2)$ 14.50 52H2O10-F 1.8 oz Foam (MK-3)$ 14.00 52CFT10 1.8 oz Stream (MK-3)$ 14.50 52H2O20-F 2.5 oz Foam (MK-3.5)$ 15.50 52CFT10-GEL 1.8 oz GEL (MK-3)$ 14.50 52CFT20 2.0 oz Stream (MK-3.5)$ 16.00 52H2O30-F 3.3 oz Foam (MK-4)$ 16.50 52CFT30 3.0 oz Stream (MK-4)$ 17.00 52CFT30-GEL 3.0 oz GEL (MK-4)$ 17.00 52H2O06 .69 oz Stream (MK-6)$ 13.00 52H2O08 .69 oz Stream (MK-7)$ 11.00 SABRE ADVANCED (1% OC & 1% CS Tear Gas) 53H2O10 1.6 oz Stream (MK-2)$ 14.50 92H2O60 16.0 oz Stream (MK-9)$ 48.50 53H2O30 3.3 oz Stream (MK-4)$ 16.50 92H2O60-GEL 16.0 oz GEL (MK-9)$ 48.50 53H2O08 .69 oz Stream (MK-8)$ 12.00 92H2O60-F 16.0 oz Foam (MK-9)$ 51.50 93H2O60 16.0 oz Stream (MK-9)$ 52.00 SABRE INERT TRAINING UNITS RETAIL SABRE - CROSSFIRE - TRAINING RETAIL 50H2O1010-C 1.6 oz Cone (MK-2)$ 11.50 50CFT1010 1.4 oz Stream (MK-2)$ 12.50 50H2O10-C 1.8 oz Cone (MK-3)$ 12.00 50CFT10 1.8 oz Stream (MK-3)$ 12.50 50H2O10-F 1.8 oz Foam (MK-3)$ 12.00 50CFT10-GEL 1.8 oz GEL (MK-3)$ 12.50 50H2O20-C 2.5 oz Cone (MK-3.5)$ 13.00 50CFT20 2.0 oz Stream (MK-3.5)$ 13.00 50H2O30-C 3.3 oz Cone (MK-4)$ 15.00 50CFT30 3.0 oz Stream (MK-4)$ 13.50 50H2O30-F 3.3 oz Foam (MK-4)$ 13.50 50CFT30-GEL 3.0 oz GEL (MK-4)$ 13.50 50H2O06 .69 oz Stream (MK-6)$ 11.00 90H2O60 16.0 oz Stream (MK-9)$ 34.00 INERT TRAINING GRENADES RETAIL 90H2O60-GEL 16.0 oz GEL (MK-9)$ 34.00 20H2O10-G 2.0 oz Grenade (MK-3)$ 11.50 90H2O50-R MK-9 Stream - Refillable$ 196.00 20H2O40-G 5.0 oz Grenade (MK-5)$ 13.50 90H2O60-C 18.5 oz Fog (MK-9)$ 48.00 PHANTOM INERT GRENADES RETAIL 90PTM60 16.0 oz PHANTOM (MK-9)$ 50.50 20PTM10-G 1.8 oz Grenade (MK-3)$ 11.50 90H2O60-F 16.0 oz Foam (MK-9)$ 35.00 20PTM40-G 4.0 oz Grenade (MK-5)$ 13.50 ALL H20, CFT & PTM SERIES MODELS ARE EID COMPATIBLE. 2016 RETAIL PRICE LIST DPS - AEROSOL IRRITANT PROJECTORS

LEVEL I OPTIONS RETAIL SABRE DEFENSE (10% OC @ .33% Major Capsaicinoids) 910060-C 18.5 oz Fog (MK-9)$ 53.25

LEVEL II OPTION RETAIL RETAIL SABRE 5.0 (5% OC @ .67% Major Capsaicinoids) SABRE CS (1% CS Tear Gas) 561010-C 1.8 oz Cone (MK-2)$ 13.75 540010 2.0 oz Stream (MK-3)$ 13.25 560010-C 2.0 oz Cone (MK-3)$ 13.75 540030 4.4 oz Stream (MK-4)$ 16.50 560020-C 2.5 oz Cone (MK-3,5) $ 15.00 940060 18.5 oz Stream (MK-9)$ 49.00 560030-C 4.4 oz Cone (MK-4)$ 17.00 940060-C 18.5 oz Fog (MK-9)$ 59.00 960060-C 18.5 oz Fog (MK-9)$ 58.25

LEVEL III OPTIONS RETAIL RETAIL SABRE RED (10% OC @ 1.33% Major Capsaicinoids) SABRE ADVANCED (1% OC & 1% CS Tear Gas) 521010-C 1.8 oz Cone (MK-2)$ 14.00 930060-C 18.5 oz Fog (MK-9)$ 62.50 520010-C 2.0 oz Cone (MK-3)$ 14.00 520020-C 2.5 oz Cone (MK-3,5)$ 15.50 520030-C 4.4 oz Cone (MK-4)$ 18.50 52PTM30 3.9 oz PHANTOM (MK-4)$ 18.50 New Product 920060-C 18.5 oz Fog (MK-9)$ 65.75 92PTM60 16 oz PHANTOM (MK-9)$ 65.25 New Product CELL BUSTER - CELL EXTRACTION MODELS (SABRE RED & INERT) SABRE RED (10% OC @ 1.33% Major Capsaicinoids) 18.5 oz (MK-9) WITH HOSE & WAND ATTACHMENT 90H2O60-W Training Inert Fog Delivery$ 116.00 SABRE STINGER CELL EXTRACTION DEVICE 920060-W Sabre Red Fog Delivery$ 127.75 STG-01 Cell Extractor $3,000.00 90PTM60-W Training Inert Phantom$ 124.25 92PTM60-W SABRE Red Phantom$ 139.00 MK-9 WITH HOSE & PUNCTURE WAND ATTACHMENT 90PTM60-PWH Training Inert Phantom$ 134.25 92PTM60-PWH SABRE Red Phantom$ 149.00 SABRE STINGER PHANTOM REFILL UNIT 18.5 oz (MK-9) WITH ASSEMBLY - WITHOUT HOSE & WAND 92PTM60-STG SR PTM w/Stinger Adaptor$ 164.00 90H2O60-A Training Inert Fog Delivery$ 76.25 920060-A Sabre Red Fog Delivery$ 88.00 90PTM60-A Training Inert Phantom$ 84.75 92PTM60-A SABRE Red Phantom$ 99.75 DETACHABLE & REUSABLE HOSE & WAND ATTACHMENT 90WH Training Inert $ 45.00 92WH Sabre Red$ 45.00 DETACHABLE & REUSABLE HOSE & NEW PUNCTURE WAND ATTACHMENT 90PWH Training Inert $ 55.00 92PWH Sabre Red$ 55.00 TOP (MK-2) SABRE RED (10% OC @ 1.33% Major Capsaicinoids) SABRE INERT TRAINING UNITS RETAIL 72CFT1010 1.4 oz CFT Stream (MK-2)$ 14.50 70CFT1010 1.4 oz CFT Stream (MK-2)$ 11.50 72H2O1010 1.6 oz Stream (MK-2)$ 14.50 70H2O1010 1.6 oz Stream (MK-2)$ 11.50 721010-C 1.8 oz Cone (MK-2)$ 15.00 70H2O1010-C 1.8 oz Cone (MK-2)$ 11.50 72H2O1010-F 1.8 ozFoam (MK-2)$ 15.00 70H2O1010-F 1.8 oz Foam (MK-2)$ 12.00 DPS CONE & FOG &PTM DELIVERY MODELS ARE EID COMPATIBLE! HOLSTERS H-MK-2 MK-2 Nylon Holster$ 8.99 H-MK-3 MK-3 Nylon Holster$ 8.99 H-MK-3.5 MK-3.5 Nylon Holster$ 9.99 H-MK-4 MK-4 Nylon Holster$ 9.99 H-MK-9T MK-9 Thigh Holster$ 40.00 2016 RETAIL PRICE LIST ADDITIONAL AEROSOL IRRITANT PROJECTORS RETAIL RETAIL SABRE DECON (1 Gallon - Training Treatment Models) SD-1G Cleanse & Soothe$ 375.00 1 Gallon Each - Training Treatment Model Case Pack: 1 each SDC-1G Cleanse - Step I$ 220.00 1 Gallon - Training Treatment Model Case Pack: 1 SDS-1G Soothe - Step II$ 220.00 1 Gallon - Training Treatment Model Case Pack: 1 SD-40 Cleanse & Soothe$ 20.00 4 oz Each - Field Treatment Model Case Pack: 12 each SDC-40 Cleanse - Step I$ 12.00 4 oz - Field Treatment Model Case Pack: 25 SDS-40 Soothe - Step II$ 12.00 4 oz - Field Treatment Model Case Pack: 25 SABRE EYE Wash Device EWD-01 SABRE Eye Wash Device$ 9.99 Case Pack: 12 AEROSOL GRENADES (SABRE RED) PHANTOM AEROSOL GRENADES (SABRE RED) SABRE RED (10% OC @ 1.33% Major Capsaicionids) SABRE RED (10% OC @ 1.33% Major Capsaicionids) AG-10 2.0 oz Grenade (MK-3)$ 14.00 AG-PTM-10 1.8 oz Grenade (MK-3)$ 14.00 AG-40 5.0 oz Grenade (MK-5)$ 18.00 AG-PTM-40 4.0 oz Grenade (MK-5)$ 18.00 DETECTIVE / PLAIN CLOTHES & OFF DUTY (SABRE RED) MK-22 REFILLABLE MODELS SABRE RED (10% OC @ 1.33% Major Capsaicinoids) SABRE Inert 520001-C 1/2 oz twist lock , Cone$ 10.00 50H2O22-BC .69 oz Stream (MK-22 Belt Clip) $ 12.50 52H2ONY-BK Belt Clip, Stream$ 12.00 50H2O22-PC .69 oz Stream (MK-22 Pocket Clip) $ 12.00 5200PN-C Pen Model, Cone$ 10.00 50H2O22-R .69 oz Stream (MK-22 Refill)$ 5.00 5200BT-C Tactical Baton, Cone$ 40.00 SABRE RED (10% OC @ 1.33% Major Capsaicinoids) 5200BTR-C Tactical Baton Refil$ 8.99 52H2O22-BC .69 oz Stream (MK-22 Belt Clip) $ 14.50 52H2O22-PC .69 oz Stream (MK-22 Pocket Clip) $ 14.00 52H2O22-R .69 oz Stream (MK-22 Refill) $ 8.00 CROWD MANAGEMENT (MK-46) CROWD MANAGEMENT (MK-21) 46.0 OZ (MK-46) HIGH VOLUME STREAM DELIVERY 21.0 OZ (MK-21) HIGH VOLUME STREAM DELIVERY SABRE INERT TRAINING UNITS 80H2O46 Inert Training Unit$ 555.00 80H2O46-R Inert Refill$ 60.00 SABRE DEFENSE (10% OC @ .33% Major Capsaicinoids) 81H2046 Sabre Defense Unit$ 579.00 81H2O46-R Sabre Defense Refill$ 90.00 SABRE 5.0 (5% OC @ .67% Major Capsaicinoids) 86H2O46 Sabre 5.0 Unit$ 596.50 86H2O46-R Sabre 5.0 Refill$ 95.00 SABRE CS (1% CS Tear Gas) 84H2O46 Sabre CS Unit$ 665.00 84H2O46-R Sabre CS Refill$ 99.00 SABRE RED (10% OC @ 1.33% Major Capsaicinoids) SABRE RED (10% OC @ 1.33% Major Capsaicinoids) 82H2O46 Sabre Red Unit$ 672.00 82H2O46-R Sabre Red Refill$ 99.00 82H2O21-R Sabre Red 21.0 oz Refill$ 55.00 SABRE ADVANCED (1% OC & 1% CS Tear Gas) 83H2O46 Sabre Advanced Unit$ 642.00 83H2O46-R Sabre Advanced Refill$ 99.00 SHOULDER STRAP CHARGING HOSE SSE-46 MK-46 Shoulder Strap$ 69.00 MK-46 CH MK-46 Charging Hose$ 58.35 CROWD MANAGEMENT (MK-60) MK-2000 56.0 OZ (MK-60) HIGH VOLUME STREAM DELIVERY REUSABLE DUTY HOLSTER CONTAINING MK-3.5 Canister SABRE INERT TRAINING UNITS MK-2000 Reuseable Duty Holster$ 13.00 80H2O60 Inert Training Unit$ 1,659.00 30CFT20 SABRE Inert MK-2000 $ 22.50 80H2O60-R Inert Refill$ 75.00 30CFT20-R SABRE Inert MK-2000 Refill$ 10.50 SABRE RED (10% OC @ 1.33% Major Capsaicinoids) 31CFT20 SABRE Defense MK-2000 $ 23.50 82H2O60 Sabre Red Unit$ 1,710.00 31CFT20-R SABRE Def MK-2000 Refill$ 12.50 82H2O60-R Sabre Red Refill$ 125.00 32CFT20 SABRE Red MK-2000 $ 25.50 REFILLABLE INERT CANISTERS AND REFILL STATION 32CFT20-R SABRE Red MK-2000 Refill$ 13.50 SRS-01 SABRE Refill Station$ 4,166.00 36CFT20 SABRE 5.0 MK-2000 $ 24.50 MK-3-R MK-3 Inert Refillable Unit$ 35.00 36CFT20-R SABRE 5.0 MK-2000 Refill$ 13.00 MK-4-R MK-4 Inert Refillable Unit $ 35.00 ABOVE SABRE AEROSOL IRRITANT PROJECTORS ARE ALL EID COMPATIBLE.

This copy of the 2016 price list is provided to you as a courtesy and is effective as of March 1, 2016. Prices are subject to change without notice. For quick Price List referenc e of product

Prices effective March 1, 2016. Prices are subject to change without notice. For Quick Search select "Ctrl F" W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i EPU-5200 22600 EPU-5200 EPU-5200EA 080926-22600-5 $55.08 Stinger® LED 75713 Stinger LED - 120V AC/DC - 2 Holders StingerEA LED 080926-75713-4 $204.00 75711 Stinger LED - 120V AC StingerEA LED 080926-75711-0 $180.54 75712 Stinger LED - 12V DC StingerEA LED 080926-75712-7 $170.34 75753 Stinger LED - 12V DC NiMH Battery StingerEA LED 080926-75753-0 $170.34 75732 Stinger LED - 120V AC/DC - 1 PiggyBack Holder StingerEA LED 080926-75732-5 $220.32 75735 Stinger LED - 120V AC/DC Fast Charge - 2 Holders StingerEA LED 080926-75735-6 $238.68 75710 Stinger LED - (W/O CHARGER) StingerEA LED 080926-75710-3 $146.88 75960 Stinger LED - (W/O CHARGER) NiMH Battery StingerEA LED 080926-75960-2 $146.88 Stinger® HPL™ 75763 Stinger HPL - 120V AC/12V DC (NiMH) StingerEA HPL 080926-75763-9 $230.40 75761 Stinger HPL - 120V AC (NiMH) StingerEA HPL 080926-75761-5 $206.82 75799 Stinger HPL - 12V DC (NiMH) StingerEA HPL 080926-75799-8 $195.03 75782 Stinger HPL - 120V AC/12V DC PiggyBack (NiMH) StingerEA HPL 080926-75782-0 $248.61 75785 Stinger HPL - 120V AC/12V DC Fast Charge (NiMH) StingerEA HPL 080926-75785-1 $266.83 75980 Stinger HPL (W/O CHARGER) (NiMH) StingerEA HPL 080926-75980-0 $171.46 Stinger® LED HL™ 75430 Stinger LED HL w/120V AC/12V DC – 2 holders (NiMH) StingerEA LED HL 080926-75430-0 $234.60 75431 Stinger LED HL - 120V AC (NiMH) StingerEA LED HL 080926-75431-7 $207.62 75432 Stinger LED HL - 12V DC (NiMH) StingerEA LED HL 080926-75432-4 $195.89 75434 Stinger LED HL - 120V AC/12V DC – 1 PiggyBack (NiMH) StingerEA LED HL 080926-75434-8 $253.37 75433 Stinger LED HL - 120V AC/12V DC – FC 2 holders (NiMH) StingerEA LED HL 080926-75433-1 $274.48 75429 Stinger LED HL (W/O CHARGER) (NiMH) StingerEA LED HL 080926-75429-4 $168.91 Stinger® DS LED 75813 Stinger DS LED- 120V AC/12V DC Steady Charge StingerEA DS LED 080926-75813-1 $219.30 75866 Stinger DS LED- 120V AC/12V DC 1 Holder Steady Charge - Clam StingerEA DS LED 080926-75866-7 $190.00 75811 Stinger DS LED - 120V AC Steady Charge StingerEA DS LED 080926-75811-7 $196.86 75812 Stinger DS LED - 12V DC Steady Charge StingerEA DS LED 080926-75812-4 $185.64 75853 Stinger DS LED - 12V DC Steady Charge NiMH Battery StingerEA DS LED 080926-75853-7 $185.64 75832 Stinger DS LED - 120V AC/12V DC Steady Charge PiggyBack StingerEA DS LED 080926-75832-2 $237.66 75835 Stinger DS LED - 120V AC/12V DC Fast Charge StingerEA DS LED 080926-75835-3 $253.98 75810 Stinger DS LED (W/O CHARGER) StingerEA DS LED 080926-75810-0 $163.20 75970 Stinger DS LED (W/O CHARGER) (NiMH) StingerEA DS LED 080926-75970-1 $163.20 Stinger® DS HPL™ 75863 Stinger DS HPL - 120V AC/12V DC (NiMH) StingerEA DS HPL 080926-75863-6 $247.54 75861 Stinger DS HPL - 120V AC (NiMH) StingerEA DS HPL 080926-75861-2 $222.90 75899 Stinger DS HPL - 12V DC (NiMH) StingerEA DS HPL 080926-75899-5 $212.18 75882 Stinger DS HPL - 120V AC/12V DC PiggyBack (NiMH) StingerEA DS HPL 080926-75882-7 $265.76 75885 Stinger DS HPL - 120V AC/12V DC Fast Charge (NiMH) StingerEA DS HPL 080926-75885-8 $283.98 75900 Stinger DS HPL - (W/O CHARGER) (NiMH) StingerEA DS HPL 080926-75900-8 $187.53 Stinger DS® LED HL™ 75454 Stinger DS LED HL - 120V AC/12V DC – 2 holders (NiMH) StingerEA DS LED HL 080926-75454-6 $252.20 75455 Stinger DS LED HL - 120V AC (NiMH) StingerEA DS LED HL 080926-75455-3 $226.39 75456 Stinger DS LED HL - 12V DC (NiMH) StingerEA DS LED HL 080926-75456-0 $213.49 75458 Stinger DS LED HL - 120V AC/12V DC – 1 PiggyBack (NiMH) StingerEA DS LED HL 080926-75458-4 $273.31 75457 Stinger DS LED HL - 120V AC/12V DC – FC 2 holders (NiMH) StingerEA DS LED HL 080926-75457-7 $292.08 75453 Stinger DS LED HL (W/O CHARGER) (NiMH) StingerEA DS LED HL 080926-75453-9 $187.68 Stinger® Classic LED 75662 Stinger Classic LED - 120V AC/DC - 2 Holders (NiCd) StingerEA Classic LED 080926-75662-5 $205.00 75663 Stinger Classic LED - 120V AC (NiCd) StingerEA Classic LED 080926-75663-2 $182.00 75664 Stinger Classic LED - 12V DC (NiCd) StingerEA Classic LED 080926-75664-9 $172.00 75675 Stinger Classic LED - 12V DC (NiMH) StingerEA Classic LED 080926-75675-5 $172.00 75666 Stinger Classic LED - 120V AC/DC - 1 PiggyBack Holder (NiCd) StingerEA Classic LED 080926-75666-3 $221.00 75665 Stinger Classic LED - 120V AC/DC Fast Charge - 2 Holders (NiCd) StingerEA Classic LED 080926-75665-6 $239.00 75660 Stinger Classic LED - (W/O CHARGER) (NiCd) StingerEA Classic LED 080926-75660-1 $149.00 75661 Stinger Classic LED - (W/O CHARGER) (NiMH) StingerEA Classic LED 080926-75661-8 $149.00 Stinger® Lite Pipe 75684 Stinger Lite Pipe - 120V AC/DC - 2 Holders (NiCd) StingerEA Lite Pipe 080926-75684-7 $197.76 75685 Stinger Lite Pipe - 120V AC/DC - 2 Holders (NiMH) StingerEA Lite Pipe 080926-75685-4 $197.76 75652 Stinger Lite Pipe - 120V AC (NiCd) StingerEA Lite Pipe 080926-75652-6 $174.07 75654 Stinger Lite Pipe - 120V AC/DC - 1 PiggyBack Holder (NiCd) StingerEA Lite Pipe 080926-75654-0 $214.24 75650 Stinger Lite Pipe - (W/O CHARGER) (NiCd) StingerEA Lite Pipe 080926-75650-2 $140.08 75651 Stinger Lite Pipe - (W/O CHARGER) (NiMH) StingerEA Lite Pipe 080926-75651-9 $140.08

Streamlight, Inc. Confidential Page 1 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i UltraStinger® LED NEW! 77553 UltraStinger LED 120V AC/12V DC UltraStingerEA LED 080926-77553-4 $261.00 77551 UltraStinger LED 120V AC UltraStingerEA LED 080926-77551-0 $233.00 77554 UltraStinger LED 120V AC/12V DC Fast Charge UltraStingerEA LED 080926-77554-1 $291.00 77552 UltraStinger LED 120V AC Fast Charge UltraStingerEA LED 080926-77552-7 $250.00 77556 UltraStinger LED 12V DC Fast Charge UltraStingerEA LED 080926-77556-5 $238.50 77555 UltraStinger LED 12V DC UltraStingerEA LED 080926-77555-8 $222.00 77550 UltraStinger LED (W/O CHARGER) UltraStingerEA LED 080926-77550-3 $201.00 UltraStinger® 78014 UltraStinger with 120V AC/DC - 2 holders (NiCd) UltraStingerEA 080926-78014-9 $223.90 78000 UltraStinger- (W/O CHARGER) (NiCd) UltraStingerEA 080926-78000-2 $160.41 78500 UltraStinger- (W/O CHARGER) (NiMH) UltraStingerEA 080926-78500-7 $160.41 PolyStinger® LED 76163 PolyStinger LED - 120V AC/DC 2 Holders - Yellow PolyStingerEA LED 080926-76163-6 $200.00 76113 PolyStinger LED - 120V AC/DC 2 Holders - Black PolyStingerEA LED 080926-76113-1 $200.00 76161 PolyStinger LED - 120V AC - Yellow PolyStingerEA LED 080926-76161-2 $177.00 76111 PolyStinger LED - 120V AC - Black PolyStingerEA LED 080926-76111-7 $177.00 76162 PolyStinger LED - 12V DC - Yellow PolyStingerEA LED 080926-76162-9 $167.00 76199 PolyStinger LED 12V DC - Yellow (NiMH) PolyStingerEA LED 080926-76199-5 $167.00 76112 PolyStinger LED - 12V DC - Black PolyStingerEA LED 080926-76112-4 $167.00 76149 PolyStinger LED - 12V DC - Black (NiMH) PolyStingerEA LED 080926-76149-0 $167.00 76182 PolyStinger LED - 120V AC/DC 1 PiggyBack Holder - Yellow PolyStingerEA LED 080926-76182-7 $216.00 76132 PolyStinger LED - 120V AC/DC 1 PiggyBack Holder - Black PolyStingerEA LED 080926-76132-2 $216.00 76185 PolyStinger LED - 120V AC/DC Fast Charge 2 holders - Yellow PolyStingerEA LED 080926-76185-8 $234.00 76135 PolyStinger LED - 120V AC/DC Fast Charge - 2 holders - Black PolyStingerEA LED 080926-76135-3 $234.00 76160 PolyStinger LED - (W/O CHARGER) - Yellow PolyStingerEA LED 080926-76160-5 $144.00 76203 PolyStinger LED - (W/O CHARGER) - Yellow (NiMH) PolyStingerEA LED 080926-76203-9 $144.00 76110 PolyStinger LED - (W/O CHARGER)- Black PolyStingerEA LED 080926-76110-0 $144.00 76150 PolyStinger LED - (W/O CHARGER)- Black (NiMH) PolyStingerEA LED 080926-76150-6 $144.00 PolyStinger DS LED 76813 PolyStinger DS LED - 120V AC/DC 2 Holders - Black PolyStingerEA DS LED 080926-76813-0 $215.00 76811 PolyStinger DS LED - 120V AC - Black PolyStingerEA DS LED 080926-76811-6 $193.00 76812 PolyStinger DS LED - 12V DC - Black PolyStingerEA DS LED 080926-76812-3 $182.00 76849 PolyStinger DS LED - 12V DC - Black (NiMH) PolyStingerEA DS LED 080926-76849-9 $182.00 76832 PolyStinger DS LED - 120V AC/DC 1 PiggyBack Holder - Black PolyStingerEA DS LED 080926-76832-1 $233.00 76835 PolyStinger DS LED - 120V AC/DC Fast Charge - 2 holders - Black PolyStingerEA DS LED 080926-76835-2 $249.00 76810 PolyStinger DS LED (W/O CHARGER)- Black PolyStingerEA DS LED 080926-76810-9 $160.00 76850 PolyStinger DS LED (W/O CHARGER)- Black (NiMH) PolyStingerEA DS LED 080926-76850-5 $160.00 PolyStinger® LED HAZ-LO® 76442 PolyStinger LED HAZ-LO 120V AC/12VDC - Black PolyStingerEA LED HAZ-LO080926-76442-2 $226.00 76412 PolyStinger LED HAZ-LO 120V AC/12VDC - Yellow PolyStingerEA LED HAZ-LO080926-76412-5 $226.00 76411 PolyStinger LED HAZ-LO 12V DC - Yellow PolyStingerEA LED HAZ-LO080926-76411-8 $193.00 76441 PolyStinger LED HAZ-LO 12V DC - Black PolyStingerEA LED HAZ-LO080926-76441-5 $193.00 76410 PolyStinger LED HAZ-LO (w/out charger) Yellow PolyStingerEA LED HAZ-LO080926-76410-1 $170.00 76440 PolyStinger LED HAZ-LO (w/out charger) Black PolyStingerEA LED HAZ-LO080926-76440-8 $170.00 SL-20L® 20603 SL-20L - 120V AC/DC - 2 Sleeves (NiCd) SL-20LEA 080926-20603-8 $225.23 20703 SL-20L - 120V AC/DC - 2 Sleeves (NiMH) SL-20LEA 080926-20703-5 $225.23 20601 SL-20L - 120V AC (NiCd) SL-20LEA 080926-20601-4 $212.10 20701 SL-20L - 120V AC (NiMH) SL-20LEA 080926-20701-1 $212.10 20602 SL-20L - 12V DC (NiCd) SL-20LEA 080926-20602-1 $199.98 20702 SL-20L - 12V DC (NiMH) SL-20LEA 080926-20702-8 $199.98 20600 SL-20L (NiCd) - (W/O CHARGER) SL-20LEA 080926-20600-7 $177.76 20700 SL-20L (NiMH)- (W/O CHARGER) SL-20LEA 080926-20700-4 $177.76 SL-20LP® 25223 SL-20LP - 120V AC/DC 2 Sleeves - Yellow (NiCd) SL-20LPEA 080926-25223-3 $182.81 25203 SL-20LP - 120V AC/DC 2 Sleeves - Black (NiCd) SL-20LPEA 080926-25203-5 $182.81 25213 SL-20LP - 120V AC/DC 2 Sleeves - Orange (NiCd) SL-20LPEA 080926-25213-4 $182.81 25323 SL-20LP - 120V AC/DC 2 Sleeves - Yellow (NiMH) SL-20LPEA 080926-25323-0 $182.81 25303 SL-20LP - 120V AC/DC 2 Sleeves - Black (NiMH) SL-20LPEA 080926-25303-2 $182.81 25313 SL-20LP - 120V AC/DC 2 Sleeves - Orange (NiMH) SL-20LPEA 080926-25313-1 $182.81 25321 SL-20LP - 120V AC - Yellow (NiMH) SL-20LPEA 080926-25321-6 $171.70 25301 SL-20LP - 120V AC - Black (NiMH) SL-20LPEA 080926-25301-8 $171.70 25311 SL-20LP - 120V AC - Orange (NiMH) SL-20LPEA 080926-25311-7 $171.70 25221 SL-20LP - 120V AC - Yellow (NiCd) SL-20LPEA 080926-25221-9 $171.70 25201 SL-20LP - 120V AC - Black (NiCd) SL-20LPEA 080926-25201-1 $171.70 25211 SL-20LP - 120V AC - Orange (NiCd) SL-20LPEA 080926-25211-0 $171.70 25222 SL-20LP - 12V DC - Yellow (NiCd) SL-20LPEA 080926-25222-6 $157.56 25202 SL-20LP - 12V DC - Black (NiCd) SL-20LPEA 080926-25202-8 $157.56 25212 SL-20LP - 12V DC - Orange (NiCd) SL-20LPEA 080926-25212-7 $157.56 25322 SL-20LP - 12V DC - Yellow (NiMH) SL-20LPEA 080926-25322-3 $157.56 25302 SL-20LP - 12V DC - Black (NiMH) SL-20LPEA 080926-25302-5 $157.56 25312 SL-20LP - 12V DC - Orange (NiMH) SL-20LPEA 080926-25312-4 $157.56 25220 SL-20LP (W/O CHARGER) - Yellow (NiCd) SL-20LPEA 080926-25220-2 $135.34 25200 SL-20LP (W/O CHARGER) - Black (NiCd) SL-20LPEA 080926-25200-4 $135.34 25210 SL-20LP (W/O CHARGER) - Orange (NiCd) SL-20LPEA 080926-25210-3 $135.34 25320 SL-20LP (W/O CHARGER) - Yellow NiMH SL-20LPEA 080926-25320-9 $135.34

Streamlight, Inc. Confidential Page 2 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 25300 SL-20LP (W/O CHARGER) - Black NiMH SL-20LPEA 080926-25300-1 $135.34 25310 SL-20LP (W/O CHARGER) - Orange NiMH SL-20LPEA 080926-25310-0 $135.34 SL-20X® LED 20203 SL-20X-LED - 120V AC/DC - 2 Sleeves SL-20X-LEDEA 080926-20203-0 $234.00 20201 SL-20X-LED - 120V AC SL-20X-LEDEA 080926-20201-6 $220.75 20202 SL-20X-LED - 12V DC SL-20X-LEDEA 080926-20202-3 $208.61 20200 SL-20X-LED - (W/O CHARGER) SL-20X-LEDEA 080926-20200-9 $185.43 SL-20XP® LED 25183 SL-20XP-LED - 120V AC/DC 2 SLV - Yellow SL-20XP-LEDEA 080926-25183-0 $189.85 25103 SL-20XP-LED - 120V AC/DC 2 SLV - Black SL-20XP-LEDEA 080926-25103-8 $189.85 25123 SL-20XP-LED - 120V AC/DC 2 SLV - Orange SL-20XP-LEDEA 080926-25123-6 $189.85 25181 SL-20XP-LED - 120V AC - Yellow SL-20XP-LEDEA 080926-25181-6 $178.81 25101 SL-20XP-LED - 120V AC - Black SL-20XP-LEDEA 080926-25101-4 $178.81 25121 SL-20XP-LED - 120V AC - Orange SL-20XP-LEDEA 080926-25121-2 $178.81 25182 SL-20XP-LED - 12V DC - Yellow SL-20XP-LEDEA 080926-25182-3 $164.46 25102 SL-20XP-LED - 12V DC - Black SL-20XP-LEDEA 080926-25102-1 $164.46 25122 SL-20XP-LED - 12V DC - Orange SL-20XP-LEDEA 080926-25122-9 $164.46 25180 SL-20XP-LED - (W/O CHARGER) - Yellow SL-20XP-LEDEA 080926-25180-9 $141.29 25100 SL-20XP-LED - (W/O CHARGER) - Black SL-20XP-LEDEA 080926-25100-7 $141.29 25120 SL-20XP-LED - (W/O CHARGER) - Orange SL-20XP-LEDEA 080926-25120-5 $141.29 Strion® LED 74301 Strion LED - 120V AC/DC 1 Holder StrionEA LED 080926-74301-4 $189.72 74308 Strion LED - 120V AC/DC (1) Holder Clam packaged StrionEA LED 080926-74308-3 $189.72 74350 Strion LED - 120V AC/DC (1) Holder Clam packaged - Pink PinkEA Strion LED 080926-74350-2 $196.52 74302 Strion LED - 120V AC/DC 2 Holders StrionEA LED 080926-74302-1 $225.42 74303 Strion LED - 120V AC StrionEA LED 080926-74303-8 $184.62 74309 Strion LED with Grip Ring w/120V AC StrionEA LED 080926-74309-0 $194.62 74353 Strion LED with 120V AC/12V DC PiggyBack StrionEA LED 080926-74353-3 $229.72 74361 Strion LED with 120V AC/12V DC PiggyBack - Pink StrionEA LED 080926-74361-8 $236.38 74304 Strion LED - 12V DC StrionEA LED 080926-74304-5 $171.36 74300 Strion LED (W/OCHARGER) StrionEA LED 080926-74300-7 $132.60 Strion® HPL™ 74501 Strion HPL - 120V AC/12V DC (1) Holder StrionEA HPL 080926-74501-8 $216.47 74502 Strion HPL - 120V AC/12V DC (2) Holder StrionEA HPL 080926-74502-5 $253.97 74536 Strion HPL - 120V AC/12V DC PiggyBack StrionEA HPL 080926-74536-0 $256.47 74503 Strion HPL - 120V AC StrionEA HPL 080926-74503-2 $211.11 74504 Strion HPL - 12V DC StrionEA HPL 080926-74504-9 $196.10 74500 Strion HPL (W/O CHARGER) StrionEA HPL 080926-74500-1 $155.38 Strion LED HL® 74752 Strion LED HL - 120V AC/12V DC – 2 holders StrionEA LED HL 080926-74752-4 $259.23 74751 Strion LED HL - 120V AC/12V DC – 1 holder StrionEA LED HL 080926-74751-7 $218.18 74755 Strion LED HL - 120V AC/12V DC – 1 holder Clam packaged StrionEA LED HL 080926-74755-5 $218.18 74753 Strion LED HL - 120V AC StrionEA LED HL 080926-74753-1 $212.31 74509 Strion LED HL with Grip Ring - 120V AC StrionEA LED HL 080926-74509-4 $222.31 74778 Strion LED HL - 120V AC/12V DC PiggyBack StrionEA LED HL 080926-74778-4 $258.18 74754 Strion LED HL - 12V DC StrionEA LED HL 080926-74754-8 $197.06 74750 Strion LED HL (W/O CHARGER) StrionEA LED HL 080926-74750-0 $152.49 E-SPOT® FIREBOX® 45861 E-Spot FireBox Standard System - 120V AC/12V DC charge cords, shoulder strap & mounting rack - Orange E-SpotEA FireBox 080926-45861-1 $315.18 45865 E-Spot FireBox Vehicle Mount System - 12V DC charge cord and DC direct wire rack rack - Orange E-SpotEA FireBox 080926-45865-9 $302.82 45882 E-Spot FireBox (W/O CHARGER) Orange E-SpotEA FireBox 080926-45882-6 $276.04 E-FLOOD® FIREBOX® 45811 E-Flood FireBox Standard System - 120V AC/12V DC, shoulder strap & mounting rack - Orange E-FloodEA FireBox Standard080926-45811-6 System $347.11 45815 E-Flood FireBox Vehicle Mount System - with dual rear LEDs. 12V DC direct wire rack, shoulder strap - Orange E-FloodEA FireBox Vehicle080926-45815-4 Mount $333.72 45832 E-Flood FireBox (W/O CHARGER) - Orange E-FloodEA FireBox 080926-45832-1 $307.97 FIREBOX® 45301 FireBox Standard System - with dual rear LEDs. 120V AC, 12V DC, shoulder strap & mounting rack (8WS) - Orange FireBoxEA 080926-45301-2 $268.61 45302 FireBox Vehicle Mount System - with dual rear LEDs. 12V DC direct wire rack, shoulder strap. (8WS) - Orange FireBoxEA 080926-45302-9 $254.12 45300 FireBox Light Only - with dual rear LEDs and quick release shoulder strap. (8WS) - Orange FireBoxEA 080926-45300-5 $225.15 E-SPOT® LITEBOX® 45851 E-Spot LiteBox Standard System - 120V AC/12V DC charge cords, shoulder strap & mounting rack - Orange E-SpotEA LiteBox 080926-45851-2 $296.64 45871 E-Spot LiteBox Standard System - 120V AC/12V DC charge cords, shoulder strap & mounting rack - Yellow E-SpotEA LiteBox 080926-45871-0 $296.64 45855 E-Spot LiteBox Vehicle Mount System - 12V DC charge cord and DC direct wire rack - Orange E-SpotEA LiteBox 080926-45855-0 $284.28 45875 E-Spot LiteBox Vehicle Mount System - 12V DC charge cord and DC direct wire rack - Yellow E-SpotEA LiteBox 080926-45875-8 $284.28 45857 E-Spot LiteBox Power Failure System - 120V AC/12V DC charge cords, shoulder strap & mounting rack - Orange E-SpotEA LiteBox_Power Failure080926-45857-4 $309.00 45867 E-Spot LiteBox Power Failure System - 120V AC/12V DC charge cords, shoulder strap & mounting rack - Beige E-SpotEA LiteBox_Power Failure080926-45867-3 $309.00 45856 E-Spot LiteBox (W/O CHARGER) Orange E-SpotEA LiteBox 080926-45856-7 $234.84 45866 E-Spot LiteBox (W/O CHARGER) Beige E-SpotEA LiteBox 080926-45866-6 $234.84 45876 E-Spot LiteBox (W/O CHARGER) Yellow E-SpotEA LiteBox 080926-45876-5 $234.84 E-FLOOD® LITEBOX® 45801 E-Flood LiteBox Standard System - 120V AC/12V DC, shoulder strap & mounting rack - Orange E-FloodEA LiteBox Standard080926-45801-7 System $328.57 45821 E-Flood LiteBox Standard System -120V AC/12V DC, shoulder strap & mounting rack - Yellow E-FloodEA LiteBox Standard080926-45821-5 System $328.57 45805 E-Flood LiteBox Vehicle Mount System - 12V DC direct wire rack, shoulder strap. - Orange E-FloodEA LiteBox Vehicle080926-45805-5 Mount $316.21 45825 E-Flood LiteBox Vehicle Mount System - 12V DC direct wire rack, shoulder strap. - Yellow E-FloodEA LiteBox Vehicle080926-45825-3 Mount $316.21 45807 E-Flood LiteBox Power Failure System - 120V AC/12V DC, chargers & mounting rack- Orange E-FloodEA LiteBox Power Failure080926-45807-9 $340.93 45817 E-Flood LiteBox Power Failure System - 120V AC/12V DC, chargers & mounting rack - Beige E-FloodEA LiteBox Power Failure080926-45817-8 $340.93 45806 E-Flood LiteBox (W/O CHARGER) - Orange E-FloodEA LiteBox 080926-45806-2 $266.77

Streamlight, Inc. Confidential Page 3 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 45816 E-Flood LiteBox (W/O CHARGER) - Beige E-FloodEA LiteBox 080926-45816-1 $266.77 45826 E-Flood LiteBox (W/O CHARGER) - Yellow E-FloodEA LiteBox 080926-45826-0 $266.77 LITEBOX® 45117 LiteBox Standard System - 120V AC, 12V DC, shoulder strap & mounting rack (8WS) - Yellow LiteBoxEA 080926-45117-9 $247.44 45109 LiteBox Standard System - 120V AC, 12V DC, shoulder strap & mounting rack (20WS) - Yellow LiteBoxEA 080926-45109-4 $247.44 45113 LiteBox Standard System - 120V AC, 12V DC, shoulder strap & mounting rack (20WF) - Yellow LiteBoxEA 080926-45113-1 $247.44 45116 LiteBox Standard System - 120V AC, 12V DC, shoulder strap & mounting rack (8WS) - Orange LiteBoxEA 080926-45116-2 $247.44 45110 LiteBox Standard System - 120V AC, 12V DC, shoulder strap & mounting rack (20WS) - Orange LiteBoxEA 080926-45110-0 $247.44 45111 LiteBox Standard System - 120V AC, 12V DC, shoulder strap & mounting rack (20WF) - Orange LiteBoxEA 080926-45111-7 $247.44 45108 LiteBox Vehicle Mount System - 12V DC direct wire rack, shoulder strap. (8WS) - Yellow LiteBoxEA 080926-45108-7 $234.06 45104 LiteBox Vehicle Mount System - 12V DC direct wire rack, shoulder strap. (20WS) - Yellow LiteBoxEA 080926-45104-9 $234.06 45107 LiteBox Vehicle Mount System - 12V DC direct wire rack, shoulder strap. (8WS) - Orange LiteBoxEA 080926-45107-0 $234.06 45102 LiteBox Vehicle Mount System - 12V DC direct wire rack, shoulder strap. (20WS) - Orange LiteBoxEA 080926-45102-5 $234.06 45706 LiteBox Dual Filament Vehicle Mount System with DC direct wire rack, shoulder strap. (8W) - Orange LiteBoxEA 080926-45706-5 $254.12 45707 LiteBox Dual Filament Vehicle Mount System with DC direct wire rack, shoulder strap. (8W) - Yellow LiteBoxEA 080926-45707-2 $254.12 45131 LiteBox Power Failure System - 120V AC, 12V DC chargers & mounting rack (8WS) - Orange LiteBox_PowerEA Failure 080926-45131-5 $261.93 45127 LiteBox Power Failure System - 120V AC, 12V DC chargers & mounting rack (8WF) - Orange LiteBox_PowerEA Failure 080926-45127-8 $261.93 45133 LiteBox Power Failure System - 120V AC, 12V DC chargers & mounting rack (8WS) - Beige LiteBox_PowerEA Failure 080926-45133-9 $261.93 45129 LiteBox Power Failure System - 120V AC, 12V DC chargers & mounting rack (8WF) - Beige LiteBox_PowerEA Failure 080926-45129-2 $261.93 PORTABLE SCENE LIGHT 45670 Portable Scene Light - 120V AC/12V DC - Yellow PortableEA Scene Light 080926-45670-9 $1,149.00 E-FLOOD® LITEBOX® HL™ 45661 E-Flood LiteBox HL Standard System - 120V AC/12V DC, shoulder strap & mounting rack - Orange E-FloodEA LiteBox HL 080926-45661-7 $600.00 45665 E-Flood LiteBox HL Vehicle Mount System - 12V DC direct wire rack, shoulder strap. - Orange E-FloodEA LiteBox HL 080926-45665-5 $600.00 45660 E-Flood LiteBox HL (W/O CHARGER) - Orange E-FloodEA LiteBox HL 080926-45660-0 $550.00 HID LITEBOX® 45601 HID LiteBox Standard System - 120V AC/12V DC - Orange HIDEA LiteBox 080926-45601-3 $884.77 45621 HID LiteBox Standard System - 120V AC/12V DC - Black HIDEA LiteBox 080926-45621-1 $884.77 45605 HID LiteBox Vehicle Mount System - 12V DC direct wire rack - Orange HIDEA LiteBox 080926-45605-1 $884.77 45625 HID LiteBox Vehicle Mount System - 12V DC direct wire rack - Black HIDEA LiteBox 080926-45625-9 $884.77 45600 HID LiteBox (W/O Charger) - Orange HIDEA LiteBox 080926-45600-6 $847.69 45620 HID LiteBox (W/O Charger) - Black HIDEA LiteBox 080926-45620-4 $847.69 FIRE VULCAN® LED 44450 Fire Vulcan LED Standard System dual rear LEDs, quick release shoulder strap. 120V AC/12V DC - Orange FireEA Vulcan LED 080926-44450-8 $304.08 44451 Fire Vulcan LED Vehicle Mount System dual rear LEDs, quick release shoulder strap. 12V DC direct wire rack - Orange FireEA Vulcan LED 080926-44451-5 $293.25 44454 Fire Vulcan LED Light Only - with dual rear LEDs and quick release shoulder strap - Orange FireEA Vulcan LED 080929-44454-6 $257.54 FIRE VULCAN® 44400 Fire Vulcan Standard System dual rear LEDs, quick release shoulder strap. 120V AC/12V DC. (8WS) Orange FireEA Vulcan 080926-44400-3 $220.69 44401 Fire Vulcan Vehicle Mount System dual rear LEDs, quick release shoulder strap. 12V DC direct wire rack.(8WS) Orange FireEA Vulcan 080926-44401-0 $208.43 44411 Fire Vulcan Light Only - with dual rear LEDs and quick release shoulder strap. (8WS) Orange FireEA Vulcan 080926-44411-9 $168.30 VULCAN® 44000 Vulcan Standard System - 120V AC, 12V DC, shoulder strap & charging rack. (8WS) - Yellow VulcanEA 080926-44000-5 $197.28 44001 Vulcan Vehicle Mount System - 12V DC direct wire rack, shoulder strap (8WS) - Yellow VulcanEA 080926-44001-2 $182.79 44200 Vulcan Dual Filament Standard System - 120V AC, 12V DC, shoulder strap & charging rack. (8WS) - Yellow VulcanEA 080926-44200-9 $216.23 44201 Vulcan Dual Filament Vehicle Mount System with DC direct wire rack with shoulder strap (8WS) - Yellow VulcanEA 080926-44201-6 $203.97 44215 Vulcan - Light Only - (8WS) Yellow VulcanEA 080926-44215-3 $154.92 Knucklehead® Div 2 Flood 90607 Knucklehead Div 2 Flood - Charger/Holder and 120V AC & DC cords - Black KnuckleheadEA 080926-90607-5 $261.62 90627 Knucklehead Div 2 Flood - Charger/Holder and 120V AC & DC cords - Yellow KnuckleheadEA 080926-90627-3 $261.62 90657 Knucklehead Div 2 Flood with Clip - Charger/Holder and 120V AC & DC cords - Orange KnuckleheadEA 080926-90657-0 $261.62 90661 Knucklehead Div 2 Flood with Clip 120V AC Fast Charge - Orange KnuckleheadEA w/ Clip 080926-90661-7 $296.64 90602 Knucklehead Div 2 Flood - 120V AC Charger/Holder - Black KnuckleheadEA 080926-90602-0 $252.35 90622 Knucklehead Div 2 Flood - 120V AC Charger/Holder - Yellow KnuckleheadEA 080926-90622-8 $252.35 90606 Knucklehead Div 2 Flood - 12V DC - Black KnuckleheadEA 080926-90606-8 $252.35 90626 Knucklehead Div 2 Flood - 12V DC - Yellow KnuckleheadEA 080926-90626-6 $252.35 90613 Knucklehead Div 2 Flood - 120V AC/DC PiggyBack Charger - Black KnuckleheadEA 080926-90613-6 $309.00 90633 Knucklehead Div 2 Flood - 120V AC/DC PiggyBack Charger - Yellow KnuckleheadEA 080926-90633-4 $309.00 90611 Knucklehead Div 2 Flood - 120V AC FC - Black KnuckleheadEA 080926-90611-2 $296.64 90631 Knucklehead Div 2 Flood - 120V AC FC - Yellow KnuckleheadEA 080926-90631-0 $296.64 90670 Knucklehead Div 2 Flood with Clip - 12V DC Fast Charge - Orange KnuckleheadEA w/ Clip 080926-90670-9 $296.64 90620 Knucklehead Div 2 Flood - 12V DC FC - Black KnuckleheadEA 080926-90620-4 $296.64 90640 Knucklehead Div 2 Flood - 12V DC FC - Yellow KnuckleheadEA 080926-90640-2 $296.64 90601 Knucklehead Div 2 Flood (W/O CHARGER) - Black KnuckleheadEA 080926-90601-3 $196.73 90621 Knucklehead Div 2 Flood (W/O CHARGER) - Yellow KnuckleheadEA 080926-90621-1 $196.73 90651 Knucklehead Div 2 Flood with Clip (W/O CHARGER) Orange KnuckleheadEA w/ Clip 080926-90651-8 $196.73 90641 Knucklehead Div 2 Flood - Alkaline Model - Black KnuckleheadEA 080926-90641-9 $146.03 90642 Knucklehead Div 2 Flood - Alkaline Model - Yellow KnuckleheadEA 080926-90642-6 $146.03 90644 Knucklehead Div 2 Flood with Clip- Alkaline Orange - Clam packaged KnuckleheadEA w/ Clip 080926-90644-0 $146.03 Knucklehead® HAZ-LO® Flood Model 91627 Knucklehead HAZ-LO Flood 120V AC/12V DC - Yellow KnuckleheadEA HAZ-LO Flood080926-91627-2 $277.07 91657 Knucklehead HAZ-LO Flood 120V AC/12V DC - Orange KnuckleheadEA HAZ-LO Flood080926-91657-9 $277.07 91622 Knucklehead HAZ-LO Flood 120V AC - Yellow KnuckleheadEA HAZ-LO Flood080926-91622-7 $267.80 91652 Knucklehead HAZ-LO Flood 120V AC - Orange KnuckleheadEA HAZ-LO Flood080926-91652-4 $267.80 91621 Knucklehead HAZ-LO Flood (W/O CHARGER) - Yellow KnuckleheadEA HAZ-LO Flood080926-91621-0 $212.18 91651 Knucklehead HAZ-LO Flood (W/O CHARGER) - Orange KnuckleheadEA HAZ-LO Flood080926-91651-7 $212.18 91642 Knucklehead HAZ-LO Flood - Alkaline Yellow - Blister KnuckleheadEA HAZ-LO Flood080926-91642-5 $151.29 91644 Knucklehead HAZ-LO Flood - Alkaline Orange - Blister KnuckleheadEA HAZ-LO Flood080926-91644-9 $151.29

Streamlight, Inc. Confidential Page 4 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i Knucklehead® Div 2 Spot Model 90757 Knucklehead Div 2 Spot - 120V AC/12V DC - Orange KnuckleheadEA Spot 080926-90757-7 $261.62 90761 Knucklehead Div 2 Spot - 120V AC Fast Charge - Orange KnuckleheadEA Spot 080926-90761-4 $296.64 90770 Knucklehead Div 2 Spot - 12V DC Fast Charge - Orange KnuckleheadEA Spot 080926-90770-6 $296.64 90751 Knucklehead Div 2 Spot (W/O CHARGER) Orange KnuckleheadEA Spot 080926-90751-5 $196.73 90744 Knucklehead Div 2 Spot - Alkaline Orange - Blister KnuckleheadEA Spot 080926-90744-7 $146.03 Knucklehead® HAZ-LO® Spot Model 91727 Knucklehead HAZ-LO Spot - 120V AC/12V DC - Yellow KnuckleheadEA HAZ-LO Spot080926-91727-9 $277.07 91757 Knucklehead HAZ-LO Spot - 120V AC/12V DC - Orange KnuckleheadEA HAZ-LO Spot080926-91757-6 $277.07 91722 Knucklehead HAZ-LO Spot - 120V AC - Yellow KnuckleheadEA HAZ-LO Spot080926-91722-4 $267.80 91752 Knucklehead HAZ-LO Spot - B491120V AC - Orange KnuckleheadEA HAZ-LO Spot080926-91752-1 $267.80 91721 Knucklehead HAZ-LO Spot (W/O CHARGER) - Yellow KnuckleheadEA HAZ-LO Spot080926-91721-7 $212.18 91751 Knucklehead HAZ-LO Spot (W/O CHARGER) - Orange KnuckleheadEA HAZ-LO Spot080926-91751-4 $212.18 91742 Knucklehead HAZ-LO Spot - Alkaline Yellow - Blister KnuckleheadEA HAZ-LO Spot080926-91742-2 $151.29 91744 Knucklehead HAZ-LO Spot - Alkaline Orange - Blister KnuckleheadEA HAZ-LO Spot080926-91744-6 $151.29 SURVIVOR® 90513 Survivor with Charger/Holder and 120V AC & 12V DC cords - Yellow SurvivorEA 080926-90513-9 $219.58 90503 Survivor with Charger/Holder and 120V AC & 12V DC cords - Orange SurvivorEA 080926-90503-0 $219.58 90523 Survivor with Charger/Holder and 120V AC & 12V DC cords - Black SurvivorEA 080926-90523-8 $219.58 90512 Survivor with 120V AC Fast Charge - Yellow SurvivorEA 080926-90512-2 $255.30 90502 Survivor with 120V AC Fast Charge - Orange SurvivorEA 080926-90502-3 $255.30 90522 Survivor with 120V AC Fast Charge - Black SurvivorEA 080926-90522-1 $255.30 90519 Survivor with 12V DC - Yellow SurvivorEA 080926-90519-1 $255.30 90528 Survivor with 12V DC Fast Charge - Black SurvivorEA 080926-90528-3 $255.30 90509 Survivor with 12V DC Fast Charge - Orange SurvivorEA 080926-90509-2 $255.30 90510 Survivor(W/O CHARGER) - Yellow SurvivorEA 080926-90510-8 $153.39 90500 Survivor (W/O CHARGER) - Orange SurvivorEA 080926-90500-9 $153.39 90520 Survivor (W/O CHARGER) - Black SurvivorEA 080926-90520-7 $153.39 90541 Survivor Alkaline Model - Yellow SurvivorEA 080926-90541-2 $101.63 90540 Survivor Alkaline Model - Orange SurvivorEA 080926-90540-5 $101.63 90545 Survivor Alkaline Model - Black SurvivorEA 080926-90545-0 $101.63 WAYPOINT® RECHARGEABLE 44910 Waypoint 120V AC - Yellow WaypointEA Rechargeable080926-44910-7 $204.00 44911 Waypoint 120V AC - Black WaypointEA Rechargeable080926-44911-4 $204.00 WAYPOINT® 44900 Waypoint with 12V DC power cord - Box - Yellow WaypointEA 080926-44900-8 $102.00 44902 Waypoint with 12V DC power cord - Box - Black WaypointEA 080926-44902 -2 $102.00 44904 Waypoint with 12V DC power cord - Clam packaged - Yellow WaypointEA 080926-44904-6 $102.00 44905 Waypoint with 12V DC power cord - Clam packaged - Black WaypointEA 080926-44905-3 $102.00 SIEGE® 44931 The Siege - Coyote TheEA Siege 080926-44931-2 $63.67 44941 Siege AA - Coyote SiegeEA AA 080926-44941-1 $48.00 44943 Siege AA with Magnets - Yellow NEW! SiegeEA AA Magnets 080926-44943-5 $53.00 44944 Siege AA - Pink NEW! SiegeEA AA Pink 080926-44944-2 $52.44 44945 Super Siege 120V AC - Yellow NEW! 080926-44945 9 $200.00 44947 Super Siege 120V AC - Coyote NEW! 080926-44947 3 $200.00 PROPOLYMERS® 67100 2AA ProPolymer HAZ-LO with alkaline batteries - Clam packaged - Black 2AAEA ProPolymer HAZ-LO080926-671003 $33.29 67101 2AA ProPolymer HAZ-LO with alkaline batteries - Clam packaged - Yellow 2AAEA ProPolymer HAZ-LO080926-67101-0 $33.29 67201 2AA with alkaline batteries - Clam packaged - Yellow 2AAEA 080926-67201-7 $28.41 62202 3N LED with White LEDs and alkaline batteries. Clam packaged. Yellow 3N LEDEA 080926-62202-9 $28.85 62302 3N LED with White LEDs and alkaline batteries. Clam packaged. Black 3N LEDEA 080926-62302-6 $28.85 68720 3AA ProPolymer HAZ-LO - Blister - Yellow 3AAEA ProPolymer HAZ-LO080926-68720-2 $72.82 68723 3AA ProPolymer HAZ-LO - Box - Yellow 3AAEA ProPolymer HAZ-LO080926-68723-3 $72.82 68721 3AA ProPolymer HAZ-LO - Blister - Black 3AAEA ProPolymer HAZ-LO080926-68721-9 $72.82 68724 3AA ProPolymer HAZ-LO - Box - Black 3AAEA ProPolymer HAZ-LO080926-68724-0 $72.82 68722 3AA ProPolymer HAZ-LO - Orange 3AAEA ProPolymer HAZ-LO080926-68722-6 $72.82 68750 3AA ProPolymer Dualie with 3 "AA" alkaline batteries. Clam - Yellow NEW! 3AAEA ProPolymer Dualie080926-68750-9 $52.00 68752 3AA ProPolymer Dualie with 3 "AA" alkaline batteries. Clam - Black NEW! 3AAEA ProPolymer Dualie080926-68752-3 $52.00 68751 3AA ProPolymer Dualie without batteries. Mailer - Yellow NEW! 3AAEA ProPolymer Dualie080926-68751-6 $50.00 68753 3AA ProPolymer Dualie without batteries. Mailer - Black NEW! 3AAEA ProPolymer Dualie080926-68753-0 $50.00 68760 3AA ProPolymer Dualie Laser with 3 "AA" alkaline batteries. Clam - Yellow NEW! 3AAEA ProPolymer Dualie080926-68760-8 Laser $70.00 68762 3AA ProPolymer Dualie Laser with 3 "AA" alkaline batteries. Clam - Black NEW! 3AAEA ProPolymer Dualie080926-68762-2 Laser $70.00 68820 4AA ProPolymax and alkaline batteries. Clam packaged. - Yellow 4AAEA ProPolyMax 080926-68820-9 $75.00 68821 4AA ProPolymax and alkaline batteries. Clam packaged. - Black 4AAEA ProPolyMax 080926-68821-6 $75.00 68822 4AA ProPolymax and alkaline batteries. Clam packaged. - Orange 4AAEA ProPolyMax 080926-68822-3 $75.00 68602 4AA Lux Div 1 with White LED and alkaline batteries. Clam packaged. Yellow 4AAEA Lux 080926-68602-1 $65.00 68702 4AA Lux Div 1 with White LED and alkaline batteries. Clam packaged. Black 4AAEA Lux 080926-68702-8 $65.00 68244 4AA Lux Div 2 with White LED and alkaline batteries. Clam packaged . Yellow 4AAEA Lux Div 2 080926-68244-3 $60.00 68344 4AA Lux Div 2 with White LED and alkaline batteries. Clam packaged .Black 4AAEA Lux Div 2 080926-68344-0 $60.00 68200 4AA LED with White LEDs without alkaline batteries in box. Yellow 4AAEA LED 080926-68200-9 $41.82 68201 4AA LED with White LEDs and alkaline batteries in box. Yellow 4AAEA LED 080926-68201-6 $43.86 68202 4AA LED with White LEDs and alkaline batteries. Clam packaged . Yellow 4AAEA LED 080926-68202-3 $43.86 68300 4AA LED with White LEDs without alkaline batteries in box. Black 4AAEA LED 080926-68300-6 $41.82 68302 4AA LED with White LEDs and alkaline batteries. Clam packaged . Black 4AAEA LED 080926-68302-0 $43.86 68301 4AA LED with White LEDs and alkaline batteries in box. Black 4AAEA LED 080926-68301-3 $43.86 68250 4AA without alkaline batteries in box. Yellow 4AAEA 080926-68250-4 $38.19

Streamlight, Inc. Confidential Page 5 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 68251 4AA with alkaline batteries in box. Yellow 4AAEA 080926-68251-1 $41.38 68254 4AA with alkaline batteries. Clam packaged. Yellow 4AAEA 080926-68254-2 $41.38 33820 3C ProPolymer HAZ-LO - Yellow 3C ProPolymerEA HAZ-LO080926-33820-3 $78.02 33822 3C ProPolymer HAZ-LO - Orange 3C ProPolymerEA HAZ-LO080926-33822-7 $78.02 33602 3C Lux Div 1 with White LED without alkaline batteries. Clam packaged. Yellow 3C LuxEA 080926-33602-5 $75.75 33702 3C Lux Div 1 with White LED without alkaline batteries. Clam packaged.Black 3C LuxEA 080926-33702-2 $75.75 33202 3C LED with White LEDs without alkaline batteries. Clam packaged. Yellow 3C LEDEA 080926-33202-7 $61.81 33302 3C LED with White LEDs without alkaline batteries. Clam packaged. Black 3C LEDEA 080926-33302-4 $61.81 33254 3C without alkaline batteries. Clam packaged. Yellow 3C EA 080926-33254-6 $51.36 TWIN-TASK® 51039 Twin-Task 3C LED. Clam packaged T EA 080926-51039-5 $66.30 51045 Twin-Task 3C UV LED (390). Clam packaged T EA 080926-51045-6 $81.60 51043 Twin-Task 3AAA LED with Laser. Clam packaged Twin-TaskEA 3AAA Laser 080926-51043-2 $66.30 51038 Twin-Task 3AA LED. Clam packaged T EA 080926-51038-8 $51.00 51036 Twin-Task 1L LED. Clam packaged T EA 080926-51036-4 $51.00 51037 Twin-Task 2L LED. Black. Clam packaged T EA 080926-51037-1 $66.30 51072 Multi Ops with AAA alkaline batteries. Clam packaged. Black MultiEA Ops 080926-51072-2 $75.48 51057 Buckmasters PackMate with lithium batteries. Clam packaged. Camo with Green LEDs PackMateEA 080926-51057-9 $85.68 51025 Buckmasters Camo Twin-Task 2L with lithium batteries. Clam packaged. Realtree Hardwoods Green BuckmastersEA Camo TT- 080926-51025-82L $58.14 TASK-LIGHTS® 51006 Task-Light 3AA with alkaline batteries. Clam packaged. Black Task-LightEA 3AA LED 080926-51006-7 $68.29 51016 Task-Light 3AA with alkaline batteries. Clam packaged. Titanium Task-LightEA 3AA LED 080926-51016-6 $68.29 HEADLAMPS 61024 Septor HAZ-LO Div. 1 with alkaline batteries. Rubber & Elastic straps. Yellow SeptorEA HAZ-LO 080926-61024-8 $54.00 61052 Septor Div. 2 with alkaline batteries. Rubber & Elastic straps. Yellow SeptorEA Div. 2 080926-61052-1 $51.00 61200 3AA HAZ-LO Headlamp with alkaline batteries. Rubber & Elastic Straps. Yellow 3AAEA HAZ-LO 080926-61200-6 $68.34 61025 Trident HAZ-LO Div. 1 with White LEDs, alkaline batteries. Rubber & Elastic straps. Yellow TridentEA HAZ-LO 080926-61025-5 $55.62 61050 Trident Div. 2 with White LEDs, alkaline batteries. Rubber & Elastic straps. Yellow TridentEA Div. 2 080926-61050-7 $39.92 61051 Trident Div. 2 with (2) White and (1) Green LED with alkaline batteries. Rubber & Elastic straps. Green Trident_GreenEA Div. 2 080926-61051-4 $39.92 61070 Buckmasters Camo Trident with (3) Green LEDs & alkaline batteries. Camo BuckmastersEA Trident 080926-61070-5 $45.18 61026 Argo HAZ-LO Div. 1 with alkaline batteries. Rubber & Elastic Straps. Yellow ArgoEA HAZ-LO 080926-61026-2 $54.00 61301 Argo Div. 2 with alkaline batteries. Rubber & Elastic Straps. Yellow ArgoEA Div. 2 080926-61301-0 $50.00 61304 ProTac HL Headlamp ProTacEA HL Headlamp 080926-61304-1 $100.98 61600 Double Clutch USB - Yellow DoubleEA Clutch USB 080926-61600-4 $75.00 61601 Double Clutch USB - Black DoubleEA Clutch USB 080926-61601-1 $75.00 61602 Double Clutch USB 120V AC - Yellow DoubleEA Clutch USB 080926-61602-8 $85.00 61603 Double Clutch USB 120V AC - Black DoubleEA Clutch USB 080926-61603-5 $85.00 61607 Double Clutch Alkaline - Yellow DoubleEA Clutch USB 080926-61607-3 $58.00 61608 Double Clutch Alkaline - Black DoubleEA Clutch USB 080926-61608-0 $58.00 61400 Enduro with alkaline batteries. Visor Clip and Elastic Strap. Black EnduroEA 080926-61400-0 $23.00 61405 Enduro with alkaline batteries. Visor Clip and Elastic Strap. Camo EnduroEA 080926-61405-5 $28.00 HELMET MOUNTED LIGHTING 69140 Vantage with white and blue LEDs. Box. Black VantageEA 080926-69140-7 $205.02 69157 Vantage with white and blue LEDs. Box. Red (NFFF) RedEA Vantage 080926-69157-5 $210.12 69189 Vantage with white and green LEDs. Box. Green VantageEA 080926-69189-6 $207.00 68270 Helmet Lighting Kit - 3AA ProPolymer HAZ-LO with, alkaline batteries, Streamlight helmet mount, helmet band. Clam packaged. Yellow 3AAEA Helmet Lighting Kit080926-68270-2 $94.67 88854 PolyTac Helmet Lighting Kit - PolyTac, lithium batteries, helmet mount, helmet band. Clam packaged. Yellow P EA 080926-88854-8 $102.80 CLIPMATE SERIES o 61125 ClipMate USB - Light only. Black with white and red LEDs ClipMateEA USB 080926-61125-2 $56.10 61126 Clipmate USB with 120V AC. Black with white and red LEDs ClipMateEA USB 080926-61126-9 $66.30 61100 ClipMate with White LEDs and alkaline batteries. Yellow ClipMateEA 080926-61100-9 $28.09 61101 ClipMate with White LEDs and alkaline batteries. Black ClipMateEA 080926-61101-6 $28.09 61102 ClipMate with Green LEDs and alkaline batteries. Black ClipMateEA 080926-61102-3 $28.09 STYLUS PRO® 66118 Stylus Pro Black. Clam packaged - White LED StylusEA Pro 080926-66118-9 $34.34 66120 Stylus Pro Red Clam packaged - White LED StylusEA Pro 080926-66120-2 $34.34 66121 Stylus Pro Silver Clam packaged - White LED StylusEA Pro 080926-66121-9 $34.34 66122 Stylus Pro Blue Clam packaged - White LED StylusEA Pro 080926-66122-6 $34.34 66124 Buckmasters Stylus Pro RealTree Hardwood High Definition Green Camo Clam packaged - Green LED BuckmastersEA Stylus Pro080926-66124-0 $38.38 66133 Stylus Pro USB with 120V AC adapter, USB cord, nylon holster. Black with white LED StylusEA Pro USB 080926-66133-2 $90.90 66134 Stylus Pro USB with USB cord, nylon holster. Black with white LED StylusEA Pro USB 080926-66134-9 $80.80 66148 Stylus Pro USB UV with 120V AC adapter, USB cord, nylon holster NEW! EA 080926-66148-6 $98.90 66149 Stylus Pro USB UV with USB cord, nylon holster EA 080926-66149-3 $88.80 STYLUS PRO REACH 66418 Stylus Pro Reach Black. Clam packaged - White LED StylusEA Pro Reach 080926-66418-0 $49.93 STYLUS® 65006 Stylus - Black Clam packaged - Red LED StylusEA 080926-65006-0 $23.81 65012 Stylus - Silver - Clam packaged - White LED StylusEA 080926-65012-1 $23.81 65018 Stylus Black. Clam packaged - White LED StylusEA 080926-65018-3 $23.81 65020 Stylus - Black Clam packaged - Green LED StylusEA 080926-65020-6 $23.81 65022 Stylus Black. Clam packaged - Blue LED StylusEA 080926-65022-0 $23.81 65024 Stylus - Gold Clam packaged - White LED StylusEA 080926-65024-4 $23.81 65035 Stylus - Red - Clam packaged - White LED StylusEA 080926-65035-0 $23.81 65050 Stylus - Blue - Clam packaged - White LED StylusEA 080926-65050-3 $23.81 65058 Stylus - UL Listed Black White LED Stylus_ULEA 080926-65058-9 $23.81 65069 Stylus Black. Clam packaged - 365 nm UV LED StylusEA UV 080926-65069-5 $32.47 65080 Stylus - US Flag - Clam packaged -White LED Stylus_AMEA Flag 080926-65080-0 $27.06

Streamlight, Inc. Confidential Page 6 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i STYLUS REACH® 65612 Stylus Reach - Silver - Clam packaged. White LED StylusEA Reach 080926-65612-3 $32.47 65618 Stylus Reach - Black - Clam packaged. White LED StylusEA Reach 080926-65618-5 $32.47 65658 Stylus Reach - UL Listed Black - Clam packaged. White LED StylusEA Reach_UL 080926-65658-1 $32.47 STYLUS REACH 18® 65418 Stylus Reach 18 - Black - 18" Cable - Clam packaged -White LED StylusEA Reach 18 080926-65418-1 $37.88 STREAMLIGHT JR.® LED 71500 Streamlight Jr. LED - with alkaline batteries. Black StreamlightEA Jr. LED 080926-71500-4 $55.08 71600 Streamlight Jr. Reach LED - with alkaline batteries. Black StreamlightEA Jr. Reach LED080926-71600-1 $68.67 KEY CHAIN LIGHTS 73100 The LOGO TheEA LOGO 080926-73100-4 $12.00 63001 CuffMate with batteries. Clam packaged. CuffMateEA 080926-63001-7 $20.15 66318 MicroStream Black Clam packaged - White LED MicroStreamEA 080926-66318-3 $29.43 72001 Key-Mate with White LED with batteries. Clam packaged. Black Key-MateEA 080926-72001-5 $17.15 72003 Key-Mate with Green LED with batteries. Clam packaged. Black Key-MateEA 080926-72003-9 $17.15 72016 Key-Mate/Filter Combo - Black Key-Mate w/ White LED, Red & Blue Filters with lanyard Key-MateEA 080926-72016-9 $25.72 72101 Key-Mate with White LED with batteries. Clam packaged. Titanium Key-MateEA 080926-72101-2 $17.15 72203 Key-Mate with Green LED with batteries. Clam packaged. Camo Key-MateEA 080926-72203-3 $19.29 73001 Nano Light with White LED. Clam packaged. Black NanoEA Light 080926-73001-4 $10.40 73002 Blue Nano Light with White LED. Supports COPS. Clam packaged. Blue BlueEA COPS Nano Light 080926-73002-1 $12.48 73003 Pink Nano Light with White LED. Supports BCRF. Clam packaged. Pink PinkEA BCRF Nano Light 080926-73003-8 $12.48 73005 Red Nano Light with White LED. Supports NFFF. Clam packaged. Red RedEA NFFF Nano Light 080926-73005-2 $12.48 73006 Orange Nano Light with White LED. Supports BADF. Clam packaged. Orange OrangeEA BADF Nano Light080926-73006-9 $12.48 73007 Coyote Nano Light with White LED. Supports TMF. Clam packaged. Coyote CoyoteEA TMF Nano Light080926-73007-6 $12.48 73008 Red Nano Light with White LED. Supports ADA. Clam packaged. Red RedEA ADA Nano Light 080926-73008-3 $12.48 TACTICAL LIGHTS (HAND-HELD) 88853 PolyTac with lithium batteries. Clam packaged. Yellow PolyTacEA 080926-88853-1 $70.34 88850 PolyTac with lithium batteries. Clam packaged. Black PolyTacEA 080926-88850-0 $70.34 88851 PolyTac with lithium batteries. Clam packaged. Coyote PolyTacEA 080926-88851-7 $70.34 88860 PolyTac HP with lithium batteries - Black PolyTacEA HP 080926-88860-9 $81.16 88861 PolyTac HP with lithium batteries - Coyote PolyTacEA HP 080926-88861-6 $81.16 88863 PolyTac HP with lithium batteries - Yellow PolyTacEA HP 080926-88863-0 $81.16 88830 PolyTac 90 with lithium batteries - Black PolyTacEA 90 080926-88830-2 $87.55 88831 PolyTac 90 with lithium batteries - Yellow PolyTacEA 90 080926-88831-9 $87.55 88834 PolyTac 90 with lithium batteries - Orange PolyTacEA 90 080926-88834-0 $87.55 88832 PolyTac 90 with Gear Keeper and lithium batteries - Orange PolyTacEA 90 080926-88832-6 $108.15 88700 Super Tac with holster and lithium batteries. Box SuperEA Tac 080926-88700-8 $129.01 88704 Super Tac IR with lithium batteries. Clam packaged SuperEA Tac 080926-88704-6 $156.06 88708 SuperTac X with lithium batteries and holster. Box SuperEA Tac X 080926-88708-4 $129.01 88709 SuperTac X with lithium batteries. Clam packaged SuperEA Tac X 080926-88709-1 $122.77 88710 SuperTac X Kit (includes lithium batteries, vertical grip and low profile mount). Box SuperEA Tac X 080926-88710-7 $311.08 85001 Scorpion with lithium batteries. Clam packaged. ScorpionEA 080926-85001-9 $68.40 85004 Scorpion with belt clip attachment. Includes batteries. Mailing Carton. ScorpionEA 080926-85004-0 $73.91 85010 Scorpion LED with lithium batteries. Clam packaged. ScorpionEA LED 080926-85010-1 $86.17 85011 Scorpion X with lithium batteries. Clam packaged ScorpionEA X 080926-85011-8 $86.17 85400 Scorpion HL with lithium batteries. Clam packaged ScorpionEA HL 080926-85400-0 $120.00 88105 TL-2 LED with lithium batteries. Clam packaged. Black TL-2EA LED 080926-88105-1 $117.57 88119 TL-2 X with lithium batteries. Clam packaged TL-2XEA 080926-88119-8 $117.57 88122 TL-2 IR LED with lithium batteries.Clam packaged. Black TL-2EA LED 080926-88122-8 $148.57 88008 NightFighter X with lithium batteries. Clam packaged NightFighterEA X 080926-88008-5 $117.57 51056 Night Com LED with lithium batteries. Clam packaged. Red LEDs NightEA Com LED 080926-51056-2 $75.48 51046 Night Com UV LED with lithium batteries. Clam packaged. NightComEA UV 080926-51046-3 $91.80 88030 ProTac 1L Includes 1 CR123A lithium battery and holster. Black P EA 080926-88030-6 $75.00 88031 ProTac 2L Includes 2 CR123A lithium batteries and holster. Black P EA 080926-88031-3 $85.00 88032 ProTac 1AA Includes 1 "AA" alkaline battery and holster. Black P EA 080926-88032-0 $68.00 88033 ProTac 2AA Includes 2 "AA" alkaline batteries and holster. Black P EA 080926-88033-7 $70.00 88034 ProTac EMS. Clam packaged. Includes 1 "AA" alkaline battery and holster. Blue ProTacEA EMS 080926-88034-4 $68.00 88039 ProTac 2AAA Includes 2 "AA" alkaline batteries. Black ProTacEA 2AAA 080926-88039-9 $50.00 88040 ProTac HL Includes 2 CR123A lithium batteries and holster. Black ProTacEA HL 080926-88040-5 $135.00 88044 ProTac HL Includes 2 CR123A lithium batteries and holster. Pink ProTacEA HL - Pink 080926-88044-3 $141.67 88047 ProTac HL 3 Includes 3 CR123A lithium batteries. Black ProTacEA HL 3 080926-88047-4 $155.00 88049 ProTac 1AAA. Includes 1 "AAA" alkaline battery, lanyard and nylon holster. Black ProTacEA 1AAA 080926-88049-8 $48.00 88052 ProTac HL USB. Includes USB cord and nylon holster. Black ProTacEA HL USB 080926-88052-8 $180.00 88054 ProTac HL USB 120V AC/12V DC Includes USB cord and nylon holster. Black ProTacEA HL USB 080926-88054-2 $200.00 88058 ProTac Railmount 1L NEW! EA 080926-88058-0 $175.00 88059 ProTac Railmount 2L NEW! EA 080926-88059-7 $190.00 88060 ProTac HL 4 Includes 4 CR123A lithium batteries. Black NEW! EA 080926-88060-3 $175.00 SIDEWINDER® Miltary Model High Perfomance multi-source LED flashlight. Each LED features 4 levels of increased output intensities: Low, Medium, Medium-High, High, plus Strobe. 14000 Sidewinder Military Model White C4 LED, Red, Blue, IR LEDs. Includes 2 “AA” alkaline batteries. Clam packaged SidewinderEA 080926-14000-4 $105.06 14032 Sidewinder Military Model White C4 LED, Red, Blue, IR LEDs. Includes 2 “AA” alkaline batteries. Boxed SidewinderEA 080926-14032-5 $105.06 14027 Sidewinder Military Model White C4 LED, Red, Blue, IR LEDs. Includes helmet mount and 2 “AA” alkaline batteries. Clam packaged SidewinderEA 080926-14027-1 $138.68 14031 Sidewinder Military Model White C4 LED, Red, Blue, IR LEDs. Includes E-mount and 2 “AA” alkaline batteries. Clam packaged SidewinderEA 080926-14031-8 $140.00 Aviation Model High Perfomance multi-source LED flashlight. Each LED features 4 levels of increased output intensities: Low, Medium, Medium-High, High, plus Strobe. 14008 Sidewinder Aviation Model White C4 LED,Green, Blue, IR LEDs. Includes 2 “AA” alkaline batteries. Clam packaged SidewinderEA 080926-14008-0 $105.06 14024 Sidewinder Aviation Model White C4 LED, Green, Blue, IR LEDs Includes MOLLE retainer and 2 “AA” alkaline batteries. Boxed SidewinderEA 080926-14024-0 $120.82

Streamlight, Inc. Confidential Page 7 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i Rescue Model High Perfomance multi-source LED flashlight. Each LED features 4 levels of increased output intensities: Low, Medium, Medium-High, High, plus Strobe. 14065 Sidewinder Rescue Kit - White C4 LED, Green, Blue, IR LEDs Includes MOLLE retainer, paracord and 2 “AA” alkaline batteries. Boxed SidewinderEA Rescue 080926-14065-3 $147.90 14069 Sidewinder Rescue Kit - White C4 LED, Green, Blue, IR LEDs Includes MOLLE retainer, paracord and 2 “AA” alkaline batteries. Clam SidewinderEA Rescue 080926-14069-1 $147.90 14066 Sidewinder Rescue - White C4 LED, Green, Blue, IR LEDs. Includes 2 “AA” alkaline batteries. Box SidewinderEA Rescue 080926-14066-0 $109.00 14067 Sidewinder Rescue - White C4 LED, Green, Blue, IR LEDs. Includes 2 “AA” alkaline batteries. Clam packaged. SidewinderEA Rescue 080926-14067-7 $109.00 14068 Sidewinder Rescue - White C4 LED, Green, Blue, IR LEDs. Includes E-mount and 2 “AA” alkaline batteries. Box SidewinderEA Rescue 080926-14068-4 $145.00 SIDEWINDER COMPACT® II Military Model Ultra-compact, high performance, multi-source LED flashlight. Each LED features 4 levels of increased output intensities: Low, Medium, Medium-High, High, plus Strobe. 14510 Sidewinder Compact II Military Model -White C4 LED, Red, Blue, IR LEDs includes helmet mount and CR123A lithium battery. Boxed SidewinderEA Compact II 080926-14510-8 $126.61 Sidewinder Compact II Military Model -White C4 LED, Red, Blue, IR LEDs includes helmet mount, headstrap and CR123A lithium battery. Clam packaged 14512 SidewinderEA Compact II 080926-14512-2 $134.48 Sidewinder Compact II Military Model -White C4 LED, Red, Blue, IR LEDs includes E-mount, headstrap and CR123A lithium battery. Clam packaged 14513 SidewinderEA Compact II 080926-14513-9 $136.00 14514 Sidewinder Compact II Military Model -White C4 LED, Red, Blue, IR LEDs includes helmet mount, headstrap and CR123A lithium battery. Boxed SidewinderEA Compact II 080926-14514-6 $134.48 14518 Sidewinder Compact II Military Model -White C4 LED, Red, Blue, IR LEDs includes helmet mount, rail mount and CR123A lithium battery. Boxed SidewinderEA Compact II 080926-14518-4 $142.80 Aviation Model High Perfomance multi-source LED flashlight. Each LED features 4 levels of increased output intensities: Low, Medium, Medium-High, High, plus Strobe. Sidewinder Compact II 14531 Sidewinder Compact II Aviation Model White C4 LED,Green, Blue, IR LEDs. Includes rail mount, headstrap and one CR123A lithium battery. Clam SidewinderEA Compact II 080926-14531-3 $137.70 14532 Sidewinder Compact II Aviation Model White C4 LED,Green, Blue, IR LEDs. Includes rail mount, headstrap and one "AA" alkaline battery. Boxed. SidewinderEA Compact II 080926-14532-0 $137.70 14533 Sidewinder Compact II Aviation Model White C4 LED,Green, Blue, IR LEDs. Includes NVG mount (works with HGU-84 rotary wing aircrew helmet) and one "AA" alkaline battery. Boxed.SidewinderEA Compact II 080926-14533-7 $138.56

TACTICAL LIGHTS (WEAPONS-MOUNTED) Export of Streamlight products may be subject to U.S. export controls, including but not limited to export controls administered by the U.S. Department of Commerce, Bureau of Industry and Security, under the Export Administration Regulations or by the U.S. Department of State, Directorate of Defense Trade Controls under the International Traffic in Arms Regulations. Sale of this product is restricted to Federal, state and local government law enforcement agencies through a direct purchase order. 69110 TLR-1® Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-1EA 080926-69110-0 $205.88 69210 TLR-1s® with strobe Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-1sEA 080926-69210-7 $211.18

69211 TLR-1s® with strobe. Earless screw. Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-1sEA 080926-69211-4 $211.18 69150 TLR-1 IR Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-1EA 080926-69150-6 $265.30 69260 TLR-1 HL Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-1EA HL 080926-69260-2 $243.45 69264 TLR-1 HL. Earless screw. Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-1EA HL 080926-69264-0 $243.45

69262 TLR-1 HL Long Gun Kit - Includes Safe off remote door switch, remote pressure switch, mounting clips, standard door switch, lithium batteries. Boxed. TLR-1EA HL 080926-69262-6 $304.98

69215 TLR-1 HPL Standard Switch Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed TLR-1EA HPL 080926-69215-2 $227.31 TLR-1 HPL Remote Switch Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two.Remote switch, door switch, and lithium batteries. 69216 Boxed TLR-1EA HPL 080926-69216-9 $289.68

69219 TLR-1 HPL Long Gun Kit - Includes Safe off remote door switch, remote pressure switch, mounting clips, standard door switch, lithium batteries. Boxed. TLR-1EA HPL 080926-69219-0 $289.68 69227 TLR-1 Game Spotter STD Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed TLR-1EA Game Spotter 080926-69227-5 $211.18 TLR-1 Game Spotter RMT Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Remote switch, door switch, and lithium batteries. 69228 Boxed TLR-1EA Game Spotter 080926-69228-2 $301.38 69120 TLR-2 with Laser Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-2EA Laser 080926-69120-9 $512.56

69230 TLR-2s with Laser with strobe function Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-2sEA 080926-69230-5 $517.87

69250 TLR-2 G with Green Laser Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-2GEA 080926-69250-3 $572.22 TLR-2 IRW with visible white LED and Class I "eye safe" IR Laser Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium 69165 batteries. Boxed. TLR2EA IRW 080926-69165-0 $586.50 TLR-2 IR Eye Safe with IR LED and Class I "eye safe" IR Laser Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. 69166 Boxed. TLR-2EA IR Eye Safe 080926-69166-7 $765.00 69261 TLR-2 HL with Laser Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-2EA HL 080926-69261-9 $544.13

NEW 69265 TLR-2 HL G with white LED and green laser. Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two. Lithium batteries. Boxed. TLR-2EA HLG 080926-69265-7 $591.60 69220 TLR-3 Securely fits a broad range of weapons using included key kit. CR2 lithium battery. Boxed. TLR-3EA 080926-69220-6 $143.26 69221 TLR-3, H&K USP Compact with CR2 lithium battery TLR-3EA 080926-69221-3 $164.49 69222 TLR-3, USP FullH&K USP Full-Size with CR2 lithium battery TLR-3EA 080926-69222-0 $164.49 69240 TLR-4 with Laser Securely fits a broad range of weapons using included key kit. CR2 lithium battery. Boxed. TLR-4EA 080926-69240-4 $228.16 69241 TLR-4, H&K USP Compact with CR2 lithium battery TLR-4EA 080926-69241-1 $249.38 69242 TLR-4, H&K USP Full-Size with CR2 lithium battery TLR-4EA 080926-69242-8 $249.38 69245 TLR-4G with Laser Securely fits a broad range of weapons using included key kit. CR2 lithium battery. Boxed. TLR-4GEA 080926-69245-9 $406.98 69246 TLR-4G, H&K USP Compact with CR2 lithium battery TLR-4GEA 080926-69246-6 $427.48 69247 TLR-4G, H&K USP Full-Size with CR2 lithium battery TLR-4GEA 080926-69247-3 $427.48 69270 TLR-6 GLOCK 42/43 with white LED and red laser. Includes two CR 1/3N lithium batteries NEW TLR-6EA 080926-69270-1 $175.00 69272 TLR-6 GLOCK 26/27 with white LED and red laser. Includes two CR 1/3N lithium batteries TLR-6EA 080926-69272-5 $175.00 69273 TLR-6 S&W M&P Shield with white LED and red laser. Includes two CR 1/3N lithium batteries TLR-6EA 080926-69273-2 $175.00 69274 TLR-6 Kahr with white LED and red laser. Includes two CR 1/3N lithium batteries TLR-6EA 080926-69274-9 $175.00 69275 TLR-6 SIG P238/P938 with white LED and red laser. Includes two CR 1/3N lithium batteries TLR-6EA 080926-69275-6 $175.00 69276 TLR-6 Kimber Micro 1911 with white LED and red laser. Includes two CR 1/3N lithium batteries TLR-6EA 080926-69276-3 $175.00 69180 TLR-VIR visible LED/IR illuminator includes opaque lens cover, remote switch, 1913 key and 2 CR123A lithium batteries. TLR-VIREA 080926-69180-3 $720.56 69190 TLR-VIR Pistol visible LED/IR illuminator includes rail locating keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two,and 2 CR123A lithium batteries. TLR-VIREA 080926-69190-2 $510.00 P.O.P./DISPLAYS Countertop Displays 99179 Rail Mount Display (TLR-1/2HL, 2G, TRL3/4) *NO DISCOUNTS EA 080926-99179-8 $855.78 99180 ProTac Family Display *NO DISCOUNTS EA 080826-99180-4 --- 99027 Stylus General Display (Includes 12 Black with White LED Stylus) EA 080926-99027-2 $285.73 99110 Nano Light Display (Includes 12 Black Nano Lights) EA 080926-99110-1 $124.85 99142 Red Nano Light (NFFF) Display (Includes 12 Red Nano Lights) EA 080926-99142-2 $149.82

Streamlight, Inc. Confidential Page 8 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 99126 Pink Nano Light (BCRF) Display (Includes 12 Pink Nano Lights) EA 080926-99126-2 $149.82 99164 Blue Nano Light (COPS) Display (Includes 12 Blue Nano Lights) EA 080926-99164-4 $149.82 99168 Orange Nano Light (BADF) Display (Includes 12 Orange Nano Lights) EA 080926-99168-2 $149.82 99169 Coyote Nano Light (TMF) Display (Includes 12 Coyote Nano Lights) EA 080926-99169-9 $149.82 99188 Red Nano Light (ADA) Display (Includes 12 Red Nano Lights) EA 080926-99188-0 $149.82 Clip Strip Displays 99104 Clip Strip Display - MicroStream - Black EA 080926-99104-0 $350.97 99105 Clip Strip Display - Stylus Pro - Black EA 080926-99105-7 $412.08 99106 Clip Strip Display - Nano Light - Black EA 080926-99106-4 $124.85 99207 Clip Strip Display - Nano Light - Pink EA 080926-99207-8 $149.82 99208 Clip Strip Display - Nano Light - Blue EA 080926-99208-5 $149.82 99124 Clip Strip Display - AAAA Battery 080926-99124-8 $107.87 Acrylic Displays - Displays single flashlight. Great for countertops and trade show displays. Feature card set sold separately. *No Discounts Apply* 99163 5 Unit Acrylic Display - Displays 5 hand-held flashlights EA N/A --- 991126 Acrylic Display Large 14.6x7.62x13.33 EA N/A --- 991125 Acrylic Display Small 14.6x7.62x8.89 EA N/A --- Other - No discounts apply N/A 99107 Steel Pegboard Display (product not included) - 2 sided, shelves included, features casters so display can easily be moved EA N/A --- 99132 Logoed Backer, Slat Wall - plastic branded backround for slat wall display. Includes plastic clips for mounting. 60.96x91.44 cm EA N/A --- 99133 Logoed Backer, Peg Hook - plastic branded backround for peg board display. Includes platic clips for mounting. 60.96x91.44 cm EA N/A --- 99353 Feature Card Set EA N/A --- 99065 Header Sign Metallic (frame sold separately) 55.88x15.24cm EA N/A --- 99066 Header Sign Black (frame sold separately) 55.88x15.24cm EA N/A --- 99068 Header Sign White (frame sold separately) 55.88x15.24cm EA N/A --- 99067 Header Sign Org (frame sold separately) 55.88x15.24cm EA N/A ---

991087 Frame Slat Wall compatible (header sign sold separately) - Metal frame for plastic hearder signs (sold separately). Mounts on slat wall. 57.15 x17.78 cm EA N/A ---

991088 Frame Peg Board compatible (header sign sold separately) - Metal frame for plastic hearder signs (sold separately). Mounts on or peg board 57.15 x17.78 cm EA N/A --- 992021 Bowed Header - Large header sign. Plastic with metal frame. 69.85x20.32x22.25 cm EA N/A --- 991089 Cintra (PVC) Sign - Metallic color sign with logo. Features hooks for either slat wall or peg board mounting. 45.75x12.7 cm EA N/A --- 99039 Streamlight Banner 3x6, vinyl, white .9x 1.8m EA N/A --- 99091 Banner 90.17x48.25 cm vinyl, white EA N/A --- 990755 5" Icon Sticker EA N/A --- 990756 3" Icon Sticker EA N/A --- 990757 Silver Bumper Sticker EA N/A --- 990762 Hard hat Sticker EA N/A --- Modular Display Brackets - Product and feature cards sold separately. *No Discounts Apply* 992020 Display Base (Brackets and product sold separately) 11.75x3x4 EA N/A --- 99356 Bracket - Hand-held Lights (fits most Streamlight hand-held lights) 29.84x7.62x10.16 EA N/A --- 99357 Bracket - Stinger Charger 120V 29.84x7.62x10.16 EA N/A --- 99358 Bracket - Strion Charger 120V 29.84x7.62x10.16 EA N/A --- 99359 Bracket - Headlamps 29.84x7.62x15.24 EA N/A --- 99360 Display Base - Vulcan Charger 120V 22.86x33.02x29.84 EA N/A --- 99361 Display Base - Survivor Series Charger 120V 22.86x33.02x29.84 EA N/A --- 99362 Display Base - LiteBox Charger 120V 22.86x33.02x29.84 EA N/A --- 99363 Display Base - HID LiteBox Charger 22.86x33.02x29.84 EA N/A --- 99364 Bracket - TLR-1/TLR-2 29.84x7.62x10.16 EA N/A --- 99365 Display Base - Sidewinder 29.84x7.62x10.16 EA N/A --- 99366 Display Base with Bracket - TLR-3 29.84x7.62x10.16 EA N/A --- Modular Displays *No discounts 99171 MOD DISPLAY, TLR2s, TLR-3, TLR-4 EA N/A --- 99172 MOD DISPLAY, TLR-1, TLR-2, TLR-2G, TLR-1HL EA N/A --- 99174 MOD DISPLAY, TLR-1, TLR-3. TLR-4 EA N/A --- 99178 MOD DISPLAY, TLR-1 HL, TLR-2G, TLR-4 EA N/A --- 99211 MOD DISPLAY, ProPolymer 3C LED EA N/A --- 99213 MOD DISPLAY, ProPolymer 3N LED EA N/A --- 99214 MOD DISPLAY, ProPolymer 4AA LED EA N/A --- 99218 MOD DISPLAY, Streamlight Jr. LED EA N/A --- 99222 MOD DISPLAY, Scorpion LED EA N/A --- 99223 MOD DISPLAY, Septor EA N/A --- 99228 MOD DISPLAY, Trident EA N/A --- 99268 MOD DISPLAY, Trident - Green LEDs EA N/A --- 99272 MOD DISPLAY, Enduro EA N/A --- 99273 MOD DISPLAY, TLR-1 EA N/A --- 99274 MOD DISPLAY, TLR-2 EA N/A --- 99281 MOD DISPLAY, Survivor LED Display 120V (Alkaline & Rechargeable) EA N/A --- 99283 MOD DISPLAY, Streamlight Jr. Reach LED EA N/A --- 99287 MOD DISPLAY, Stinger LED EA N/A --- 99303 MOD DISPLAY, Stinger DS LED 120V EA N/A --- 99315 MOD DISPLAY, 3AA HAZ-LO Headlamp EA N/A --- 99316 MOD DISPLAY, ATEX HAZ-LO - Headlamp EA N/A --- 99326 MOD DISPLAY, PolyTac EA N/A --- 99330 MOD DISPLAY, PolyStinger LED 120V AC EA N/A --- 99334 MOD DISPLAY, PolyStinger DS LED 120V AC EA N/A --- 99340 MOD DISPLAY, Strion LED 120V AC EA N/A ---

Streamlight, Inc. Confidential Page 9 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 99345 MOD DISPLAY, TLR-1, TLR-2, TLR-3 Display EA N/A --- 99351 MOD DISPLAY, TLR-3 EA N/A --- 99352 MOD DISPLAY, Argo EA N/A --- 99369 MOD DISPLAY, TLR-1s EA N/A --- 99371 MOD DISPLAY, TLR-1s,2s,4 EA N/A --- 99372 MOD DISPLAY, Stinger DS LED HP 120V AC EA N/A --- 99376 MOD DISPLAY, Strion LED HP 120V AC EA N/A --- 99380 MOD DISPLAY, Waypoint EA N/A --- 99383 MOD DISPLAY, ProTac 1L EA N/A --- 99384 MOD DISPLAY, ProTac 2L EA N/A --- 99385 MOD DISPLAY, ProTac 1AA EA N/A --- 99386 MOD DISPLAY, ProTac 2AA EA N/A --- 99387 MOD DISPLAY, TLR-1,1s,2s EA N/A --- 99397 MOD DISPLAY, Knucklehead - Yellow EA N/A --- 99400 MOD DISPLAY, Super Tac X EA N/A --- 99401 MOD DISPLAY, Scorpion X EA N/A --- 99403 MOD DISPLAY, PolyTac 90 EA N/A --- 99410 MOD DISPLAY, TLR-4 EA N/A --- 99411 MOD DISPLAY, Sidewinder Compact II Military Model EA N/A --- 99412 MOD DISPLAY, Stylus Pro Reach EA N/A --- 99414 MOD DISPLAY, ProTac 2AAA EA N/A --- 99415 MOD DISPLAY, ProTac HL EA N/A --- 99417 MOD DISPLAY, TLR-1 HPL EA N/A --- 99418 MOD DISPLAY, STRION HL EA N/A --- 99419 MOD DISPLAY, STINGER HL EA N/A --- 99420 MOD DISPLAY, DS LED HL EA N/A --- 99421 MOD DISPLAY, TLR-1 HL EA N/A --- 99422 MOD DISPLAY, TLR-2 HL EA N/A --- 99423 MOD DISPLAY, TLR-2G EA N/A --- 99424 MOD DISPLAY, TLR GS EA N/A --- 99425 MOD DISPLAY, TLR-1 HL, TLR-2G, PROTAC HL EA N/A --- 99426 MOD DISPLAY, PROTAC HL 3 EA N/A --- 99427 MOD DISPLAY, SCORPION HL EA N/A --- 99428 MOD DISPLAY, TLR-4G EA N/A --- 99429 MOD DISPLAY, PROTAC HL HEADLAMP EA N/A --- 99430 MOD DISPLAY, CLIPMTE USB EA N/A --- 99431 MOD DISPLAY, STYLUS PRO USB EA N/A --- 99457 MOD DISPLAY, STYLUS PRO USB UV EA N/A --- 99455 MOD DISPLAY, 3AA DUALIE EA N/A --- 99456 MOD DISPLAY, DUALIE/LASER EA N/A --- ACCESSORIES 14030 Replacement Retainer MOLLE - Sidewinder EA 080926-14030-1 $22.06 14055 Sidewinder Helmet Mount - Coyote EA 080926-14055-4 $32.57 14057 Sidewinder 1913 Rail Mount (not intended for use with long guns) - Coyote EA 080926-14057-8 $30.60 14059 Elastic Headstrap - Coyote. Works with Sidewinder Compact and PolyTac 90 EA 080926-14059-2 $10.51 14136 Sidewinder E-Mount Kit (ACH, ECH, MICH, LWH Compatible) EA 080926-14136-0 $35.70 14137 Sidewinder E-Mount Accessory Kit - includes E-mount, MOLLE retainer and paracord EA 080926-14137-7 $56.10 14138 Paracord EA 080926-14138-4 $5.10 14139 Sidewinder Rescue Accessory Kit - includes MOLLE retainer and paracord EA 080926-14319-1 $26.52 14902 Safety Wand - Glow in the Dark - Sidewinder Series EA 080926-14902-1 $12.71 14112 Sidewinder Helmet Mount Accessory Kit EA 080926-14112-4 $42.84 14113 Sidewinder Rail Mount Accessory Kit EA 080926-14113-1 $28.56 14135 NVG Mount (works with HGU-84 rotary wing aircrew helmet) 080926-14135-3 $28.05 20110 SL-20X Lamp Module EA 080926-20110-1 $21.01 20111 SL-20X-LED Lamp Module EA 080926-20111-8 $21.01 20140 Switch Module (SL-20X) EA 080926-20140-8 $16.23 20160 Lens (SL-20X, , SL-20 XP, SL-20XP LED,Stinger HP, Stinger XT HP, UltraStinger, SL-20XP-LED) (Clear polycarbonate) EA 080926-20160-6 $2.63 20170 Battery Stick (SL-20X) (NiCd) EA 080926-20170-5 $56.73 20175 Battery Stick (SL-20X-LED) (NiCd) EA 080926-20175-0 $56.73 21400 5 Unit Bank Charger, 120V AC (SL Series) EA 080926-21400-2 $338.29 21401 5 Unit Bank Charger 12V DC (SL Series) EA 080926-21401-9 $338.29 22050 DC2 direct wire charge cord (All Rechargeables) EA 080926-22050-8 $14.71 22051 DC1 Charge Cord (All Rechargeables) EA 080926-22051-5 $14.71 22052 Charge Sleeve Assembly (SL-20X, SL-20X-LED, SL-20XP-LED) (**Cord not included) EA 080926-22052-2 $13.66 22056 12V DC power cord (10ft, 3 meters) - HID LiteBox EA 080926-22056-0 $21.01 22058 120V AC USB Wall Adapter EA 080926-22058-4 $10.20 22057 USB Cord EA 080926-22057-7 $1.53 22060 IEC Type A AC Plug (100V/120V) EA 080926-22060-7 $30.60 22063 Portable Scene Light Power Supply EA 080926-22063-8 $45.90 22064 Portable Scene Light Cord with 120V AC Plug EA 080926-22064-5 $5.10 22069 12V DC USB adapter EA 080926-22069-0 $8.16 22311 120V AC charge cord (All Rechargeables except UltraStinger Fast Charger and HID LiteBox) EA 080926-22311-0 $22.06 22511 Safety Wand (SL-20X, SL-20X-LED, SL-20XP, SL-20XP-LED) - Red EA 080926-22511-4 $8.40 22512 Safety Wand (SL-20X, SL-20X-LED, SL-20XP, SL-20XP-LED) - Blue EA 080926-22512-1 $8.40 22513 Safety Wand (SL-20X, SL-20X-LED, SL-20XP, SL-20XP-LED) - Glow in the Dark EA 080926-22513-8 $14.71 22517 Safety Wand (SL-20X, SL-20X-LED, SL-20XP, SL-20XP-LED) - White EA 080926-22517-6 $8.40 22519 Safety Wand (SL-20X, SL-20X-LED, SL-20XP, SL-20XP-LED) - Yellow EA 080926-22519-0 $8.40

Streamlight, Inc. Confidential Page 10 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 22665 120V AC Fast Charge cord (Required for UltraStinger and HID LiteBox) EA 080926-22665-4 $31.52 22911 Ring Holder (SL-20X, SL-20X-LED, SL-20XP, SL-20XP-LED) EA 080926-22911-2 $8.40 24003 3C-XP Lamp Module EA 080926-24003-2 $20.59 25090 Holster, (Nylon) SL Series, 3C ProPolymer Series EA 080926-25090-1 $25.21 25107 SL-20XP Lamp Module EA 080926-25107-6 $21.01 25127 SL-20XP-LED - Lamp Module EA 080926-25127-4 $21.01 25140 Switch Module (SL-20XP) EA 080926-25140-3 $16.23 25141 Switch Module (SL-20XP LED/SL-20X LED) EA 080926-25141-0 $26.00 25170 Battery Stick (SL20-XP) (NiCd) EA 080926-25170-0 $56.73 33004 3C Xenon Lamp Assembly EA 080926-33004-7 $15.49 33051 LED Module - 3C ProPolymer HAZ-LO EA 080926-33051-1 $40.80 33221 3C White LED Module EA 080926-33221-8 $38.97 33222 3C Blue LED Module EA 080926-33222-5 $38.97 33903 Safety Wand (ProPolymer 3C Series) - Red EA 080926-33903-3 $7.35 33908 Safety Wand (ProPolymer 3C Series) - White EA 080926-33908-8 $7.35 40163 Locking Device (keyed differently ) (FireBox Series, LiteBox Series) **Must be factory installed EA 080926-40163-1 $14.71 44007 Battery (Vulcan/Fire Vulcan) EA 080926-44007-4 $45.18 44050 Quick Release Strap (FireVBox Series, LiteBox Series, Vulcan Series) EA 080926-44050-0 $31.42 44100 Charging Rack (Vulcan) Yellow EA 080926-44100-2 $25.21 44101 Charging Rack (Vulcan Series) Orange EA 080926-44101-9 $25.21 44130 Direct Wire 12V DC Charging Rack (Vulcan) Yellow EA 080926-44130-9 $49.38 44131 Direct Wire 12V DC Mounting Rack (Vulcan Series) Orange EA 080926-44131-6 $49.38 44610 Battery (Fire Vulcan LED) (Li Ion) EA 080926-44610-6 $56.73 44903 Waypoint 12V DC power cord, 158 cm EA 080926-44903-9 $14.71 44908 Waypoint mount/holder (Alkaline model) EA 080926-44908-4 $10.51 44909 Waypoint (Rechargeable)/Super Siege 120V AC Cord EA 080926-44909-1 $31.52 44915 Waypoint (Rechargeable) Filter - Red EA 080926-44915-2 $5.25 44916 Waypoint (Rechargeable) Filter - Green EA 080926-44916-9 $5.25 44918 Waypoint Rechargeable Holder EA 080926-44918-3 $10.51 44923 Waypoint Rechargeable/Super Siege 12V DC Cord EA 080926-44923-7 $20.40 44924 Waypoint (Alkaline) Filter - Red EA 080926-44924-4 $5.25 44925 Waypoint (Alkaline) Filter - Green EA 080926-44925-1 $5.25 44942 Siege AA Magnetic Base - Coyote EA 080926-44942-8 $12.24 45070 Standard System Mounting Rack Orange, LiteBox, FireBox, HID LiteBox, E-Flood LiteBox, E-Flood FireBox,E-Spot LiteBox, E-Spot FireBox EA 080926-45070-7 $31.52 45071 Direct Wire 12V DC Mounting Rack Orange, LiteBox, FireBox, HID LiteBox, E-Flood LiteBox, E-Flood FireBox, E-Spot LiteBox, E-Spot FireBox EA 080926-45071-4 $56.73 45072 Standard System Mounting Rack - Yellow LiteBox, FireBox, E-Flood LiteBox, E-Flood FireBox, E-Spot LiteBox, E-Spot FireBox EA 080926-45072-1 $31.52 45073 Mounting Rack (LiteBox, E-Flood LiteBox, E-Spot LiteBox ) Beige EA 080926-45073-8 $31.52 45074 Direct Wire 12V DC Mounting Rack Yellow,LiteBox, FireBox, E-Flood LiteBox, E-Flood FireBox EA 080926-45074-5 $56.73 45075 Standard System Mounting Rack Black, HID LiteBox EA 080926-45075-2 $31.52 45076 Direct Wire 12V DC Mounting Rack Black, HID LiteBox EA 080926-45076-9 $56.73 45232 Shoulder Strap (LiteBox, FireBox, HID LiteBox, E-Flood LiteBox, E-Flood FireBox,E-Spot LiteBox, E-Spot FireBox, Vulcan, Fire Vulcan, Fire Vulcan LED) EA 080926-45232-9 $16.23 45630 Battery - HID LiteBox, E-Flood LiteBox HL EA 080926-45630-3 $67.24 45637 HID Bulb Kit EA 080926-45637-2 $168.10 45638 HID lens/reflector assembly EA 080926-45638-9 $38.97 45654 HID IR Filter EA 080926-45654-9 $167.73 45657 HID Flood Lens EA 080926-45657-0 $16.81 45842 E-Flood Upgrade Kit EA 080926-45842-0 $105.06 45845 E-Spot Upgrade Kit EA 080926-45845-1 $78.80 45901 8 Watt Bi-Pin Bulb (100 Hr) (LiteBox, Vulcan, Fire Vulcan) EA 080926-45901-4 $10.72 45902 20 Watt Bi-Pin Bulb (100 Hr) (LiteBox) EA 080926-45902-1 $10.72 45903 8 Watt Bi-Pin Bulb (300 Hr) (LiteBox) EA 080926-45903-8 $13.14 45908 8 Watt Flood Lamp Assembly (LiteBox) EA 080926-45908-3 $24.90 45910 20 Watt Flood Lamp Assembly (LiteBox) EA 080926-45910-6 $24.90 45911 8 Watt Spot Lamp Assembly (LiteBox, FireBox) EA 080926-45911-3 $24.90 45913 20 Watt Spot Lamp Assembly (LiteBox) EA 080926-45913-7 $24.90 45915 8W Dual Filament Lamp Assembly EA 080926-45915-1 $36.77 45921 8 Watt Dual Filament Bulb (LiteBox, Vulcan) EA 080926-45921-2 $18.91 45937 Battery (LiteBox, FireBox, E-Flood LiteBox, E-Spot LiteBox) EA 080926-45937-3 $56.73 51101 Twin-Task 2D Xenon Bulb EA 080926-51101-9 $9.56 51102 Twin-Task 3C Xenon Bulb EA 080926-51102-6 $9.56 51103 Twin-Task 3AA Xenon Bulb EA 080926-51103-3 $9.56 51104 Twin-Task 1L Xenon Bulb EA 080926-51104-0 $9.56 51105 Twin-Task 2L Xenon bulb EA 080926-51105-7 $9.56 51107 Twin-Task Rechargeable Xenon Bulb EA 080926-51107-1 $9.56 51201 Twin-Task 3C Series Holster EA 080926-51201-6 $8.40 61001 Battery Cartridge (Trident Series & Septor FIRST GENERATION) EA 080926-61001-9 $5.20 61003 Rubber Headlamp Strap (Headlamps) EA 080926-61003-3 $3.99 61004 Xenon Bulb (Trident and TT-3AAA Laser) EA 080926-61004-0 $5.20 61128 ClipMate USB battery EA 080926-61128-3 $12.65 61205 Nano Light battery - 4 pk EA 080926-61205-1 $7.14 61604 Double Clutch USB Lithium Polymer Battery EA 080926-61604-2 $25.50 63030 Coin Cell batteries - 2 pack (CuffMate) EA 080926-63030-7 $5.99 64030 "N" Cell batteries - 6 pack EA 080926-64030-6 $9.56 65030 AAAA Batteries - 6 pack EA 080926-65030-5 $7.88 65031 Stylus Glare Guard EA 080926-65031-2 $3.15 65905 Nylon Holster, Stylus EA 080926-65905-6 $4.20 66028 Nylon Holster, Stylus Pro EA 080926-66028-1 $4.20

Streamlight, Inc. Confidential Page 11 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 66029 Nylon Holster, Stylus Pro USB EA 080926-66029-8 $4.20 66143 Lithium ion battery - Stylus Pro USB EA 080926-66143-1 $15.30 67007 2AA Xenon Lamp Assembly EA 080926-67007-5 $8.35 67103 2AA LED Module EA 080926-67103-4 $14.29 68085 4AA/3AA/PolyTac Helmet Mount EA 080926-68085-2 $26.27 68220 4AA Xenon Lamp Assembly EA 080926-68220-7 $15.49 68221 4AA White LED Module EA 080926-68221-4 $28.15 68222 4AA Blue LED Module EA 080926-68222-1 $28.15 68088 Belt Clip (3AA ProPolymer HAZ-LO/4AA ProPolymax) EA 080926-68088-3 $10.20 68089 Poly Mount - Fits 2AA/3AA/4AA ProPolymer Series, PolyTac Series EA 080926-68089-0 $16.32 68905 Nylon Holster - fits 4AA, 4AA LED, PolyTac LED HP EA 080926-68905-3 $17.86 69100 Rail Mount (TL -2 LED, Super Tac) EA 080926-69100-1 $70.39 69114 Vertical Grip with Rail (Strion Series, TLR, TL-2 LED, Super Tac) EA 080926-69114-8 $112.41 69115 Flip Lens (TLR-1 Series, TLR-2 Series) - Red EA 080926-69115-5 $21.01 69116 Flip Lens (TLR-1 Series, TLR-2 Series) - Blue EA 080926-69116-2 $21.01 69117 Flip Lens (TLR-1 Series, TLR-2 Series) - Green EA 080926-69117-9 $21.01 69118 Flip Lens (TLR-1 Series, TLR-2 Series) - IR EA 080926-69118-6 $38.87 69124 Flip Lens (TLR-1 Series, TLR-2 Series) - Opaque EA 080926-69124-7 $10.51 69125 TLR Earless Screw Kit EA 080926-69125-4 $8.16 69130 Remote Door/Switch Assy (TLR-1 Series, TLR-2 Series) EA 080926-69130-8 $55.68 69161 Remote Door/Switch Assy with SAFE OFF (TLR-1 Series, TLR-2 Series) EA 080926-69161-2 $81.06 69132 Remote Tape Switch Plug, Straight (TLR-1 Series, TLR-2 Series) EA 080926-69132-2 $45.18 69134 Remote Pressure Switch Plug, Coil (TLR-1 Series, TLR-2 Series) EA 080926-69134-6 $45.18 69135 Remote Pressure Switch Plug, Straight (TLR-1 Series, TLR-2 Series) EA 080926-69135-3 $45.18 69175 Key Kit - Includes Rail Locating Keys for Glock style, 1913 Picatinny, S&W 99/TSW, and Beretta 90two and mounting tools (TLR-1 Series, TLR-2 Series) EA 080926-69175-9 $11.92 69176 Key Kit - Includes Rail Locating Keys for Glock style, 1913 Picatinny style rails and mounting tools (TLR-3 Series) EA 080926-69176-6 $11.92 69201 Holster, TLR-1 Series/TLR-3 EA 080926-69201-5 $29.42 69202 Holster, TLR-2/TLR-4 Series EA 080926-69202-2 $29.42 69223 CR2 lithium batteries - 2 pk EA 080926-69223-7 $11.92 69224 TLR-3/TLR-4, H&K USP Conversion Kit Compact EA 080926-69224-4 $22.06 69225 TLR-3/TLR-4, H&K USP Conversion Kit Full EA 080926-69225-1 $22.06 69271 CR 1/3N Lithium Batteries - 2 pk - TLR-6 EA 080926-69271-8 $5.10 69300 Contour Remote (Fits Glock 17/22 and 19/23 size frames) EA 080926-69300-5 $63.04 69310 Contour Remote (Fits Smith & Wesson M&P Autoloading Pistols) EA 080926-69310-4 $63.04 69901 Mag Tube Rail - (TLRs) EA 080926-69901-4 $25.21 69902 M-16/AR-15 Rail (TL Series, Super Tac, TLRs) EA 080926-69902-1 $25.21 69903 Mag Tube Rail - (Strion, TL Series, Super Tac) EA 080926-69903-8 $24.16 69906 REM 870 Rail (TLRs) EA 080926-69906-9 $25.21 71503 Nylon Holster - ProPolymer 2AA, Streamlight Jr. LED EA 080926-71503-5 $5.25 71510 Magnetic Clip - Streamlight Jr. LED Series EA 080926-71510-3 $6.30 72024 Lanyard with Push Button Slide EA 080926-72024-4 $3.15 72025 KeyMate Filter – Red EA 080926-72025-1 $6.30 72026 KeyMate Filter – Green EA 080926-72026-8 $6.30 72027 KeyMater Filter – Blue EA 080926-72027-5 $6.30 72028 KeyMater Filter – IR EA 080926-72028-2 $19.96 72030 Key-Mate Batteries - 4 pack EA 080926-72030-5 $3.57 74039 Flip Lens (2AA ProPolymer, TL-2 LED, NightFighter LED, Scorpion, Strion LED, PolyTac/90) I/R EA 080926-74039-6 $45.18 74054 Strion Series Grip Ring EA 080926-74054-9 $6.12 74059 Leather holster: Plain - Strion Series, ProTac HL EA 080926-74059-4 $48.96 74060 Leather holster: Basketweave Pattern - Strion Series, ProTac HL EA 080926-74060-0 $55.08 74102 Charger Holder (Strion Series) EA 080926-74102-7 $44.13 74115 USB PiggyBack Charger Holder (Strion Series) EA 080926-74115-7 $47.94 74175 Battery Stick (Strion Series, ProTac HL USB) (Li-Ion) EA 080926-74175-1 $38.97 74200 Rail Mount (Strion Series) EA 080926-74200-0 $70.39 74400 6-unit Bank Charger 120V AC (Strion Series) EA 080926-74400-4 $410.78 74401 6-unit Bank Charger 12V DC (Strion Series) EA 080926-74401-1 $410.78 74903 Safety Wand, Red (TL-2 LED, NightFighter LED, Scorpion/LED, Strion/LED, 2AA ProPolymer) EA 080926-74903-0 $8.40 74904 Safety Wand, Yellow (TL-2 LED, NightFighter LED, Scorpion/LED, Strion/LED, 2AA ProPolymer) EA 080926-74904-7 $8.40 74913 Safety Wand, Glow in the dark (TL-2 LED, NightFighter LED, Scorpion/LED, Strion/LED, 2AA ProPolymer) EA 080926-74913-9 $16.81 74914 Xenon Bulb (Strion) EA 080926-74914-6 $9.56 75027 Infrared Lens (Stinger/XT PolyStinger, Stinger LED/DS LED, 4AA ProPolymer Series) EA 080926-75027-2 $31.52 75100 Charger Holder Stinger (10 Hour) (All Stingers) (**Doesnot include cord ) EA 080926-75100-2 $25.21 75103 Charger Holder Fast Charge (2.5 hour) (All Stingers) (**Does not include cord) EA 080926-75103-3 $49.38 75115 Flip Lens (Stinger/XT PolyStinger, Stinger LED/DS LED 4AA ProPolymer Series) Red EA 080926-75115-6 $16.81 75116 Flip Lens (Stinger, PolyStinger, Stinger XT, Stinger LED, Stinger DS LED 4AA ProPolymer Series) Blue EA 080926-75116-3 $16.81 75117 Flip Lens (Stinger/XT PolyStinger, Stinger LED/DS LED 4AA ProPolymer Series) Green EA 080926-75117-0 $16.81 75133 Leather holster: Plain - Stinger LED/PolyStinger LED Series EA 080926-75133-0 $61.20 75134 Leather holster: Basketweave Pattern - Stinger LED/PolyStinger LED Series EA 080926-75134-7 $67.32 75135 Leather holster: Plain - Stinger/Stinger XT/Poly/Stinger EA 080926-75135-4 $61.20 75136 Leather holster: Basketweave Pattern - Stinger/Stinger XT/Poly/Stinger EA 080926-75136-1 $67.32 75140 Switch Module (Stinger, PolyStinger, Stinger HP, UltraStinger) ** Special tool required for installation EA 080926-75140-8 $16.23 75175 Battery Stick (NiCd) (All Stingers except UltraStinger, PolyStinger LED HAZ-LO) EA 080926-75175-0 $24.90 75176 Battery Stick (Lithium Ion) (All Stingers except UltraStinger, PolyStinger LED HAZ-LO) EA 080926-75176-7 $35.70 75275 PiggyBack Charger Holder - Steady Charger & Battery (**Does not include cord) -Stinger Series EA 080926-75275-7 $61.99 75375 Battery Stick (NiMH) (All Stingers except UltraStinger, PolyStinger LED HAZ-LO) EA 080926-75375-4 $24.90 75400 5 Unit Bank Charger, 120V (Stinger Series) EA 080926-75400-3 $338.29 75401 5 Unit Bank Fast Charger, 120V (All Stingers except UltraStinger) EA 080926-75401-0 $400.28

Streamlight, Inc. Confidential Page 12 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 75702 Anti-Roll Ring (Stinger/XT, PolyStinger, Stinger LED/DS LED, Stinger Classic LED, Stinger Lite Pipe) EA 080926-75702-8 $3.05 Stinger LED/DS LED C4 Upgrade Kit (For original Stinger LED models without "C" or "C4" in the serial number.) Kit includes facecap assembly, retaining ring, and C4 LED with 75768 EA 080926-75768-4 $39.09 switch assembly. 75851 Stinger DS LED Tail Cap Switch - Fits Stinger LED Model flashlights with serial #034389 and later EA 080926-75851-3 $22.75 75902 Safety Wand (Stinger/XT, PolyStinger, Stinger LED/DS LED, Stinger Classic LED, 4AA ProPolymer, TT-3C) - Blue EA 080926-75902-2 $7.35 75903 Safety Wand (Stinger/XT, PolyStinger, Stinger LED/DS LED, Stinger Classic LED, 4AA ProPolymer, TT-3C) - Red EA 080926-75903-9 $7.35 75904 Safety Wand (Stinger/XT, PolyStinger, Stinger LED/DS LED, Stinger Classic LED, 4AA ProPolymer, TT-3C) - Yellow EA 080926-75904-6 $7.35 75906 Ring Holder (All Stingers) EA 080926-75906-0 $8.40 75908 Safety Wand (Stinger/XT, PolyStinger, Stinger LED/DS LED, Stinger Classic LED, 4AA ProPolymer, TT-3C) - White EA 080926-75908-4 $7.35 75909 Holster, Stinger, PolyStinger (Deluxe Nylon) EA 080926-75909-1 $44.13 75910 Holster, Stinger HP/XT HP, UltraStinger, Super Tac (Deluxe Nylon) EA 080926-75910-7 $25.21 75913 Safety Wand (Stinger/XT, PolyStinger, Stinger LED/DS LED, Stinger Classic LED, 4AA ProPolymer, TT-3C) - Glow in the Dark EA 080926-75913-8 $13.66 75914 Xenon Bulb (Stinger, Stinger XT, PolyStinger) EA 080926-75914-5 $10.82 75927 Nylon Holster, Stinger LED/Stinger DS LED EA 080926-75927-5 $25.21 75928 Loop holster - Stinger Series EA 080926-75928-2 $38.87 75932 Safety Wand (PolyStinger LED, PolyStinger DS LED) - Blue EA 080926-75932-9 $7.35 75933 Safety Wand (PolyStinger LED, PolyStinger DS LED) - Red EA 080926-75933-6 $7.35 75934 Safety Wand (PolyStinger LED, PolyStinger DS LED) - Yellow EA 080926-75934-3 $7.35 75938 Safety Wand (PolyStinger LED, PolyStinger DS LED) - White EA 080926-75938-1 $7.35 75943 Safety Wand (PolyStinger LED, PolyStinger DS LED) - Glow in the Dark EA 080926-75943-5 $13.66 75946 Safety Wand (Strion HPL, Stinger HPL, Stinger DS HPL, Super Tac) - Red EA 080926-75946-6 $7.35 75947 Safety Wand (Strion HPL, Stinger HPL, Stinger DS HPL, Super Tac) - Blue EA 080926-75947-3 $7.35 75948 Safety Wand (Strion HPL, Stinger HPL, Stinger DS HPL, Super Tac) - Yellow EA 080926-75948-0 $7.35 75949 Safety Wand (Strion HPL, Stinger HPL, Stinger DS HPL, Super Tac) - White EA 080926-75949-7 $7.35 75950 Safety Wand (Strion HPL, Stinger HPL, Stinger DS HPL, Super Tac) - Glow in the Dark EA 080926-75950-3 $13.66 75951 Stinger Lite Pipe Kit - converts xenon models to Stinger Lite Pipe Stinger Lite Pipe 080926-75951-0 $51.00 75956 Lens/Reflector Assembly (Stinger, Stinger XT) EA 080926-75956-5 $16.23 75967 Stinger Series Magnetic Mount 080926-75967-1 $12.24 76090 Holster, Stinger, Stinger XT, PolyStinger (Nylon) EA 080926-76090-5 $21.01 76103 PolyStinger DS LED Switch EA 080926-76103-2 $22.75 76375 Battery Stick (PolyStinger LED HAZ-LO) (NiCd) EA 080926-76375-3 $42.02 76409 Lanyard, PolyStinger LED HAZ-LO EA 080926-76409-5 $6.30 76956 Lens/Reflector Assembly (PolyStinger) EA 080926-76956-4 $16.23 77175 Battery Stick (SL-20XP-LED, UltraStinger, SuperStinger) (NiCd) EA 080926-77175-8 $44.39 77375 Battery Stick - (SL-20XP-LED, UltraStinger) (NiMH) EA 080926-77375-2 $44.39 77914 Xenon Bulb, SuperStinger EA 080926-77914-3 $10.82 78903 Safety Wand (UltraStinger,UltraStinger LED) - Red EA 080926-78903-6 $8.40 78904 Safety Wand (UltraStinger,UltraStinger LED) - Yellow EA 080926-78904-3 $8.40 78908 Safety Wand (UltraStinger,UltraStinger LED) - White EA 080926-78908-1 $8.40 78913 Safety Wand (UltraStinger,UltraStinger LED) - Glow in the Dark EA 080926-78913-5 $13.66 78914 Xenon Bulb (UltraStinger) EA 080926-78914-2 $10.82 78915 Xenon Bulb (Stinger HP, Stinger XT HP) EA 080926-78915-9 $10.82 85115 Flip Lens (2AA ProPolymer, TL-2 LED, NightFighter LED, Scorpion, Strion LED, PolyTac/90) Red EA 080926-85115-3 $16.81 85116 Flip Lens (2AA ProPolymer, TL-2 LED, NightFighter LED, Scorpion, Strion LED, PolyTac/90) Blue EA 080926-85116-0 $16.81 85117 Flip Lens (2AA ProPolymer, TL-2 LED, NightFighter LED, Scorpion, Strion LED, PolyTac/90) Green EA 080926-85117-7 $16.81 85175 Lithium batteries (2) Pack (Net price applies. No other discounts) PK 080926-85175-7 $6.12 85177 Lithium batteries (12) Pack (Net price applies. No other discounts) PK 080926-85177-1 $30.60 85179 Lithium batteries (400) Pack (Net price applies. No other discounts) PK 080926-85179-5 $926.16 85180 Lithium batteries (6) Pack (Net price applies. No other discounts) PK 080926-85180-1 $16.32 85905 Black nylon holster (ProPolymer 2AA, TL-2 LED, Night Com, TT-2L, PolyTac, NightFighter, Scorpion, Strion/LED) EA 080926-85905-0 $13.66 85909 Nylon holster (Deluxe) (PolyTac, Scorpion) EA 080926-85909-8 $44.13 85914 Xenon Bulb (Scorpion, TL-2, PolyTac) EA 080926-85914-2 $9.56 88035 Nylon Holster - ProTac 1L EA 080926-88035-1 $13.66 88036 Nylon Holster - ProTac 2L EA 080926-88036-8 $13.66 88037 Nylon Holster - ProTac 1AA EA 080926-880375 $13.66 88038 Nylon Holster - ProTac 2AA EA 080926-88038-2 $13.66 88043 Nylon Holster - ProTac HL 3 EA 080926-88043-6 $13.66 88045 Nylon Holster - ProTac 2AAA EA 080926-88045-0 $13.66 88048 Nylon Holster - ProTac HL 3 EA 080926-88048-1 $13.66 88051 Tactical Holster (TL-2 LED, Scorpion Series, Strion Series, PolyTac/PolyTac HP, NightCom, ProTac HL/ProTac HL 3) EA 080926-88051-1 $20.40 88053 Duty Holster (Stinger LED, Stinger LED HL, Stinger HPL, Stinger Classic LED, PolyStinger LED, PolyStinger LED HAZ-LO) EA 080926-88053-5 $20.40 88056 Rubber Sleeve - ProTac HL 3 EA 080926-88056-6 $6.12 88057 Safety Wand - Red - ProTac HL 3 EA 080926-88057-3 $7.14 88117 Tail Switch Kit (TL-2 LED, Nightfighter Series) EA 080926-88117-4 $17.34 88118 Low Profile Mount (TL-2 LED) EA 080926-88118-1 $67.24 88178 Remote Retaining Clip EA 080926-88178-5 $4.99 88185 Remote Switch with 8" Cord (TL-2 LED, Super Tac) EA 080926-88185-3 $47.28 88186 Remote Switch withCoil Cord (TL-2 LED, Super Tac) EA 080926-88186-0 $47.28 88833 Gear Keeper (works with PolyTac 90 ) EA 080926-88833-3 $21.01 88839 PolyTac 90 Pocket Clip EA 080926-88839-5 $10.51 88914 Xenon Bulb - TL-3 EA 080926-88914-9 $9.56 90010 Steady Charge (SC) Plug-In Charger Holder(Knucklehead/Survivor LED) EA 080926-90010-3 $31.52 90011 120V AC Fast Charger (Knucklehead/Survivor LED) EA 080926-90011-0 $73.54 90012 DC #1 Fast Charger (Knucklehead/Survivor LED) EA 080926-90012-7 $73.54 90013 DC #2 Fast Charger (Knucklehead/Survivor LED) EA 080926-90013-4 $73.54 90030 Lamp Module (Survivor Original Version) EA 080926-90030-1 $19.54 90054 Bezel/Lens Assembly (Original Survivor) EA 080926-90054-7 $10.82

Streamlight, Inc. Confidential Page 13 W e 2016 Part Nbr Item Description UOM UPC Code b MSRP L i 90110 Steady Charge (SC) PiggyBack Charger **Cords not included (Knucklehead/Survivor LED) EA 080926-90110-0 $45.18 90111 AC PiggyBack Fast Charger (Knucklehead/Survivor LED) Does not include battery EA 080926-90111-7 $86.15 90112 DC #1 PiggyBack Fast Charger (Knucklehead/Survivor LED) EA 080926-90112-4 $86.15 90113 DC #2 PiggyBack Fast Charger (Knucklehead/Survivor LED) EA 080926-90113-1 $86.15 90120 Battery Pack - Survivor (Original version) EA 080926-90120-9 $56.31 90130 NiCd Battery (Blue Sleeve) (Survivor, also works with Knucklehead) EA 080926-90130-8 $56.31 90314 Black Dot Xenon Bulb (Survivor Div 2) EA 080926-90314-2 $10.72 90320 Xenon Bulb (Survivor Div 1) EA 080926-90320-3 $10.72 90330 Facecap Assembly - Suvivor Div 2 EA 080926-90330-2 $16.23 90335 NiCd Battery (Orange Sleeve) (Survivor/Khead HAZ-LO) EA 080926-90335-7 $66.51 90337 NiCd Battery (White Sleeve) (Incandescent Survivor Div 1) EA 080926-90337-1 $56.31 90338 NiCd Battery (Black Sleeve) (Incandescent Survivor Div 2, Knucklehead) EA 080926-90338-8 $56.31 90400 Bank Charger (SC) 120V AC (Knucklehead/Survivor LED) EA 080926-90400-2 $429.70 90401 Bank Charger 12V DC (Knucklehead/Survivor LED) EA 080926-90401-9 $429.70 90542 Knucklehead/Survivor LED alkaline battery pack (Batteries not included) EA 080926-90542-9 $5.99 90547 Face cap assembly (Survivor LED) EA 080926-90547-4 $10.82 90557 Facecap Assembly - Suvivor LED (For models with serial #216940 and later) EA 080926-90557-3 $12.61 90643 Knucklehead Magenet Cover EA 080926-90643-3 $2.10 99075 Rubber Helmet Strap EA 080926-99075-3 $4.20 900145 Facecap Assembly - Suvivor Div 1 EA N/A $16.23 908019 Survivor (Low Profile) Smoke Cutter Plug Kit $8.16 Realtree Hardwoords® Green High Definition® is a registered trademark of Jordan Outdoor Enterprises, Ltd.

Please contact the International Department at Streamlight for any clarification you may require.

Streamlight, Inc. Confidential Page 14 SUREFIRE 2016 Retail Price List HANDHELD LIGHTS Part Number Part Description UPC MSRP 6PX-D-BK 6PX PRO, 6 VOLT, DUAL STAGE 15/320 LU, WH LED, ALUM BLACK TYPE III ANO, CLICK SWITCH 084871320290 $95.00

E1D LED DEFENDER 3 VOLT, DUAL STAGE 300/5 LU, WH LED, ALUM BLACK TYPE III ANO, CLICK E1DL-A 084871323529 $240.00 SWITCH E2D LED DEFENDER ULTRA, 6 VOLT, DUAL STAGE 500/5 LU, WH LED, ALUM BLACK TYPE III ANO, E2DLU-A 084871321242 $265.00 CLICK SWITCH EB1C-B-BK EB1 BACKUP, 3 VOLT, DUAL STAGE 200/5 LU, WH LED, ALUM BLACK TYPE III ANO, CLICK SWITCH, 084871320627 $220.00 NO SHROUD EB2C-A-BK EB2 BACKUP, 6 VOLT, DUAL STAGE 500/5 LU, WH LED, ALUM BLACK TYPE III ANO, CLICK SWITCH 084871321518 $235.00

G2X-C-BK G2X TACTICAL, 6 VOLT, SINGLE STAGE 320 LU, WH LED, POLYMER & ALUM, BLACK, TACTICAL 084871320313 $70.00 SWITCH G2X-D-BK G2X PRO, 6 VOLT, DUAL STAGE 15/320 LU, WH LED, POLYMER & ALUM, BLACK, CLICK STYLE 084871320351 $70.00 SWITCH G2X-D-FG G2X PRO, 6 VOLT, DUAL STAGE 15/320 LU, WH LED, POLYMER & ALUM, FOLIAGE GREEN, CLICK 084871320368 $70.00 STYLE SWITCH G2X-D-TN G2X TACTICAL, 6 VOLT, DUAL STAGE 15/320 LU, WH LED, POLYMER & ALUM, TAN, CLICK SWITCH 084871320375 $70.00

G2X-D-YL G2X PRO, 6 VOLT, DUAL STAGE 15/320 LU, WH LED, POLYMER & ALUM, YELLOW, CLICK STYLE 084871320382 $70.00 SWITCH G2XLE-BK G2X LAW ENFORCEMENT, 6 VOLT, DUAL STAGE HIGH FIRST 400/15 LU, POLYMER & ALUM, 084871324892 $80.00 BLACK, CLICK STYLE SWITCH G2ZX-C-BK G2ZX COMBATLIGHT, 6 VOLT, SINGLE STAGE 320 LU, POLYMER & ALUM, BLACK, TACTICAL 084871320399 $97.00 SWITCH P1R-A-BK PEACEKEEPER, RECHARGABLE 18650 BATTERY, TACTICAL SWITCH 600 LU SINGLE OUTPUT, 084871321624 $250.00 REFLECTOR, TYPE III, BLACK P1R-B-BK PEACEKEEPER, RECHARGABLE 18650 BATTERY, CLICK SWITCH 600/15 LU DUAL OUTPUT, 084871321631 $250.00 REFLECTOR, TYPE III, BLACK P2X FURY W/ INTELLIBEAM TECHNOLOGY, 6 VOLT, 15-600 LU, WH LED, ALUM BLACK TYPE III P2XIB-A-BK 084871324441 $229.00 ANO, TACTICAL SWITCH P2XT-A P2X FURY TACTICAL, 6 VOLT, SINGLE STAGE 600 LU, WH LED, KNURLED BLACK TYPE III ANO, 084871323932 $160.00 CLICK SWITCH P2XC-A P2X FURY, 6 VOLT, DUAL STAGE 15/600 LU, WH LED, KNURLED ALUM BLACK TYPE III ANO, CLICK 084871323925 $160.00 SWITCH P3X-A-BK FURY, 9V, TACTICAL SWITCH, 1000 LU., SINGLE OUTPUT, BLACK 084871321563 $250.00 P3X-B-BK FURY, 9V, CLICK SWITCH, 15 / 1000 LU., DUAL OUTPUT, BLACK 084871321273 $250.00 P3XT-A FURY, 9V, TACTICAL SWITCH, 1000 LU., SINGLE OUTPUT, KNURLED ALUM BLACK TYPE III ANO 084871323963 $250.00

P3XC-A FURY, 9V, CLICK SWITCH, 15 / 1000 LU., DUAL OUTPUT, KNURLED ALUM BLACK TYPE III ANO 084871323956 $250.00

R1-B-BK R1 LAWMAN, 4 VOLT, RECHARGEABLE, PROGRAMMABLE, MULTIPLE OUTPUT 15/300/1,000 LU, 084871323277 $455.00 WH LED, DUAL FUEL, ALUM BLACK TYPE III ANO, BEZEL & TACTICAL SWITCH TITAN-A TITAN-A COMPACT LIGHT, 15/125 LUMEN, AAA BATTERY, ALUM BLACK TYPE III ANO, TWIST ON 084871324335 $69.99

TITAN-B TITAN-A COMPACT LIGHT, 5/75/300 LUMEN, AAA BATTERY, ALUM BLACK TYPE III ANO, TWIST ON 084871324847 $99.99

UDR-A-BK UDR DOMINATOR RECHARGEABLE, 8 VOLT, VARIABLE OUTPUT 10 - 2,400, DUAL FUEL, ALUM 084871317450 $1,370.00 BLACK TYPE III ANO, SELECTOR RING, BEZEL SWITCH VAMPIRE, 3 VOLT, DUAL OUTPUT 5/250 LU WHITE LIGHT, 10/100mW OF IR, ALUM BLACK TYPE III V1-B-BK 084871325356 $299.00 ANO, CLICKIE SWITCH Y300U-A-BK HANDHELD, TWO-LEVEL OUTPUT 15/500 LU, 6V, HARD ANO, MAGNETIC BELT CLIP, BLACK 084871322065 $295.00 WEAPON LIGHTS Part Number Part Description UPC MSRP 328LMF-A DEDICATED SMG FOREND, 3V, MP5, 300 LUEMNS, BLACK, MOMENTARY/CONSTANT ON MODES 084871323710 $649.00

628LMF-A DEDICATED SMG FOREND, 6V, MP5, 500 LUEMNS, BLACK, MOMENTARY/CONSTANT ON MODES 084871323697 $659.00

DEDICATED 6V SHOTGUN FOREND FOR REMINGTON 870; INCLUDES AMBIDEXTRIOUS DSF-870 MOMENTARY/CONSTANT ON SWITCHES, DISABLE ROCKER SWITCH, ISOLATED SELECTOR 084871321006 $395.00 SWITCH FOR HIGH (600 LUMENS) & LOW (200 LUMENS) OUTPUT MODES DEDICATED 6V SHOTGUN FOREND FOR MOSSBER 500/590; INCLUDES AMBIDEXTRIOUS DSF-500/590 MOMENTARY/CONSTANT ON SWITCHES, DISABLE ROCKER SWITCH, ISOLATED SELECTOR 084871321020 $395.00 SWITCH FOR HIGH (600 LUMENS) & LOW (200 LUMENS) OUTPUT MODES M300C-Z68-BK SCOUT LIGHT, 3V, M75 THUMB SCREW MOUNT, 300 LUMENS, BLACK, Z68 CLICK ON/OFF TAILCAP 084871324670 $299.00

SCOUT LIGHT, 3V, VAMPIRE WITH WHITE/INFRARED LEDS, M75 THUMB SCREW MOUNT, 250 M300V-B-Z68-BK 084871325325 $389.00 LUMENS/100mW, BLACK, Z68 CLICK ON/OFF TAILCAP SCOUT LIGHT, 3V, TWO AA, M75 THUMB SCREW MOUNT, 200 LUMENS,Z68 CLICK ON/OFF 08487323970 $299.00 M600AA-DSS TAILCAP ONLY, BLACK SCOUT LIGHT, 3V, TWO AA, M75 THUMB SCREW MOUNT, 200 LUMENS, BLACK, Z68 CLICK ON/OFF 084871325240 $369.00 M600AA-BK TAILCAP & UE07 TAPE SWITCH SCOUT LIGHT, 6V, M75 THUMB SCREW MOUNT, 500 LUMENS, BLACK, Z68 CLICK ON/OFF TAILCAP M600U-Z68-BK 084871323802 $299.00

M600V-B-Z68-BK SCOUT LIGHT, 6V, VAMPIRE WITH WHITE/INFRARED LEDS, M75 THUMB SCREW MOUNT, 350 084871325332 $420.00 LUMENS/120mW, BLACK, CLICK ON/OFF TAILCAP X300U-B X300 ULTRA WEAPON LIGHT, 6V, UNIVERSAL/PICATINNY RAIL MOUNT, 500 LUMENS, Z-XBC 084871324939 $299.00 PUSH/TOGGLE SWITCH, BLACK,

Page 1 of 7 SureFire 2016 Dealer Price List October 20, 2015 X300 VAMPIRE WEAPON LIGHT, 6V, UNIVERSAL/PICATINNY RAIL MOUNT, 350 LUMENS, BLACK, Z- X300V-B 084871325547 $429.00 XBC PUSH/TOGGLE SWITCH X400 ULTRA, 6V, UNIVERSAL/PICATINNY RAIL MOUNT, 500 LUMENS, 505 nM GREEN LASER, X400U-A-GN 084871321198 $790.00 BLACK, Z-XBC PUSH/TOGGLE SWITCH X400 ULTRA, 6V, UNIVERSAL/PICATINNY RAIL MOUNT, 500 LUMENS, 635 nM RED LASER, BLACK, Z- X400U-A-RD 084871321211 $595.00 XBC PUSH/TOGGLE SWITCH X400 VAMPIRE, 6V, WHITE/INFRARED LEDS, UNIVERSAL/PICATINNY RAIL MOUNT, 350 X400V-B-IRC 084871325349 $875.00 LUMENS/120mW, CONSUMER INFRARED LASER, BLACK, Z-XBC PUSH/TOGGLE SWITCH XC1-A XC1 COMPACT PISTOL LIGHT UNIVERSAL/PICCATINNY RAIL MOUNT, 200 LU, AAA BATTERY, 084871325073 $299.00 ALUM BLACK TYPE III ANO HANDSFREE LIGHTS (HELMET LIGHT, HEADLAMP, WRIST LIGHT) Part Number Part Description UPC MSRP HL1-A-BK HELMET LIGHT, 3V, 1.4 -19.2 LU, BLU/WH/IR LEDS, BLACK 084871314916 $190.00 HL1-A-TN HELMET LIGHT, 3V, 1.4 -19.2 LU, BLU/WH/IR LEDS, TAN 084871110464 $190.00 HL1-A-TN CS HELMET LIGHT, 3V, 1.4 -19.2 LU, BLU/WH/IR LEDS, TAN 084871110471 $190.00 HL1-B-TN HELMET LIGHT, 3V, 1.4 -19.2 LU, IR/WH/IR LEDS, TAN 084871110488 $190.00 HL1-C-TN HELMET LIGHT, 3V, 1.4 -19.2 LU, RD/WH/IR LEDS, TAN 084871110495 $190.00 HL1-D-TN HELMET LIGHT, 3V, 1.4 -19.2 LU, IR/YG/IR LEDS, TAN 084871110501 $190.00 HS3-A-BK HEADLAMP MAXIMUS, LI-ION RECHARGEABLE, 1-500 LU LED, FUEL GUAGE, BLACK 084871318204 $275.00 HS3W-A-BK MAXIMUS VISION, 1-450 LU WARM LED, LI-ION RECHARGABLE, BLACK 084871322096 $275.00 2211X-A-BK COMPACT WRISTLIGHT, 123A BATTERY, 300/60/15 LU, BLACK 084871323994 $169.00 2211-A-BK-PLM 2211 COMPACT WRIST LIGHT, RECHARGE LI-ION, 300/60/15 LU, BLACK POLYMER 084871325318 $229.00 2211-B-BK-LMX COMPACT WRISTLIGHT WITH LUMINOX WATCH, RECHARGE LI-ION, 15/60/300 LU, BLACK 084871324854 $649.00 LENS FILTERS Part Number Part Description UPC MSRP F04-A SLIP ON BEAMSHAPER FILTER, 1.125" BEZEL, FITS EXECUTIVE, OUTDOORSMAN SERIES 084871320085 $30.00 F05-A SLIP ON RED FILTER ASSY, 1.125" BEZEL, FITS EXECUTIVE, OUTDOORSMAN SERIES 084871320092 $30.00 F06-A SLIP ON BLUE FILTER ASSY, 1.125" BEZEL, FITS EXECUTIVE, OUTDOORSMAN SERIES 084871320108 $30.00 F07-A SLIP ON CLEAR PROTECTIVE COVER ASSY, 1.125" BEZEL, FITS X300U, X400U 084871324649 $30.00 FM70 FILTER ASSEMBLY FOR 1.125" OR 1" BEZELS, RED, BLUE, GREEN LENS INCLUDED 084871321846 $95.00 MOUNTS AND ACCESSORIES Part Number Part Description UPC MSRP

RM45-BK M300 OR M600 SCOUT RAIL MOUNT REPLACEMENT, LIGHT SITS ON 45 DEGREE ANGLE, BLACK 084871323611 $69.00

DD-RTS-SET RAPID TRANSITION SIGHT SET 084871316187 $238.00 DD-RTS-FO RAPID TRANSITION SIGHT WITH RED AND GREEN FIBER OPTIC SIGHT 084871322638 $288.00 DD-RTS-TRITIUM RAPID TRANSITION SIGHT WITH TRITIUM NIGHT SIGHT. SINGLE FRONT AND DUAL REAR DOTS. 084871322645 $332.00 LAMP ASSEMBLY Part Number Part Description UPC MSRP KE1D-A-BK LED HEAD, CRENELLATED, TWO STAGE 300 LU/5 LU, UPGRADE TO 3V EXECUTIVE SERIES 084871323598 $259.00 LIGHTS, BK KE1F-A-BK LED MODULE, 300 LU, FITS M300B SERIES SCOUTLIGHTS, BLACK 084871324748 $259.00 KE2-A-BK LED MODULE, 500 LU, UPGRADE M600 SERIES to M600 ULTRA SERIES SCOUTLIGHTS, BLACK 084871321853 $229.00 LM1-A-BK LED MODULE, 3V, SINGLE OUTPUT 300 LU, ALUM BLACK TYPE III, FITS LEGACY DEDICATED $165.00 SHOTGUN/SMG FORENDS 084871323666 LM2-A-BK LED MODULE, 6V, SINGLE OUTPUT 500 LU, ALUM BLACK TYPE III, FITS LEGACY DEDICATED $175.00 SHOTGUN/SMG FORENDS 084871323673 MN03 LAMP ASSEMBLY, 6V, 60 LUMENS, FOR E2/E2E EXECUTIVE SERIES 084871870641 $20.00 P60 REFLECTOR/LAMP ASSEMBLY, 6V, 65 LUMENS, FOR 6C/6P/6R/6Z/C2/D2/G2/G2Z/M2/Z2 HANDHELD $19.00 LIGHTS 084871870016 SWITCHES AND ACCESSORIES Part Number Part Description UPC MSRP DG-11 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS 3RD/4TH GENERATION GLOCKS $110.00 WITH ACCESSORY RAIL 084871852807 DG-12 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS SMITH & WESSON M&P 084871311458 $110.00 DG-13 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS SIG SAUER P220R 084871852999 $110.00 DG-14 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS SIG P226R 084871852791 $110.00 DG-15 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS H&K USP9/USP40/USP45 $110.00 COMPACT WITH MR08 084871852937 DG-16 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS BERETTA 92FS/96FS WITH MR11 $110.00 084871851244 DG-17 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS 1911 WITH MR07 084871852982 $110.00 DG-18 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS 1911 W/FACTORY RAIL (ALL) 084871851251 $110.00 DG-19 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS FULL SIZE H&K $110.00 USP9/USP40/USP45 WITH MR09 084871851268 DG-20 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS /96 VERTEC 084871851305 $110.00 DG-22 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS SIG P229R 084871310659 $110.00 DG-23 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS SIG P226 WITH MR14A/MR14B 084871310376 $110.00 DG-24 REMOTE SWITCH COVER, FOR X SERIES WEAPONLIGHTS, FITS FULL SIZE AND COMPACT $110.00 SPRINGFIELD XD9/XD40 084871310468 DS07 DUAL SW/TAIL CAP ASSY FOR M6XX SCOUTLIGHT SERIES, 7" CABLE 084871323857 $170.00 DS-SR07 DUAL SW/TAIL CAP ASSY FOR M6XX SCOUTLIGHT SERIES, INCLUDES SR07 RAIL TAPE SWITCH $185.00 084871323864 DS-SR07-D-IT RAIL TAPE SWITCH DUAL PLUGS INT XM/XT TCLP, 7" CABLE FOR INSIGHT TECH OR ATPIAL $223.00 LASER 084871325301 SR07 RAIL GRABBER TAPE SWITCH, MOMENTARY/CONSTANT ON MODE, 7" 084871851237 $79.00

Page 2 of 7 SureFire 2016 Dealer Price List October 20, 2015 SR07-D-IT RAIL GRABBER TAPE SWITCH, DUAL PLUGS INT XM/XT TCLP, AND INSIGHT TECH. ATPIAL $120.00 LASER, 7" CABLE 084871310925 ST07 WEAPON LIGHT TAPE SWITCH FOR SCOUT LIGHT SERIES, OR XT TAILCAP, 7" LENGTH 084871852777 $59.00 UE-BK REPLACEMENT REAR CAP ASSY FOR M6XX SCOUTLIGHT SERIES, DOES NOT INCLUDE ST07 $59.00 TAPE SWITCH, BK 084871321679 UE-SR07-BK REPLACEMENT REAR CAP ASSY FOR M6XX SCOUTLIGHT SERIES, INCLUDES SR07 RAIL TAPE $105.00 SWITCH, BLACK 084871323826 UE-SR07-TN REPLACEMENT REAR CAP ASSY FOR M6XX SCOUTLIGHT SERIES, INCLUDES SR07 RAIL TAPE $105.00 SWITCH, TAN 084871323833 UE-TN REPLACEMENT REAR CAP ASSY FOR M6XX SCOUTLIGHT SERIES, DOES NOT INCLUDE ST07 084871321686 $59.00 TAPE SWITCH, TAN UE07 REPLACEMENT REAR CAP ASSY FOR M6XX SCOUTLIGHT SERIES, INCLUDE ST07 084871859073 $89.00 XM07 SWITCH MODULE, FOR MU WEAPONLIGHTS, MOMENTARY/CONSTANT ON.DISABLE MODES, 084871852739 $140.00 INCLUDES ST07 TAPE SWITCH Z68 PROTECTIVE REAR CAP ASSY, BK 084871890687 $24.00 Z70 M4 RAIL COVERS, SET OF 3 084871890700 $12.00 HOLSTERS Part Number Part Description UPC MSRP V70 HOLSTER, SPEED, FITS VARIOUS 6PX, G2X, Z2X - 2 CELL LIGHTS, BLACK PLASTIC 084871842709 $30.00 BATTERIES Part Number Part Description UPC MSRP SF1200-BULK SF123A BULK BOX, 1200 CELLS 084871820189 $1,995.00 SF12A-BB CS 12 SF123A BATTERIES, CLAMSHELL PACKAGE 084871820196 $22.50 SF12-BB 12 SF123A BATTERIES, BOXED 084871820134 $22.50 SF18650 18650 PROTECTED LITHIUM ION SUREFIRE BATTERY 2.6Ah 084871324007 $16.00 DUAL CELL 18650 CHARGER, INCLUDES CIGARETTE ADAPTER & US WALL PLUG & 1 SUREFIRE SF18650-KIT01 084871324014 $38.00 PROTECTED18650 BATTERY SF2-CB 2 SF123A BATTERIES, CARDED (Must order in multiples of 12 units) 084871820141 $3.95 SF2R-CB 2 LFP123 LI-FE-PH RECHARGEABLE CELLS, CARDED 084871318532 $13.00 SF38400-BULK SF123A BULK , 38400 CELLS 084871820233 $61,500 SF400-BULK SF123A BULK BOX, 400 CELLS 084871820240 $700.00 SF6-BC 6 SF123A BATTERIES WITH HOLDER IN CLAMSHELL PACKAGE (Must order in multiples of 6 units) $15.95 084871310901 SF72-BB SF123A, 6 BOXES OF 12 CELLS 084871820165 $134.00 MB10 BATTERY CARRIER ASSEMBLY, MB10 084871880107 $85.00 MB20 BATTERY CARRIER ASSEMBLY, MB20 084871880206 $98.00 SF2R-CHARGEKIT02 SMART AC WALL AND DC CAR CHARGER WITH TWO LFP123A LI-FE-PH RECHARGEABLE CELLS 084871325295 $32.00 SC1 SPARES CARRIER, HOLDS 6 SF123A BATTERIES AND ONE P60/P90 LAMP ASSEMBLY 084871880046 $20.00 MAGAZINES Part Number Part Description UPC MSRP MAG5-60 HIGH CAPACITY MAGAZINE, 60 ROUND FOR .223 REMINGTON/5.6 NATO AMMUNITION, 084871315814 $129.00 COMPATIBLE WITH M4/M16/VARIANT/STANAG 4179 COMPLIANT HOST WEAPONS V92 MOLLE POUCH, FOR MAG5-60, COYOTE BROWN, BERRY AMENDMENT COMPLIANT 084871316675 $59.00 NON-SUPPRESSOR MUZZLE BRAKES AND FLASH HIDERS Part Number Part Description UPC MSRP 3P-ELIMINATOR-556- 1/2-28 3 PRONG FLASH HIDER FOR M4/M16/AR VARIANTS WITH 1/2-28 THREADS 084871323505 $59.00 3P-ELIMINATOR-762-5/8-24 3 PRONG FLASH HIDER FOR 7.62 CALIBER & 5/8-24 THREAD 084871324380 $59.00 PROCOMP-762-5/8-24 MUZZLE BRAKE FOR 7.62 CALIBER AND 5/8-24 THREADS 084871323741 $59.00 PROCOMP-556-1/2-28 MUZZLE BRAKE FOR 5.56 CALIBER AND 1/2-28 THREADS 084871323512 $59.00 SUPPRESSORS Part Number Part Description UPC MSRP GENESIS-762-5/8-24-BK 2ND GEN THREAD ON SUPPRESSOR 5/8-24 THREADS, SS & HIGH TEMPERATURE ALLOY 084871324762 $1,075.00 CONSTRUCTION, FOR USE WITH 5.56-300 WM AMMUNITION, BLACK FINISH. GENESIS-762-5/8-24-DE 2ND GEN THREAD ON SUPPRESSOR 5/8-24 THREADS, SS & HIGH TEMPERATURE ALLOY 084871324755 $1,075.00 CONSTRUCTION, FOR USE WITH 5.56-300 WM AMMUNITION, DARK EARTH FINISH. GENESIS-762-9/16-24-BK 2ND GEN THREAD ON SUPPRESSOR 9/16-24 THREADS, SS & HIGH TEMPERATURE ALLOY 084871324786 $1,075.00 CONSTRUCTION, FOR USE WITH 5.56-300 WM AMMUNITION, BLACK FINISH. GENESIS-762-9/16-24-DE 2ND GEN THREAD ON SUPPRESSOR 9/16-24 THREADS, SS & HIGH TEMPERATURE ALLOY 084871324779 $1,075.00 CONSTRUCTION, FOR USE WITH 5.56-300 WM AMMUNITION, DARK EARTH FINISH. SOCOM300-SPS-BK 2ND GEN SOCOM SUPPRESSOR, SS & HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE 084871324540 $1,075.00 WITH 5.56-300 WM AMMUNITION, BLACK FINISH SOCOM300-SPS-DE 2ND GEN SOCOM SUPPRESSOR, SS & HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE 084871324557 $1,075.00 WITH 5.56-300 WM AMMUNITION, DARK EARTH FINISH SOCOM338-TI-BK END MOUNT SOUND SUPPRESSOR, TITANIUM CONSTRUCTION, FOR USE WITH .338 CALIBER 084871324137 $2,150.00 AMMUNITION, BLACK FINISH SOCOM338-Ti-DE END MOUNT SOUND SUPPRESSOR, TITANIUM CONSTRUCTION, FOR USE WITH .338 CALIBER 84871324144 $2,150.00 AMMUNITION, DARK EARTH FINISH SOCOM556-MINI2-BK 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324465 $1,075.00 5.56 CALIBER AMMUNITION, BLACK FINISH SOCOM556-MINI2-DE 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324472 $1,075.00 5.56 CALIBER AMMUNITION, DARK EARTH FINISH SOCOM556-RC2-BK 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324564 $1,095.00 5.56 CALIBER AMMUNITION, BLACK FINISH SOCOM556-RC2-DE 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324571 $1,095.00 5.56 CALIBER AMMUNITION, DARK EARTH FINISH SOCOM556-SB2-BK 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324489 $1,095.00 5.56 CALIBER AMMUNITION, FOR BARRELS SHORTER THAN 10", BLACK FINISH SOCOM556-SB2-DE 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324496 $1,095.00 5.56 CALIBER AMMUNITION, FOR BARRELS SHORTER THAN 10", DARK EARTH FINISH

Page 3 of 7 SureFire 2016 Dealer Price List October 20, 2015 SOCOM556-MG-BK END MOUNT SOUND SUPPRESSOR, DESIGNED FOR USE, HIGH TEMPERATURE 084871320009 $1,699.00 ALLOY CONSTRUCTION, FOR USE WITH 5.56 CALIBER AMMUNITION,BLACK FINISH SOCOM556-MG-DE END MOUNT SOUND SUPPRESSOR, DESIGNED FOR MACHINE GUN USE, HIGH TEMPERATURE 084871320016 $1,699.00 ALLOY CONSTRUCTION, FOR USE WITH 5.56 CALIBER AMMUNITION, DARK EARTH FINISH SOCOM762-RC2-BK 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324502 $1,595.00 7.62 CALIBER AMMUNITION, BLACK FINISH SOCOM762-RC2-DE 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324519 $1,595.00 7.62 CALIBER AMMUNITION, DARK EARTH FINISH SOCOM762-MINI2-BK 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324526 $1,195.00 7.62 CALIBER AMMUNITION, BLACK FINISH SOCOM762-MINI2-DE 2ND GEN SOCOM SUPPRESSOR, HIGH TEMPERATURE ALLOY CONSTRUCTION, FOR USE WITH 084871324533 $1,195.00 7.62 CALIBER AMMUNITION, DARK EARTH FINISH SOCOM762-MG-BK END MOUNT SOUND SUPPRESSOR, DESIGNED FOR MACHINE GUN USE, HIGH TEMPERATURE 084871319935 $1,875.00 ALLOY CONSTRUCTION, FOR USE WITH 7.62 CALIBER AMMUNITION, BLACK FINISH SOCOM762-MG-DE END MOUNT SOUND SUPPRESSOR, DESIGNED FOR MACHINE GUN USE, HIGH TEMPERATURE 084871319942 $1,875.00 ALLOY CONSTRUCTION, FOR USE WITH 7.62 CALIBER AMMUNITION, DARK EARTH FINISH SF RYDER 22-A THREAD-ON SOUND SUPPRESSOR, FOR USE WITH .22 LR AMMUNITION ONLY, THREADS DIRECTLY TO 1/2-28 THREADED BARRELS, ALUMINUM BAFFLE CONSTRUCTION, BLACK HARD 084871318662 $429.00 ANODIZED FINISH SF RYDER 22-S THREAD-ON SOUND SUPPRESSOR, FOR USE WITH .22 LR, .22 MAG & 17 HMR AMMUNITION, THREADS DIRECTLY TO 1/2-28 THREADED BARRELS, STAINLESS STEEL BAFFLE 084871318679 $469.00 CONSTRUCTION, BLACK HARD ANODIZED FINISH SF RYDER 9-Ti-1/2-28-BK THREAD-ON 9MM CALIBER SUPPRESSOR -1/2X28 THREADS. OCTAGON TITANIUM OUTER TUBE- 84871324601 $799.00 SS BAFFLES, CEREKOTE BLACK SF RYDER 9-Ti-1/2-28-DE THREAD-ON 9MM CALIBER SUPPRESSOR -1/2X28 THREADS. OCTAGON TITANIUM OUTER TUBE- 084871324588 $799.00 SS BAFFLES, CEREKOTE DARK EARTH SF RYDER 9-Ti-1/2-28-GY THREAD-ON 9MM CALIBER SUPPRESSOR -1/2X28 THREADS. OCTAGON TITANIUM OUTER TUBE- 084871324687 $799.00 SS BAFFLES, CEREKOTE WOLF GREY SF RYDER 9-Ti-M13.5X1 LH-BK THREAD-ON 9MM CALIBER SUPPRESSOR -M13.5X1 LH THREADS. OCTAGON TITANIUM OUTER 084871324618 $799.00 TUBE- SS BAFFLES, CEREKOTE BLACK SF RYDER 9-Ti-M13.5X1 LH-DE THREAD-ON 9MM CALIBER SUPPRESSOR -M13.5X1 LH THREADS. OCTAGON TITANIUM OUTER 084871324595 $799.00 TUBE- SS BAFFLES, CEREKOTE DARK EARTH SF RYDER 9-Ti-M13.5X1 LH-GY THREAD-ON 9MM CALIBER SUPPRESSOR -M13.5X1 LH THREADS. OCTAGON TITANIUM OUTER 084871324694 $799.00 TUBE- SS BAFFLES, CEREKOTE WOLF GREY SUPPRESSOR ADAPTERS Part Number Part Description UPC MSRP SF3P-556-1/2-28 3 PRONG FLASH HIDER FOR M4/M16/AR VARIANTS, SERVES AS SUPPRESSOR ADAPTER FOR 084871319119 $129.00 SOCOM 5.56 SUPPRESSORS. 1/2X28 THREADS SF3P-556-AUG 3 PRONG FLASH HIDER FOR AUG, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 5.56 084871319140 $129.00 SUPPRESSORS. SF3P-556-G36C 3 PRONG FLASH HIDER FOR G36C, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 5.56 084871319157 $129.00 SUPPRESSORS. SF3P-556-MK46 3 PRONG FLASH HIDER FOR Mk46 WEAPON. SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 084871319126 $129.00 5.56 SUPPRESSORS SF3P-556-M14X1 LH 3 PRONG FLASH HIDER FOR SIG 553, SERVES AS SUPPRESSOR ADAPTOR FOR SOCOM 5.56 084871319133 $129.00 SUPPRESSOR. SF3P-556-M15X1 3 PRONG FLASH HIDER FOR G36, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 5.56 084871319164 $129.00 SUPPRESSORS. SF3P-556M24X1.5 3 PRONG FLASH HIDER FOR AK74, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 5.56 084871319232 $129.00 SUPPRESSORS SF3P-68-5/8-24 3 PRONG FLASH HIDER FOR 6.8 SPC CALIBER, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 084871319904 $129.00 6.8 SUPPRESSORS. 5/8X28 SF3P-762-5/8-24 3 PRONG FLASH HIDER FOR AR10/LR308, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 084871319171 $129.00 SUPPRESSORS. 5/8X24 THREAD SF3P-762-FAL 3 PRONG FLASH HIDER FOR FAL, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 084871319225 $129.00 SUPPRESSORS. SF3P-762-M14 3 PRONG FLASH HIDER FOR M14, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 084871319218 $129.00 SUPPRESSORS. SF3P-762-M14X1 LH 3 PRONG FLASH HIDER FOR AK47, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 084871319201 $129.00 SUPPRESSORS. SF3P-762-M15X1 3 PRONG FLASH HIDER FOR HK 417, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 084871319188 $129.00 SUPPRESSORS. SF3P-762-M24X1.5 3 PRONG FLASH HIDER FOR AK47 and AK74, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 084871319249 $129.00 7.62 SUPPRESSORS WITH M24-1.5 THREAD SF3P-762-SR25 3 PRONG FLASH HIDER FOR SR25,SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 084871319195 $129.00 SUPPRESSORS. SF3P-762MG-M240 3 PRONG FLASH HIDER FOR M240, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM762-MG 084871319959 $129.00 SUPPRESSOR. SF3P-762MG-5/8-24 3 PRONG FLASH HIDER FOR 5/8-24, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM762-MG 084871324328 $129.00 SUPPRESSOR SFMB-338-3/4-24 MUZZLE BRAKE FOR ¾-24 THREADS, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM338-Ti 084871324175 $149.00 SUPPRESSOR SFMB-338-5/8-24 MUZZLE BRAKE FOR 5/8-24 THREADS, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM338-Ti 084871324182 $149.00 SUPPRESSOR SFMB-338-M18X1 MUZZLE BRAKE FOR SAKO TRG-42/STEYR SSG-08/BLAUSER, SERVES AS SUPPRESSOR 084871324168 $149.00 ADAPTER FOR SOCOM338-Ti SUPPRESSOR

MUZZLE BRAKE FOR AIAW, AIAX. SERVES AS SUPPRESSOR ADAPTER FOR SOCOM338-Ti 084871324151 $149.00 SFMB-338-M18X1.5 SUPPRESSOR MUZZLE BRAKE FOR M4/M16/AR VARIANTS, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM SFMB-556-1/2-28 084871319256 $149.00 5.56 SUPPRESSORS. 1/2X28 THREADS MUZZLE BRAKE FOR 6.8 SPC AR VARIANTS, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM SFMB-68-5/8-24 084871319898 $149.00 6.8 SUPPRESSORS. 5/8X24 THREAD MUZZLE BRAKE FOR SR25,SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 SFMB-762-SR25 084871319270 $149.00 SUPPRESSORS

Page 4 of 7 SureFire 2016 Dealer Price List October 20, 2015 MUZZLE BRAKE FOR AR10/LR308, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 SFMB-762-5/8-24 084871319263 $149.00 SUPPRESSORS. 5/8X24 THREAD MUZZLE BRAKE FOR SAKO TRG/STEYR SSG-08, SERVES AS SUPPRESSOR ADAPTER FOR SFMB-762-M18X1 084871319287 $149.00 SOCOM 7.62 SUPPRESSORS MUZZLE BRAKE FOR AIAW/AIAWM, SERVES AS SUPPRESSOR ADAPTER FOR SOCOM 7.62 SFMB-762-M18X1.5 084871319294 $149.00 SUPPRESSORS PORTED 3 PRONG FLASH HIDER FOR REDUCING MUZZLE RISE, SERVES AS A SUPPRESSOR WARCOMP-556-1/2-28 084871324625 $149.00 ADAPTER FOR 556 SOCOM SUPPRESSORS WITH 1/2-28 THREAD PORTED 3 PRONG FLASH HIDER FOR REDUCING MUZZLE RISE, SERVES AS A SUPPRESSOR WARCOMP-762-5/8-24 084871324632 $149.00 ADAPTER FOR 7.62 SOCOM SUPPRESSORS WITH 5/8-24 THREADS SUPPRESSOR TRAINING ADAPTERS / BLANK FIRING ADAPTERS / BLANK SAFETY DEVICES Part Number Part Description UPC MSRP SF-BFA-556 BLANK FIRING ADAPTER, FITS ALL SOCOM 5.56 ADAPTERS, YELLOW COLOR 084871319706 $299.00 SF-BFA-762 BLANK FIRING ADAPTER, FITS ALL SOCOM 7.62 ADAPTERS, YELLOW COLOR 084871319713 $299.00

$299.00 SF-BSD-556 END MOUNT BLANK SAFETY DEVICE,FOR USE WITH 5.56 CALIBER BLANK AMMUNITION, YELLOW 084871323758 TRAINING SUPPRESSOR FOR SIMUNITION/FRANGIBLE AMMO, FITS ALL SOCOM 5.56 ADAPTERS, $299.00 SF-TRAINER-556 BLACK COLOR 084871319720 TRAINING SUPPRESSOR FOR SIMUNITION/FRANGIBLE AMMO, FITS ALL SOCOM 7.62 ADAPTERS, $299.00 SF-TRAINER-762 BLACK COLOR 084871319737 SUPPRESSOR ACCESSORIES Part Number Part Description UPC MSRP KSU001 SUPPRESSOR REPAIR KIT, FA556SA 084871910101 $275.00 SFHOLSTER-KIT1 HOLSTER FOR SUPPRESSORS UP TO 6" 084871321648 $42.95 SFHOLSTER-KIT2 HOLSTER FOR SUPPRESSORS UP TO 7" 084871321655 $57.95 SF-G17-1/2-28-BK GLOCK 17 THREADED BARREL 1/2-28 THREADS, BLACK 084871324342 $250.00 SF-G17-1/2-28-BZ GLOCK 17 THREADED BARREL 1/2-28 THREADS, BRONZE 084871324359 $250.00 SF-G19-1/2-28-BK GLOCK 19 THREADED BARREL 1/2-28 THREADS, BLACK 084871324366 $250.00 SF-G19-1/2-28-BZ GLOCK 19 THREADED BARREL 1/2-28 THREADS, BRONZE, 084871324373 $250.00 SF-G17-M13.5X1 LH-BK GLOCK 17 THREADED BARREL M13.5X1 LH THREADS, BLACK 084871324908 $250.00 SF-G19-M13.5X1 LH-BK GLOCK 19 THREADED BARREL M13.5X1 LH THREADS, BLACK 084871324915 $250.00 WARDEN-BK WARDEN-BLAST REGULATOR, MULTI CALIBER, BLACK 084871325080 $180.00 WARDEN-DE WARDEN-BLAST REGULATOR, MULTI CALIBER, DARK EARTH 084871325097 $180.00 EARPIECE & EARPLUG PRODUCTS (ALL 1 or 2 PACKS MUST BE ORDER IN MULTIPLES OF 6) Part Number Part Description UPC MSRP EP3-BK-LPR DOUBLE FLANGED, FILTERED EARPLUGS, LARGE, 1 PAIR, BLACK 084871315173 $13.95 EP3-BK-LPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, LARGE, 25 PAIR, BLACK 084871315524 $300.00 EP3-BK-MPR DOUBLE FLANGED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, BLACK 084871315166 $13.95 EP3-BK-MPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, BLACK 084871315517 $300.00 EP3-BK-SPR DOUBLE FLANGED, FILTERED EARPLUGS, SMALL, 1 PAIR, BLACK 084871315159 $13.95 EP3-BK-SPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, SMALL, 25 PAIR, BLACK 084871315500 $300.00 EP3-LPR DOUBLE FLANGED, FILTERED EARPLUGS, LARGE, 1 PAIR, CLEAR 084871250610 $13.95 EP3-LPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, LARGE, 25 PAIR, CLEAR 084871250634 $300.00 EP3-MPR DOUBLE FLANGED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, CLEAR 084871250603 $13.95 EP3-MPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, CLEAR 084871250627 $300.00 EP3-SPR DOUBLE FLANGED, FILTERED EARPLUGS, SMALL, 1 PAIR, CLEAR 084871250641 $13.95 EP3-SPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, SMALL, 25 PAIR, CLEAR 084871310048 $300.00 EP3-OR-LPR DOUBLE FLANGED, FILTERED EARPLUGS, LARGE, 1 PAIR, ORANGE 084871318839 $13.95 EP3-OR-LPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, LARGE, 25 PAIR, ORANGE 084871318860 $300.00 EP3-OR-MPR DOUBLE FLANGED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, ORANGE 084871318822 $13.95 EP3-OR-MPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, ORANGE 084871318853 $300.00 EP3-OR-SPR DOUBLE FLANGED, FILTERED EARPLUGS, SMALL, 1 PAIR, ORANGE 084871318815 $13.95 EP3-OR-SPR-BULK DOUBLE FLANGED, FILTERED EARPLUGS, SMALL, 25 PAIR, ORANGE 084871318846 $300.00 EP4-BK-LPR TRIPLE FLANGED, FILTERED EARPLUGS, LARGE, 1 PAIR, BLACK 084871315203 $14.95 EP4-BK-LPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, LARGE, 25 PAIR, BLACK 084871314985 $325.00 EP4-BK-MPR TRIPLE FLANGED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, BLACK 084871315197 $14.95 EP4-BK-MPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, BLACK 084871314978 $325.00 EP4-BK-SPR TRIPLE FLANGED, FILTERED EARPLUGS, SMALL, 1 PAIR, BLACK 084871315180 $14.95 EP4-BK-SPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, SMALL, 25 PAIR, BLACK 084871314961 $325.00 EP4-LPR TRIPLE FLANGED, FILTERED EARPLUGS, LARGE, 1 PAIR, CLEAR 084871311434 $14.95 EP4-LPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, LARGE, 25 PAIR, CLEAR 084871311519 $325.00 EP4-MPR TRIPLE FLANGED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, CLEAR 084871311526 $14.95 EP4-MPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, CLEAR 084871311533 $325.00 EP4-SPR TRIPLE FLANGED, FILTERED EARPLUGS, SMALL, 1 PAIR, CLEAR 084871315128 $14.95 EP4-SPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, SMALL, 25 PAIR, CLEAR 084871314992 $325.00 EP4-OR-LPR TRIPLE FLANGED, FILTERED EARPLUGS, LARGE, 1 PAIR, ORANGE 084871318891 $14.95 EP4-OR-LPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, LARGE, 25 PAIR, ORANGE 084871318921 $325.00 EP4-OR-MPR TRIPLE FLANGED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, ORANGE 084871318884 $14.95 EP4-OR-MPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, ORANGE 084871318914 $325.00 EP4-OR-SPR TRIPLE FLANGED, FILTERED EARPLUGS, SMALL, 1 PAIR, ORANGE 084871318877 $14.95 EP4-OR-SPR-BULK TRIPLE FLANGED, FILTERED EARPLUGS, SMALL, 25 PAIR, ORANGE 084871318907 $325.00 EP5-BK-LPR TRIPLE FLANGED, FULL BLOCK EARPLUGS, LARGE, 1 PAIR, BLACK 084871317948 $12.95 EP5-BK-LPR-BULK TRIPLE FLANGED, FULL BLOCK EARPLUGS, LARGE, 25 PAIR, BLACK 084871318037 $285.00 EP5-BK-MPR TRIPLE FLANGED, FULL BLOCK EARPLUGS, MEDIUM, 1 PAIR, BLACK 084871317931 $12.95 EP5-BK-MPR-BULK TRIPLE FLANGED, FULL BLOCK EARPLUGS, MEDIUM, 25 PAIR, BLACK 084871318020 $285.00 EP5-BK-SPR TRIPLE FLANGED, FULL BLOCK EARPLUGS, SMALL, 1 PAIR, BLACK 084871317924 $12.95

Page 5 of 7 SureFire 2016 Dealer Price List October 20, 2015 EP5-BK-SPR-BULK TRIPLE FLANGED, FULL BLOCK EARPLUGS, SMALL, 25 PAIR, BLACK 084871318013 $285.00 EP5-OR-LPR TRIPLE FLANGED, FULL BLOCK EARPLUGS, LARGE, 1 PAIR, ORANGE 084871317979 $12.95 EP5-OR-LPR-BULK TRIPLE FLANGED, FULL BLOCK EARPLUGS, LARGE, 25 PAIR, ORANGE 084871318068 $285.00 EP5-OR-MPR TRIPLE FLANGED, FULL BLOCK EARPLUGS, MEDIUM, 1 PAIR, ORANGE 084871317962 $12.95 EP5-OR-MPR-BULK TRIPLE FLANGED, FULL BLOCK EARPLUGS, MEDIUM, 25 PAIR, ORANGE 084871318051 $285.00 EP5-OR-SPR TRIPLE FLANGED, FULL BLOCK EARPLUGS, SMALL, 1 PAIR, ORANGE 084871317955 $12.95 EP5-OR-SPR-BULK TRIPLE FLANGED, FULL BLOCK EARPLUGS, SMALL, 25 PAIR, ORANGE 084871318044 $285.00 EP7-BK-LPR COMPLY FOAM TIPPED, FILTERED EARPLUGS, LARGE, 1 PAIR, BLACK 084871319430 $19.95 EP7-BK-LPR-BULK COMPLY FOAM TIPPED, FILTERED EARPLUGS, LARGE, 25 PAIR, BLACK 084871319522 $450.00 EP7-BK-MPR COMPLY FOAM TIPPED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, BLACK 084871319423 $19.95 EP7-BK-MPR-BULK COMPLY FOAM TIPPED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, BLACK 084871319515 $450.00 EP7-BK-SPR COMPLY FOAM TIPPED, FILTERED EARPLUGS, SMALL, 1 PAIR, BLACK 084871319416 $19.95 EP7-BK-SPR-BULK COMPLY FOAM TIPPED, FILTERED EARPLUGS, SMALL, 25 PAIR, BLACK 084871319508 $450.00 EP7-MPR COMPLY FOAM TIPPED, FILTERED EARPLUGS, MEDIUM, 1 PAIR, CLEAR 084871319393 $19.95 EP7-MPR-BULK COMPLY FOAM TIPPED, FILTERED EARPLUGS, MEDIUM, 25 PAIR, CLEAR 084871319485 $450.00 EP9-BL-MPR TRIPLE FLANGED, FULL BLOCK EARPLUGS, METAL DETECTABLE, MEDIUM, 1 PAIR, BLUE 084871319652 $12.95 EP9-BL-MPR-BULK TRIPLE FLANGED, FULL BLOCK EARPLUGS, METAL DETECTABLE, MEDIUM, 25 PAIR, BLUE 084871319683 $285.00 PENS Part Number Part Description UPC MSRP EWP-03-BK SUREFIRE WRITING PEN, BLACK, CLICK TAILCAP MECHANISM 084871314763 $115.00 EWP-03-TN SUREFIRE WRITING PEN, TAN, CLICK TAILCAP MECHANISM 084871314770 $115.00 EWP-04-BK SUREFIRE WRITING PEN, BLACK, CLICK TAILCAP MECHANISM 084871314824 $130.00

Page 6 of 7 SureFire 2016 Dealer Price List October 20, 2015 Page 7 of 7 SureFire 2016 Dealer Price List October 20, 2015 New Material Model Number Number UPC Description Retail Trijicon Bright & Tough™ Night Sights Beretta BE01R 600001 719307202313 Beretta Rear Night Sight $ 92.00 BE03 600008 719307201057 3 Dot Set for Beretta Cougar Pistol $ 143.00 BE04 600015 719307201132 Beretta Brigadier 3 Dot set $ 143.00 BE07 600022 719307202276 Beretta 9000 Set $ 143.00 BE08 600028 719307202283 Beretta Vertec Set $ 143.00 BE10 600033 719307202443 Beretta PX4 3 Dot Front & Rear Night Sight Set $ 150.00 BE11 600042 719307210585 Beretta PX4 C/D Night Sight Set $ 150.00 BE12 600044 719307202511 Beretta 90-TWO Pistol Set $ 132.00 BE13 600049 719307209763 Beretta 92A1 and 96A1 Pistol Set $ 132.00 BE14-C-600765 600765 719307212503 Beretta™ PX4 Compact Night Sight Set $ 175.00

Browning BR02 600132 719307200012 Browning Hi-Power 3 Dot Set $ 143.00

Colt CA01 600138 719307200029 Colt 3 Dot Set,.125 Tang $ 143.00 CA02 600145 719307200036 Colt Govt. 3 Dot Set,.055 Tang $ 143.00 CA03 AC50001 719307200043 Colt Staking Tool $ 334.00 CA09 600150 719307200050 Colt Officers 3 Dot Set $ 160.00 CA10 600155 719307200067 Colt Combat Commndr. 3 Dot Set $ 160.00 CA22 600161 719307201200 Colt Enhanced Govt. 3 Dot Night Sight Set (dovetail front) $ 146.00 CA23 600166 719307201286 Colt Enhanced Officers/Combat Commander Set - Dovetail Front $ 146.00 CA26 600170 719307201231 Colt Goverment W/Novak Rear 3 Dot Set $ 160.00 CA27 600174 719307201279 Colt Officers W/Novak Rear 3 Dot Set $ 173.00 ? CP25 600177 719307201040 M16/AR15 3 Dot Night Sights $ 96.00 CP25F 600178 719307201071 M16/AR15 Front Dot Night Sight $ 68.00 CP25F-TOOL AC50002 719307207844 M16/AR15 Front Adjustment Tool $ 13.00

Colt 1911 CA428-C-600757 600757 719307212428 1911 RMR Mount w/Integrated Night Sight Set: Black Front/Black Rear Outline $ 250.00

CZ CZ02 600183 719307201088 CZ75 3 Dot set, New dovetail fronts $ 146.00

Desert Eagle DE01 600188 719307200173 Desert Eagle 3 Dot Set $ 170.00 DE03 600193 719307200197 Baby Eagle / Jericho 3 Dot Set $ 175.00

Firestar FS01 600198 719307200210 Firestar 9mm 3 Dot Set $ 205.00 FS02 600202 719307200227 Firestar .40 3 Dot Set $ 205.00 FS03 600205 719307200234 Firestar .45 3 Dot Set $ 205.00

GLOCK GL01 600210 719307200241 Trijicon Bright & Tough™ Night Sight Set — for Glock® Models 17, 17L, 19, 22, 23, 24, 25, 26, 27, 28, 31, $ 125.00 ? 32, 33, 34, 35, 37, 38 and 39 GL02 AC50003 719307200265 Installation Tool Kit for Bright & Tough™ and HD™ Night Sight Sets that fit All Glock® Models (Does not $ 152.00 work with Trijicon Suppressor Sights) GL03 AC50004 719307200272 (5) qty. Front Sight Screws for All Glock® Models $ 18.00 GL04 600227 719307200289 Trijicon Bright & Tough™ Night Sight Set — for Glock® Models 20, 21, 29, 30, and 41 (including S and $ 125.00 ? SF variants) GL05 600234 719307200296 Trijicon Bright & Tough™ Night Sight Set — for All Glock® Models — NO TRITIUM $ 44.00 GL11 600237 719307200302 Trijicon Bright & Tough™ Night Sight Set with Novak Rear Sights — for All Glock® Models (except the $ 173.00 Glock 36) GL201-C-600649 600649 719307211162 Trijicon Bright & Tough™ Night Sight Suppressor Set — White Front/White Rear with Green Lamps — $ 148.00 for Glock® Models 17, 17L, 19, 22, 23, 24, 25, 26, 27, 28, 31, 32, 33, 34, 35, 37, 38 and 39

GL201-C-600658 600658 719307211254 Trijicon Bright & Tough™ Night Sight Suppressor Set — White Front/Black Rear with Green Lamps — for $ 148.00 Glock® Models 17, 17L, 19, 22, 23, 24, 25, 26, 27, 28, 31, 32, 33, 34, 35, 37, 38 and 39

GL201-C-600661 600661 719307211285 Trijicon Bright & Tough™ Night Sight Suppressor Set — Black Front/Black Rear with Green Lamps — for $ 148.00 Glock® Models 17, 17L, 19, 22, 23, 24, 25, 26, 27, 28, 31, 32, 33, 34, 35, 37, 38 and 39

GL204-C-600689 600689 719307212251 Trijicon Bright & Tough™ Night Sight Suppressor Set — White front/White rear with Green Lamps — for $ 148.00 Glock® Models 20, 21, 29, 30, and 41 (including S and SF variants) GL204-C-600695 600695 719307212312 Trijicon Bright & Tough™ Night Sight Suppressor Set — White front/Black rear with Green Lamps — for $ 148.00 Glock® Models 20, 21, 29, 30, and 41 (including S and SF variants) GL204-C-600698 600698 719307212343 Trijicon Bright & Tough™ Night Sight Suppressor Set — Black front/Black rear with Green Lamps — for $ 148.00 Glock® Models 20, 21, 29, 30, and 41 (including S and SF variants) GL13-C-600777 600777 719307212626 Trijicon Bright & Tough™ Night Sight Set — for Glock® Model 42 $ 135.00

H&K HK04 600245 719307200357 H&K P7 Long 3 Dot Set $ 185.00 HK05 600251 719307200364 H&K P7 Short 3 Dot Set $ 185.00 HK06 600670 719307200944 H&K USP 3 Dot Set $ 148.00 HK07 600671 719307201033 H&K Rifle 3 Dot Trijicon Sights $ 111.00 HK08 600268 719307201095 H&K USP Compact 3 Dot Set $ 158.00 HK09 600275 719307202436 H&K P2000 3 Dot Night Sight Set $ 168.00 HK10 600282 719307207752 H&K .45C/P30 / VP9 3-Dot Night Sight Set $ 168.00 HK11 600291 719307210530 H&K .45 3 Dot Night Sight Set $ 168.00

Kimber KB01 600295 719307201293 Kimber 3 Dot Set w/Novak Rear $ 168.00

Remington RE01 600317 719307200449 Remington Slug gun 3 Dot Set $ 155.00 RE02F 600321 719307200456 Remington Slug gun Front Sight $ 78.00 ? RE04 600323 719307201156 Remington Shotgun - 3 Dot Sight System $ 160.00 RE05 600328 719307201170 Remington Slug gun 3 Dot Set High Front $ 155.00 RE06-C-600798 600798 719307212862 Remington® R51 Night Sight Set $ 160.00

Ruger RA01 600302 719307200371 Ruger P85 or P89 3 Dot Set $ 143.00 RA06 600307 719307200388 Ruger P90 or P91 3 Dot Set $ 143.00 RA13 600312 719307200937 Ruger P94 3 Dot Set $ 143.00 RA14 600590 719307210714 Ruger SR9, 9c, 40, 40c, Night Sight Set $ 163.00 RR14F 600333 719307202474 Ruger Revolver & Ruger P Front Night Sight $ 84.00

Smith & Wesson SA01 600334 719307200463 S&W 9mm Adjustable Rear, 3 Dot $ 210.00 SA02 600340 719307200470 S&W .45 or 10mm, Adjust. 3 Dot $ 210.00 SA03 AC50005 719307200869 Screw & Nut for S&W Auto. Adj. $ 23.00 SA04 600345 719307200487 S&W 9mm Fixed Rear, 3 Dot Set $ 163.00 SA05 600351 719307200494 S&W Compact 9mm Fixed, 3 Dot $ 163.00 SA07 600356 719307200517 S&W 9mm Long Rear, 3 Dot Set $ 173.00 SA08 600362 719307200524 S&W Compact 9mm Long Rear Set $ 173.00 SA09 600368 719307200531 S&W .45 Long Rear, 3 Dot Set $ 165.00 SA10 600375 719307200548 S&W Compact .45 Long Rear Set $ 165.00 SA14 600379 719307200555 S&W 10mm Long Rear, 3 Dot Set $ 185.00 SA15 600385 719307200562 S&W .40 Long Rear, 3 Dot Set $ 173.00 SA21 600391 719307200975 S&W 9mm Novak Sigma Rear, 3 Dot Set $ 163.00 SA22 600396 719307200982 S&W .40 Novak Sigma Rear, 3 Dot Set $ 163.00 SA23 600401 719307200999 S&W Full Size 9mm Novak Rear Set $ 153.00 SA24 600405 719307201002 S&W Compact 9mm Novak Rear Set $ 153.00 SA25 600410 719307201019 S&W Full Size .40 Novak Rear Set $ 153.00 SA26 600413 719307201101 S&W Model 410, 909 & 910 3 dot set $ 173.00 SA27 600417 719307201118 S&W Model 908, 3 Dot set $ 173.00 SA28 600421 719307201125 S&W Model 457 3 dot set $ 173.00 SA29 600424 719307202481 3 Dot Night Sight set for S&W Chiefs Special 9mm (Model CS9) $ 173.00 SA30 600428 719307202498 3 Dot Night Sights for S&W Chiefs Special (Models CS40,CS45) $ 173.00 SA33 600430 719307202160 S&W .45 Novak Rear 3 Dot Set $ 205.00 SA34 600433 719307202177 S&W Compact .45 Novak Rear 3 Dot Set $ 205.00 SA35 600434 719307202184 S&W .45/.40/10mm Novak rear 3 Dot Set $ 205.00 SA36 600437 719307202429 SW1911 3 Dot Night Sight Set $ 173.00 ? SA37 600442 719307202467 Novak M&P 3 Dot Front & Rear Night Sight Set $ 173.00 SA39-C-600714 600714 719307211872 S&W® M&P Shield™ Night Sight Set $ 173.00 SR14F 600490 719307209732 S&W Revolver Front Night Sight $ 84.00

SIG SG01 600448 719307200616 Trijicon Bright & Tough™ Night Sight Set; #8 Front/#8 Rear — for Sig Sauer 9mm, .357SIG (Excluding the $ 132.00 ? P938) SG03 600465 719307200630 Trijicon Bright & Tough™ Night Sight Set #6 Front/#8 Rear — for Sig Sauer .40S&W, .45ACP (Including $ 155.00 ? the P938) SG05 600473 719307201620 Trijicon Bright & Tough™ Night Sight Set; #8 Front/Novak Rear — for Sig Sauer .9mm, .357SIG $ 158.00 (Excluding the P938) SG06 600477 719307201668 Trijicon Bright & Tough™ Night Sight Set; #6 Front/Novak Rear — for Sig Sauer .40S&W, .45ACP $ 158.00 (Including the P938) SG07 600480 719307210578 SIG P238 3 Dot Night Sight Set $ 132.00

Springfield ? SP01 600481 719307202528 Springfield XD 3-Dot Front and Rear Set $ 143.00 SP01O 600483 719307207455 Springfield XD 3-Dot Front and Orange Rear Set $ 143.00 SP01Y 600485 719307207448 Springfield XD 3-Dot Front and Yellow Rear Set $ 143.00

Steyr ST01 600491 719307202504 Steyr-Mannlicher M-A1 3 Dot Set $ 122.00

Taurus TS01 600495 719307202320 Taurus 100 Series 3 Dot Set $ 122.00 Walther WP01 600505 719307201163 Walther P99 3 Dot Sight Set $ 180.00 WP02-C-600730 600730 719307212046 Walther PPS / PPX Night Sight Set $ 165.00

Trijicon HD™ Night Sights Beretta BE110O 600624 719307210912 Beretta PX4 HD™ Night Sight Set - Orange Front Outline $ 180.00 BE110Y 600625 719307210929 Beretta PX4 HD™ Night Sight Set - Yellow Front Outline $ 180.00 BE112O 600614 719307210790 Beretta 90-TWO HD™ Night Sight Set - Orange Front Outline $ 180.00 BE112Y 600616 719307210813 Beretta 90-TWO HD™ Night Sight Set - Yellow Front Outline $ 180.00 BE113O 600619 719307210844 Beretta 92A1 and 96A1 HD™ Night Sight Set - Orange Front Outline $ 180.00 BE113Y 600620 719307210851 Beretta 92A1 and 96A1 HD™ Night Sight Set - Yellow Front Outline $ 180.00 BE114-C-600772 600772 719307212572 Beretta™ PX4 Compact HD™ Night Sight Set - Yellow Front Outline $ 180.00 BE114-C-600773 600773 719307212589 Beretta™ PX4 Compact HD™ Night Sight Set - Orange Front Outline $ 180.00

FN Herstal FN101-C-600678 600676 719307211407 FNH HD™ Night Sight Set - Orange Front Outline - .40 $ 175.00 FN101-C-600676 600678 719307211421 FNH HD™ Night Sight Set - Yellow Front Outline - .40 $ 175.00 FN102-C-600704 600704 719307211704 FNH HD™ Night Sight Set - Yellow Front Outline - 9mm $ 175.00 FN102-C-600705 600705 719307211711 FNH HD™ Night Sight Set - Orange Front Outline - 9mm $ 175.00 FN103-C-600709 600709 719307211759 FNH HD™ Night Sight Set - Yellow Front Outline - .45ACP $ 175.00 FN103-C-600710 600710 719307211766 FNH HD™ Night Sight Set - Orange Front Outline - .45ACP $ 175.00

GLOCK GL101O 600538 719307209633 Trijicon HD™ Night Sight Set — Orange Front Outline — for Glock® Models 17, 17L, 19, 22, 23, 24, 25, $ 157.00 ? 26, 27, 28, 31, 32, 33, 34, 35, 37, 38 and 39 GL101Y 600540 719307209640 Trijicon HD™ Night Sight Set — Yellow Front Outline — for Glock® Models 17, 17L, 19, 22, 23, 24, 25, $ 157.00 ? 26, 27, 28, 31, 32, 33, 34, 35, 37, 38 and 39 GL104O 600543 719307209695 Trijicon HD™ Night Sight Set — Orange Front Outline — for Glock® Models 20, 21, 29, 30, and 41 $ 167.00 ? (including S and SF variants) GL104Y 600545 719307209701 Trijicon HD™ Night Sight Set — Yellow Front Outline — for Glock® Models 20, 21, 29, 30, and 41 $ 167.00 ? (including S and SF variants) GL113-C-600784 600784 719307212695 Trijicon HD™ Night Sight Set — Yellow Front Outline — for Glock® Model 42 $ 160.00 GL113-C-600785 600785 719307212701 Trijicon HD™ Night Sight Set — Orange Front Outline — for Glock® Model 42 $ 160.00

H&K HK106O 600595 719307210592 H&K USP HD™ Night Sight Set - Orange Front Outline $ 163.00 HK106Y 600596 719307210608 H&K USP HD™ Night Sight Set - Yellow Front Outline $ 163.00 HK108O 600597 719307210615 H&K USP Compact HD™ Night Sight Set - Orange Front Outline $ 163.00 HK108Y 600598 719307210622 H&K USP Compact HD™ Night Sight Set - Yellow Front Outline $ 163.00 HK109O 600599 719307210639 H&K P2000 HD™ Night Sight Set - Orange Front Outline $ 163.00 HK109Y 600600 719307210646 H&K P2000 HD™ Night Sight Set - Yellow Front Outline $ 163.00 HK110O 600601 719307210653 H&K P30 & 45C / VP9 HD™ Night Sight Set - Orange Front Outline $ 163.00 HK110Y 600602 719307210660 H&K P30 & 45C / VP9 HD™ Night Sight Set - Yellow Front Outline $ 163.00 HK111O 600603 719307210677 H&K .45 HD™ Night Sight Set - Orange Front Outline $ 163.00 HK111Y 600604 719307210684 H&K .45 HD™ Night Sight Set - Yellow Front Outline $ 163.00

Ruger RA114O 600635 719307211025 Ruger SR9, 40, 40c, HD™ Night Sight Set - Orange Front Outline $ 163.00 RA114Y 600637 719307211049 Ruger SR9, 40, 40c, HD™ Night Sight Set - Yellow Front Outline $ 163.00 RA115O 600646 719307211131 Ruger SR9c HD™ Night Sight Set - Orange Front Outline $ 163.00 RA115Y 600648 719307211155 Ruger SR9c HD™ Night Sight Set - Yellow Front Outline $ 163.00

SIG SG101O 600571 719307209657 SIG HD™ Night Sight Set - Orange Front Outline $ 157.00 SG101Y 600573 719307209664 SIG HD™ Night Sight Set - Yellow Front Outline $ 157.00 SG103O 600576 719307209831 SIG P220 & P229 HD™ Night Sight Set - Orange Front Outline $ 163.00 SG103Y 600578 719307209848 SIG P220 & P229 HD™ Night Sight Set - Yellow Front Outline $ 163.00

Smith & Wesson ? SA137O 600556 719307209725 S&W M&P Trijicon HD™ Night Sight Set - Orange Front Outline $ 185.00 ? SA137Y 600558 719307209718 S&W M&P Trijicon HD™ Night Sight Set - Yellow Front Outline $ 185.00 SA139-C-600721 600721 719307211940 S&W® M&P Shield™ HD™ Night Sight Set - Yellow $ 185.00 SA139-C-600722 600722 719307211957 S&W® M&P Shield™ HD™ Night Sight Set - Orange $ 185.00

Springfield ? SP101O 600581 719307209671 Springfield XD HD™ Night Sight Set - Orange Front Outline $ 157.00 SP101Y 600583 719307209688 Springfield XD HD™ Night Sight Set - Yellow Front Outline $ 157.00 SP102-C-600751 600751 719307211995 Springfield XDS HD™ Night Sight Set - Yellow Front Outline $ 175.00 SP102-C-600752 600752 719307212008 Springfield XDS HD™ Night Sight Set - Orange Front Outline $ 175.00

Walther WP101-C-600737 600737 719307212114 Walther P99/PPQ HD™ Night Sight Set - Yellow $ 165.00 WP101-C-600738 600738 719307212121 Walther P99/PPQ HD™ Night Sight Set - Orange $ 165.00 WP102-C-600742 600742 719307212169 Walther PPS / PPX HD™ Night Sight Set-Yellow $ 165.00 WP102-C-600743 600743 719307212176 Walther PPS / PPX HD™ Night Sight Set-Orange $ 165.00

Colt CA101O 600512 719307209817 1911 Colt Cut HD™ Night Sight Set - Orange Front Outline $ 173.00 CA101Y 600514 719307209824 1911 Colt Cut HD™ Night Sight Set - Yellow Front Outline $ 173.00 CA128O 600527 719307209749 1911 Novak Cut HD™ Night Sight Set - Orange Front Outline $ 173.00 CA128Y 600529 719307209756 1911 Novak Cut HD™ Night Sight Set - Yellow Front Outline $ 173.00 CA109-C-600811 600811 719307213012 Trijicon HD™ Night Sight Set — Yellow Front Outline — for Colt® Officers/Compact A1 $ 173.00 CA109-C-600812 600812 719307213029 Trijicon HD™ Night Sight Set — Orange Front Outline — for Colt® Officers/Compact A1 $ 173.00 CA110-C-600816 600816 719307213067 Trijicon HD™ Night Sight Set — Yellow Front Outline — for Colt® Commander $ 173.00 CA110-C-600817 600817 719307213074 Trijicon HD™ Night Sight Set — Orange Front Outline — for Colt® Commander $ 173.00

Trijicon TrijiDot® Fiber Optic Shotgun Sight SH01-G 600584 719307270022 TrijiDot® Green Fiber Optic Shotgun Bead Sight for .210 – .280 in. wide ribs $ 90.00 SH01-R 600585 719307270015 TrijiDot® Red Fiber Optic Shotgun Bead Sight for .210 – .280 in. wide ribs $ 90.00 SH02-G 600673 719307270046 TrijiDot® Green Fiber Optic Shotgun Bead Sight for .265 – .335 in. wide ribs $ 90.00 SH02-R 600587 719307270039 TrijiDot® Red Fiber Optic Shotgun Bead Sight for .265 – .335 in. wide ribs $ 90.00 SH03-G 600588 719307270060 TrijiDot® Green Fiber Optic Shotgun Bead Sight for .325 – .395 in. wide ribs $ 90.00 SH03-R 600589 719307270053 TrijiDot® Red Fiber Optic Shotgun Bead Sight for .325 – .395 in. wide ribs $ 90.00

Trijicon AccuPoint® Riflescope 3-9x40 TR20 200000 719307400139 AccuPoint® 3-9x40 Riflescope w/ BAC, Amber Triangle Post Reticle, 1 in. Tube $ 899.00 TR20-1 200001 719307400191 AccuPoint® 3-9x40 Riflescope Standard Duplex Crosshair w/ Amber Dot, 1 in. Tube $ 899.00 ? TR20-1G 200002 719307400412 AccuPoint® 3-9x40 Riflescope Standard Duplex Crosshair w/ Green Dot, 1 in. Tube $ 899.00 TR20-2 200004 719307400207 AccuPoint® 3-9x40 Riflescope MIL-Dot Crosshair w/ Amber Dot, 1 in. Tube $ 899.00 ? TR20-2G 200005 719307400429 AccuPoint® 3-9x40 Riflescope MIL-Dot Crosshair w/ Green Dot, 1 in. Tube $ 899.00 ? TR20G 200008 719307400405 AccuPoint® 3-9x40 Riflescope w/ BAC, Green Triangle Post Reticle, 1 in. Tube $ 899.00 TR20R 200010 719307400146 AccuPoint® 3-9x40 Riflescope w/ BAC, Red Triangle Post Reticle, 1 in. Tube $ 899.00

2.5-10x56 TR22 200022 719307400177 AccuPoint® 2.5-10x56 Riflescope w/ BAC, Amber Triangle Post Reticle, 30mm Tube $ 999.00 TR22-1 200023 719307400221 AccuPoint® 2.5-10x56 Riflescope Standard Duplex Crosshair w/ Amber Dot, 30mm Tube $ 999.00 ? TR22-1G 200024 719307400511 AccuPoint® 2.5-10x56 Riflescope Standard Duplex Crosshair w/ Green Dot, 30mm Tube $ 999.00 TR22-2 200027 719307400276 AccuPoint® 2.5-10x56 Riflescope MIL-Dot Crosshair w/ Amber Dot, 30mm Tube $ 999.00 ? TR22-2G 200028 719307400450 AccuPoint® 2.5-10x56 Riflescope MIL-Dot Crosshair w/ Green Dot, 30mm Tube $ 999.00 TR22G 200033 719307400443 AccuPoint® 2.5-10x56 Riflescope w/ BAC, Green Triangle Post Reticle, 30mm Tube $ 999.00 TR22R 200035 719307400184 AccuPoint® 2.5-10x56 Riflescope w/ BAC, Red Triangle Post Reticle, 30mm Tube $ 999.00

5-20x50 TR23 200038 719307400313 AccuPoint® 5-20x50 Riflescope w/ BAC, Amber Triangle Post Reticle, 30mm Tube $ 1,399.00 TR23-1 200039 719307400467 AccuPoint® 5-20x50 Riflescope Standard Duplex Crosshair w/ Amber Dot, 30mm Tube $ 1,399.00 ? TR23-1G 200040 719307400474 AccuPoint® 5-20x50 Riflescope Standard Duplex Crosshair w/ Green Dot, 30mm Tube $ 1,399.00 ? TR23-2 200042 719307400481 AccuPoint® 5-20x50 Riflescope MIL-Dot Crosshair w/ Amber Dot, 30mm Tube $ 1,399.00 ? TR23-2G 200043 719307400535 AccuPoint® 5-20x50 Riflescope MIL-Dot Crosshair w/ Green Dot, 30mm Tube $ 1,399.00 TR23G 200047 719307400320 AccuPoint® 5-20x50 Riflescope w/ BAC, Green Triangle Post Reticle, 30mm Tube $ 1,399.00 TR23R 200049 719307400283 AccuPoint® 5-20x50 Riflescope w/ BAC, Red Triangle Post Reticle, 30mm Tube $ 1,399.00

1-4x24 TR24 200052 719307400306 AccuPoint® 1-4x24 Riflescope w/ BAC, Amber Triangle Post Reticle, 30mm Tube $ 1,099.00 TR24-3 200053 719307400498 AccuPoint® 1-4x24 Riflescope German #4 Crosshair w/ Amber Dot, 30mm Tube $ 1,099.00 ? TR24-3G 200054 719307400504 AccuPoint® 1-4x24 Riflescope German #4 Crosshair w/ Green Dot, 30mm Tube $ 1,099.00 TR24-C-200070 200070 719307400368 AccuPoint® 1-4x24 Riflescope Standard Duplex Crosshair w/ Amber Dot, 30mm Tube $ 1,099.00 TR24-C-200071 200071 719307400375 AccuPoint® 1-4x24 Riflescope Standard Duplex Crosshair w/ Green Dot, 30mm Tube $ 1,099.00 ? TR24G 200057 719307400351 AccuPoint® 1-4x24 Riflescope w/ BAC, Green Triangle Post Reticle, 30mm Tube $ 1,099.00 ? TR24R 200061 719307400290 AccuPoint® 1-4x24 Riflescope w/ BAC, Red Triangle Post Reticle, 30mm Tube $ 1,099.00

1-6x24 TR25-C-200080 200080 719307401556 AccuPoint® 1-6x24 Riflescope Standard Duplex Crosshair w/ Green Dot, 30mm Tube $ 1,399.00 TR25-C-200083 200083 719307401594 AccuPoint® 1-6x24 Riflescope German #4 Crosshair w/ Green Dot, 30mm Tube $ 1,399.00 ? TR25-C-200086 200086 719307401624 AccuPoint® 1-6x24 Riflescope Circle-Cross Crosshair w/ Green Dot, 30mm Tube $ 1,399.00 TR25-C-200089 200089 719307401655 AccuPoint® 1-6x24 Riflescope MOA-Dot Crosshair w/ Green Dot, 30mm Tube $ 1,399.00 TR25-C-200090 200090 719307401662 AccuPoint® 1-6x24 Riflescope w/ BAC, Red Triangle Post Reticle, 30mm Tube $ 1,399.00 TR25-C-200091 200091 719307401679 AccuPoint® 1-6x24 Riflescope w/ BAC, Amber Triangle Post Reticle, 30mm Tube $ 1,399.00 ? TR25-C-200092 200092 719307401686 AccuPoint® 1-6x24 Riflescope w/ BAC, Green Triangle Post Reticle, 30mm Tube $ 1,399.00 ? TR25-C-200095 200095 719307401716 AccuPoint® 1-6x24 Riflescope MIL-Dot Crosshair w/ Green Dot, 30mm Tube $ 1,399.00

2.5-12.5x42 TR26-C-200098 200098 719307401747 AccuPoint® 2.5-12.5x42 Riflescope Standard Duplex Crosshair w/ Green Dot, 30mm Tube $ 1,299.00 ? TR26-C-200104 200104 719307401808 AccuPoint® 2.5-12.5x42 Riflescope MOA-Dot Crosshair w/ Green Dot, 30mm Tube $ 1,299.00 TR26-C-200105 200105 719307401815 AccuPoint® 2.5-12.5x42 Riflescope w/ BAC, Red Triangle Post Reticle, 30mm Tube $ 1,299.00 TR26-C-200106 200106 719307401822 AccuPoint® 2.5-12.5x42 Riflescope w/ BAC, Amber Triangle Post Reticle, 30mm Tube $ 1,299.00 ? TR26-C-200107 200107 719307401839 AccuPoint® 2.5-12.5x42 Riflescope w/ BAC, Green Triangle Post Reticle, 30mm Tube $ 1,299.00 ? TR26-C-200110 200110 719307401860 AccuPoint® 2.5-12.5x42 Riflescope MIL-Dot Crosshair w/ Green Dot, 30mm Tube $ 1,299.00

Trijicon AccuPower® Riflescope 3-9x40 RS20-C-1900008 1900008 719307402003 AccuPower® 3-9x40 Riflescope MOA Crosshair w/ Red LED, 1 in. Tube $ 699.00 ? RS20-C-1900009 1900009 719307402010 AccuPower® 3-9x40 Riflescope MOA Crosshair w/ Green LED, 1 in. Tube $ 699.00 RS20-C-1900010 1900010 719307402027 AccuPower® 3-9x40 Riflescope MIL-Square Crosshair w/ Red LED, 1 in. Tube $ 699.00 ? RS20-C-1900011 1900011 719307402034 AccuPower® 3-9x40 Riflescope MIL-Square Crosshair w/ Green LED, 1 in. Tube $ 699.00 RS20-C-1900012 1900012 719307402041 AccuPower® 3-9x40 Riflescope Duplex Crosshair w/ Red LED, 1 in. Tube $ 699.00 RS20-C-1900013 1900013 719307402058 AccuPower® 3-9x40 Riflescope Duplex Crosshair w/ Green LED, 1 in. Tube $ 699.00 2.5-10x56 RS22-C-1900014 1900014 719307402065 AccuPower® 2.5-10x56 Riflescope MOA Crosshair w/ Red LED, 30mm Tube $ 799.00 ? RS22-C-1900015 1900015 719307402072 AccuPower® 2.5-10x56 Riflescope MOA Crosshair w/ Green LED, 30mm Tube $ 799.00 RS22-C-1900016 1900016 719307402089 AccuPower® 2.5-10x56 Riflescope MIL-Square Crosshair w/ Red LED, 30mm Tube $ 799.00 ? RS22-C-1900017 1900017 719307402096 AccuPower® 2.5-10x56 Riflescope MIL-Square Crosshair w/ Green LED, 30mm Tube $ 799.00 RS22-C-1900018 1900018 719307402102 AccuPower® 2.5-10x56 Riflescope Duplex Crosshair w/ Red LED, 30mm Tube $ 799.00 RS22-C-1900019 1900019 719307402119 AccuPower® 2.5-10x56 Riflescope Duplex Crosshair w/ Green LED, 30mm Tube $ 799.00

1-4x24 RS24-C-1900000 1900000 719307401921 AccuPower® 1-4x24 Riflescope MOA Crosshair w/ Red LED, 30mm Tube $ 899.00 ? RS24-C-1900001 1900001 719307401938 AccuPower® 1-4x24 Riflescope MOA Crosshair w/ Green LED, 30mm Tube $ 899.00 RS24-C-1900002 1900002 719307401945 AccuPower® 1-4x24 Riflescope MIL-Square Crosshair w/ Red LED, 30mm Tube $ 899.00 ? RS24-C-1900003 1900003 719307401952 AccuPower® 1-4x24 Riflescope MIL-Square Crosshair w/ Green LED, 30mm Tube $ 899.00 RS24-C-1900004 1900004 719307401969 AccuPower® 1-4x24 Riflescope Duplex Crosshair w/ Red LED, 30mm Tube $ 899.00 RS24-C-1900005 1900005 719307401976 AccuPower® 1-4x24 Riflescope Duplex Crosshair w/ Green LED, 30mm Tube $ 899.00 1900006 ? RS24-C-1900006 719307401983 AccuPower® 1-4x24 Riflescope .223/55gr BDC Segmented-Circle/Dot Crosshair w/ Red LED, 30mm Tube $ 899.00 1900007 ? RS24-C-1900007 AccuPower® 1-4x24 Riflescope .223/55gr BDC Segmented-Circle/Dot Crosshair w/ Green LED, 30mm Tube 719307401990 $ 899.00

4-16x50 RS29-C-1900020 1900020 719307402126 AccuPower® 4-16x50 Riflescope MOA Crosshair w/ Red LED, 30mm Tube $ 999.00 ? RS29-C-1900021 1900021 719307402133 AccuPower® 4-16x50 Riflescope MOA Crosshair w/ Green LED, 30mm Tube $ 999.00 RS29-C-1900022 1900022 719307402140 AccuPower® 4-16x50 Riflescope MIL-Square Crosshair w/ Red LED, 30mm Tube $ 999.00 ? RS29-C-1900023 1900023 719307402157 AccuPower® 4-16x50 Riflescope MIL-Square Crosshair w/ Green LED, 30mm Tube $ 999.00 RS29-C-1900024 1900024 719307402164 AccuPower® 4-16x50 Riflescope Duplex Crosshair w/ Red LED, 30mm Tube $ 999.00 RS29-C-1900025 1900025 719307402171 AccuPower® 4-16x50 Riflescope Duplex Crosshair w/ Green LED, 30mm Tube $ 999.00

AccuPoint® and AccuPower™ Mounts & Accessories AC20003 AC20003 719307401389 Quick Zoom Lever for 1-4x24, 2.5-10x56, 3.9-x40 and 5-20x50 AccuPoint® $ 78.00 ? AC20004 AC20004 719307402317 AccuPower Battery Cap RS20, RS22, RS24, RS29 $ 17.00 ? AC20006 AC20006 719307402331 RS20, RS22, RS24, RS29, TR25, TR26 Adjuster Caps $ 19.00 AC21008 AC21008 719307401273 Sunshade for 5-20x50 AccuPoint® $ 25.00 ? AC22033 AC22033 719307401464 30mm Riflescope Trijicon® Quick Release Mount $ 325.00 ? AC22034 AC22034 719307401471 1in. Riflescope Trijicon® Quick Release Mount $ 325.00 TR100 AC22005 719307400542 1 in. Riflescope Standard Aluminum Rings $ 124.00 TR101 AC22006 719307400559 1 in. Riflescope Extra High Aluminum Rings $ 124.00 TR102 AC22007 719307400566 1 in. Riflescope Extra High Steel Rings $ 157.00 TR103 AC22008 719307400573 1 in. Riflescope Standard Steel Rings $ 157.00 TR104 AC22009 719307400580 30mm Riflescope Standard Aluminum Rings $ 124.00 TR105 AC22010 719307400597 30mm Riflescope Intermediate Aluminum Rings $ 124.00 TR106 AC22011 719307400603 30mm Riflescope Extra High Aluminum Rings $ 124.00 TR107 AC22012 719307400610 30mm Riflescope Standard Steel Rings $ 157.00 TR108 AC22013 719307400627 30mm Riflescope Intermediate Steel Rings $ 157.00 TR109 AC22014 719307400634 30mm Riflescope Extra High Steel Rings $ 157.00 TR110 AC22015 719307400641 30mm Riflescope Heavy Duty Steel Rings $ 207.00 TR111 AC22016 719307400658 1 in. Riflescope Delrin Ring Spacer for 30mm Rings $ 25.00 TR112 AC22017 719307400665 7 in. Full 1913 Picatinny Steel Rail for Remington® 700 Long Action $ 118.00 TR113 AC22018 719307400672 7 in. Full 1913 Picatinny Steel Rail for Remington® 700 Short Action $ 118.00 TR114 AC22019 719307400689 7 in. Full 1913 Picatinny Steel Rail with 20 MOA for Remington® 700 Short Action $ 118.00 TR115 AC22020 719307400696 7 in. Full 1913 Picatinny Steel Rail for Savage® Accu Trigger Short Action $ 118.00 TR116 AC22021 719307400702 7 in. Full 1913 Picatinny Steel Rail for Winchester® Model 70 Short Action $ 118.00 TR117 AC22022 719307400719 Two-Piece 1913 Picatinny Steel Rail for Remington® 700 $ 101.00 TR118 AC22023 719307400726 Two-Piece 1913 Picatinny Steel Rail for Savage® Accu Trigger $ 118.00 TR119 AC22024 719307400733 Two-Piece 1913 Picatinny Steel Rail for Winchester® Model 70 $ 118.00 TR120 AC22025 719307400740 7 in. Full 1913 Picatinny Aluminum Rail with 20 MOA for Remington® 700 Short Action $ 118.00 TR121 AC22026 719307400757 Full 1913 Picatinny Aluminum Rail for Mossberg® 590 Shotgun $ 63.00 TR122 AC22027 719307400764 Full 1913 Picatinny Aluminum Rail for Remington® 870 Shotgun $ 63.00 TR123 AC22028 719307400771 Full 1913 Picatinny Aluminum Rail for Benelli® Shotgun $ 63.00 TR127 AC22032 719307401044 Two-Piece 1913 Picatinny Steel Rail for Browning® A-Bolt, Steyr® SBS and SAKO® A7 $ 101.00 TR128 AC21003 719307401204 Riflescope Lens Cap for 3-9x40 AccuPoint® and AccuPower™ $ 21.00 TR130 AC21005 719307401228 Riflescope Lens Cap for 2.5-10x56 AccuPoint® and AccuPower™ $ 21.00 TR131 AC21006 719307401235 Riflescope Lens Cap for 5-20x50 AccuPoint® and 4-16x50 AccuPower™ $ 21.00 TR132 AC21007 719307401242 Riflescope Lens Cap for 1-4x24, 1-6x24 AccuPoint® and 1-4x24 AccuPower™ $ 21.00 TR135 AC20001 719307401259 Adjuster Cap Covers for 1-4x24 AccuPoint® $ 38.00 TR136 AC20002 719307401266 Adjuster Cap Covers for 3-9x40 and 2.5-10x56 AccuPoint® $ 19.00

Trijicon HD™ Binoculars & Trijicon HD™ Spotting Scope ? TBN01-C-2000000 2000000 719307101012 Trijicon HD™ Binoculars 8x42 $ 799.00 TBN02-C-2000001 2000001 719307101029 Trijicon HD™ Binoculars 10x42 $ 849.00 TSS01-C-2100000 2100000 719307101036 Trijicon HD™ Spotting Scope 20-60x82 $ 1,899.00

Trijicon HD™ Binoculars & Trijicon HD™ Spotting Scope Accessories AC70001 AC70001 719307101043 Trijicon HD™ Binocular Harness $ 25.00 AC70002 AC70002 719307101050 Trijicon HD™ Binocular Pouch (Integrates with Binocular Harness) $ 50.00 AC70003 AC70003 719307101067 Trijicon HD™ Spotting Scope Case $ 50.00 AC70004 AC70004 719307101005 Trijicon® Tripod with 2-Way Head for Spotting Scopes $ 360.00 AC70005 AC70005 719307101074 Trijicon HD™ 25-50x Wide Angle Lens (fits Trijicon HD™ Spotting Scope) $ 800.00

Trijicon TARS® (Tactical Advanced RifleScope) TARS101 1400000 719307450004 TARS® 3-15x50 34mm Riflescope w/ MOA Adjusters, Red MOA Reticle $ 4,464.00 TARS102 1400001 719307450011 TARS® 3-15x50 34mm Riflescope w/ MOA Adjusters, Red Duplex Reticle $ 4,464.00 TARS103 1400002 719307450028 TARS® 3-15x50 34mm Riflescope w/ MIL Adjusters, Red JW MIL-Square Reticle $ 4,464.00 TARS104 1400003 719307450035 TARS® 3-15x50 34mm Riflescope w/ MIL Adjusters, Red Duplex Reticle $ 4,464.00

TARS® Mounts & Accessories AC21001 AC21001 719307450097 Tenebraex® TT Flip Cap Set 3-15x50 TARS® $ 80.00 AC21002 AC21002 719307450066 Tenebraex killFLASH® Anti-Reflection Device 3-15x50 TARS® $ 122.00 AC22002 AC22002 719307450059 Riflescope 34mm Quick Release Flattop Mount $ 400.00 AC22003 AC22003 719307450073 Riflescope 34mm Standard Height Aluminum Rings $ 205.00 AC22004 AC22004 719307450080 Riflescope 34mm Heavy Duty Rings Extra High $ 205.00

Trijicon AccuPin® Compound Bow Sight BW01G-BL 300000 719307700192 AccuPin® Green Triangle w/Dovetail Base - Black $ 229.00 BW02G-BL 300006 719307700208 AccuPin® Green Triangle w/Rail Grabber Base - Black $ 229.00 ? BW50G-BL 300018 719307700215 AccuPin® Dovetail Green Triangle & AccuDial™ Mount Right Handed - Black $ 560.00 ? BW51G-BL 300025 719307700222 AccuPin® Dovetail Green Triangle & AccuDial™ Mount Left Handed - Black $ 560.00

AccuPin® Mounts & Accessories BW10-BL 300012 719307700055 AccuDial™ Mount Right Handed, Sight Bracket, Rail Adapter - Black $ 331.00 BW11-BL 300015 719307700062 AccuDial™ Mount Left Handed, Sight Bracket, Rail Adapter - Black $ 331.00 BW20-1 AC40001 719307700246 AccuPin® Replacement Fiber Pin Assembly $ 36.00 BW21 AC40002 719307700239 AccuPin® Replacement Fiber Nut $ 11.00 BW22-BL AC42007 719307700017 AccuDial™ Sight Bracket - Black $ 41.00 BW23-BL AC42010 719307700024 AccuDial™ Rail Adapter - Black $ 20.00 BW24-BL AC42011 719307700031 AccuDial™ Quiver Attachment - Black $ 27.00 BW25-BL AC42014 719307700048 AccuDial™ Extension Arm - Black $ 66.00 BW26 AC40003 719307700376 Tagged Out Extreme Range Finder by Bad River Outdoors® – Standard Deer $ 46.00 BW27 AC40004 719307700383 Tagged Out Extreme Range Finder by Bad River Outdoors® – Elk $ 46.00 BW28 AC40005 719307700390 Tagged Out Extreme Range Finder by Bad River Outdoors® – Mule Deer $ 46.00

Trijicon MRO™ (Miniature Rifle Optic) ? 2200003 MRO-C-2200003 719307630161 1x25 MRO 2.0 MOA ADJ Red Dot $ 579.00 ? 2200004 MRO-C-2200004 719307630178 1x25 MRO 2.0 MOA ADJ Red Dot; Mount AC32067 $ 629.00 ? 2200005 MRO-C-2200005 719307630185 1x25 MRO 2.0 MOA ADJ Red Dot; Mount AC32068 $ 639.00 ? 2200006 MRO-C-2200006 719307630192 1x25 MRO 2.0 MOA ADJ Red Dot; Mount AC32069 $ 639.00 ? 2200011 MRO-C-2200011 719307630307 1x25 MRO™ 2.0 MOA Adj Red Dot; with Trijicon MRO Low & 1/3 Co-witness Mounts $ 679.00 ? 2200012 MRO-C-2200012 719307630314 1x25 MRO™ 2.0 MOA Adj Red Dot - OEM Bulk Pack $ 569.00 Trijicon MRO™ (Miniature Rifle Optic) Accessories ? AC32067 AC32067 719307630246 MRO Low Mount $ 50.00 ? AC32068 AC32068 719307630253 MRO Full Co-Witness Mount $ 60.00 ? AC32069 AC32069 719307630260 MRO Lower 1/3 Co-Witness Mount $ 60.00

Trijicon SRS® (Sealed Reflex Sight) SRS01 900000 719307630000 SRS® Sealed Reflex Sight, 1.75 MOA Red LED Dot w/ Thumb Screw Mount $ 1,150.00 SRS02 900001 719307630017 SRS® Sealed Reflex Sight, 1.75 MOA Red LED Dot w/ Quick Release Mount $ 1,250.00

SRS® Accessories AC31001 AC31001 719307630024 SRS® Tenebraex® Eyepiece Flip Cover $ 53.00 AC31002 AC31002 719307630031 SRS® Tenebraex killFLASH® Anti-Reflection Device $ 137.00 AC31003 AC31003 719307630048 SRS® Tenebraex killFLASH® Anti-Reflection Device and Tenebraex® TT Objective Flip Cap $ 185.00 AC31004 AC31004 719307630055 SRS® Tenebraex® Objective Flip Cap and Retainer Set $ 62.00 AC31005 AC31005 719307630093 SRS® 1x38 Scopecoat™ Cover $ 22.00 AC31006 AC31006 719307630062 SRS® Tenebraex® Eyepiece & Objective Flip Cap Set w/Retainer $ 105.00 AC32001 AC32001 719307630079 Thumbscrew Mount for SRS® $ 95.00 AC32002 AC32002 719307630086 Quick Release Mount for SRS® $ 185.00

Trijicon® Reflex 1x24 RX01 800000 719307600010 1x24 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (without Mount) $ 519.00 RX01-10 800001 719307600225 1x24 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX10 M16 Handle Mount) $ 685.00 RX01-11 800003 719307600232 1x24 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX11 Weaver Mount) $ 596.00 ? RX01-14 800006 719307600249 1x24 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX14 Flattop Mount) $ 658.00 RX01-23 800010 719307600553 1x24 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX23 A.R.M.S.® #15 Throw Lever Flattop $ 687.00 RX01-25 800011 719307605091 1x24 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX25 M16/AR15 Top of Handle Mount) $ 565.00 RX01NSN 800018 719307600140 1x24 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (with Flattop Adapter, Polarizing Filter and Dust $ 612.00 ? Cover) RX06 800021 719307600430 1x24 Reflex, Amber 12.9 MOA Triangle Reticle, Reflex Base (without Mount) $ 519.00 RX06-10 800022 719307600447 1x24 Reflex, Amber 12.9 MOA Triangle Reticle, Reflex Base (with RX10 M16 Handle Mount) $ 685.00 RX06-11 800023 719307600454 1x24 Reflex, Amber 12.9 MOA Triangle Reticle, Reflex Base (with RX11 Weaver Mount) $ 596.00 RX06-14 800024 719307600461 1x24 Reflex, Amber 12.9 MOA Triangle Reticle, Reflex Base (with RX14 Flattop Mount) $ 658.00 RX06-23 800026 719307600867 1x24 Reflex, Amber 12.9 MOA Triangle Reticle, Reflex Base (with RX23 A.R.M.S.® #15 Throw Lever $ 687.00 Flattop Mount) RX06-25 800028 719307605107 1x24 Reflex, Amber 12.9 MOA Triangle Reticle, Reflex Base (with RX25 M16/AR15 Top of Handle $ 565.00 Mount)

1x42 RX30 800033 719307605398 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (without Mount) $ 624.00 RX30-C-800065 800065 719307611948 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (without Mount) CK-Sniper Gray $ 674.00 RX30-C-800066 800066 719307611955 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (without Mount) CK-ODG $ 674.00 RX30-C-800067 800067 719307611962 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (without Mount) CK-FDE $ 674.00 RX30-11 800034 719307605442 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX11 Weaver Mount) $ 701.00 RX30-14 800036 719307605459 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX14 Flattop Mount) $ 763.00 RX30-23 800038 719307605404 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX23 A.R.M.S.® #15 Throw Lever Flattop $ 792.00 ? Mount) RX30-25 800041 719307605497 1x42 Reflex, Amber 6.5 MOA Dot Reticle, Reflex Base (with RX25 M16/AR15 Top of Handle Mount) $ 670.00

? RX30A-51 800042 719307605473 1x42 Reflex, Amber 6.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount) $ 670.00 RX30-C-800089 800089 719307612181 1x42 Reflex, Amber 6.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount)CK-Sniper Gray $ 732.00

RX30-C-800090 800090 719307612198 1x42 Reflex, Amber 6.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount) CK-ODG $ 732.00

RX30-C-800091 800091 719307612204 1x42 Reflex, Amber 6.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount) CK-FDE $ 732.00

RX34 800043 719307606173 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (without Mount) $ 624.00

RX34-C-800092 800092 719307612211 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (without Mount) CK-Sniper Gray $ 674.00 RX34-C-800093 800093 719307612228 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (without Mount)CK-ODG $ 674.00 RX34-C-800094 800094 719307612235 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (without Mount)CK-FDE $ 674.00

RX34-11 800044 719307606203 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (with RX11 Weaver Mount) $ 701.00

RX34-14 800045 719307606210 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (with RX14 Flattop Mount) $ 763.00

RX34-23 800047 719308606196 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (with RX23 A.R.M.S.® #15 Throw Lever Flattop $ 792.00 ? Mount) RX34-25 800048 719307606234 1x42 Reflex, Amber 4.5 MOA Dot Reticle, Reflex Base (with RX25 M16/AR15 Top of Handle Mount) $ 670.00

RX34A-51 800049 719307606241 1x42 Reflex, Amber 4.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount) $ 682.00 ? RX34-C-800107 800107 719307612365 1x42 Reflex, Amber 4.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount)CK-Sniper Gray $ 732.00

RX34-C-800108 800108 719307612372 1x42 Reflex, Amber 4.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount)CK- ODG $ 732.00

RX34-C-800109 800109 719307612389 1x42 Reflex, Amber 4.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount)CK-FDE $ 732.00

RX30-C-800113 800113 719307612587 1x42 Reflex, Green 6.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount) $ 670.00 RX34-C-800112 800112 719307612594 1x42 Reflex, Green 4.5 MOA Dot Reticle, ACOG Base (with TA51 Flattop Mount) $ 682.00

Reflex Mounts & Accessories RX10 AC32030 719307600065 Reflex Adapter for AR15 Handle $ 166.00 RX11 AC32031 719307600072 Reflex Weaver Rail Adapter $ 75.00 RX125-SPACER AC32033 719307605503 Reflex 0.125 Inch Spacer $ 17.00 RX14 AC32035 719307600119 Reflex Flattop Receiver Mount $ 136.00 RX15 AC32036 719307600416 Reflex Low Flattop Receiver Mount $ 108.00 RX16 AC32037 719307600423 Reflex Low Profile Weaver Mount $ 108.00 RX20 AC31007 719307600188 1x24 Reflex Polarizing Filter, Detachable $ 26.00 RX21 AC31008 719307600195 1x24 Reflex Dust Cover $ 12.00

RX22 AC31009 719307600201 1x24 Reflex Tenebraex killFLASH® Anti-Reflection Device $ 41.00

RX23 AC32039 719307600539 RX23 A.R.M. #15 Throw Lever Mount $ 147.00

RX23-SPACER AC32040 719307605121 A.R.M.S. Spacer for RX23 Mount $ 26.00 RX24 AC32041 719307600904 Reflex AK47 Adapter $ 278.00 RX25 AC32042 719307605084 M16 Carry Handle Mount $ 44.00

RX28 AC31010 719307605749 1x42 Reflex Tenebraex killFLASH® Anti-Reflection Device $ 142.00

Trijicon ACOG® (Advanced Combat Optical Gunsight)

1.5x16S

TA44-C-400138 400138 719307309449 Trijicon 1.5x16S Compact ACOG® Scope, Dual Illuminated Amber Ring & 2 MOA Center Dot Reticle w/ $ 1,213.00 M16 Carry Handle Base and Mounting Screw TA44-C-400140 400140 719307309456 Trijicon 1.5x16S Compact ACOG® Scope, Dual Illuminated Green Ring & 2 MOA Center Dot Reticle w/ $ 1,213.00 M16 Carry Handle Base and Mounting Screw TA44-C-400141 400141 719307309463 Trijicon 1.5x16S Compact ACOG® Scope, Dual Illuminated Red Ring & 2 MOA Center Dot Reticle w/ M16 $ 1,213.00 Carry Handle Base and Mounting Screw

1.5x16S LOW

400241 Trijicon 1.5x16S Compact ACOG® Scope Low Height, Dual Illuminated Red Ring & 2 MOA Center Dot TA44-C-400241 719307310636 Reticle $ 1,213.00 400242 Trijicon 1.5x16S Compact ACOG® Scope Low Height, Dual Illuminated Amber Ring & 2 MOA Center Dot TA44-C-400242 719307310643 Reticle $ 1,213.00 400243 Trijicon 1.5x16S Compact ACOG® Scope Low Height, Dual Illuminated Green Ring & 2 MOA Center Dot TA44-C-400243 719307310650 Reticle $ 1,213.00 1.5x24

TA45-C-400153 400153 719307309579 Trijicon 1.5x24 Compact ACOG® Scope, Dual Illuminated Amber 8 MOA Triangle Reticle w/ M16 Carry $ 1,285.00 Handle Base and Mounting Screw TA45-C-400154 400154 719307309586 Trijicon 1.5x24 Compact ACOG® Scope, Dual Illuminated Amber Crosshair Reticle w/ M16 Carry Handle $ 1,285.00 Base and Mounting Screw TA45-C-400156 400156 719307309593 Trijicon 1.5x24 Compact ACOG® Scope, Dual Illuminated Red 8 MOA Triangle Reticle w/ M16 Carry $ 1,285.00 Handle Base and Mounting Screw TA45-C-400157 400157 719307309609 Trijicon 1.5x24 Compact ACOG® Scope, Dual Illuminated Red Crosshair Reticle w/ M16 Carry Handle $ 1,285.00 Base and Mounting Screw

2x20 TA47-C-400146 400146 719307309500 Trijicon 2x20 Compact ACOG® Scope, Dual Illuminated Amber 9.2 MOA Triangle Reticle w/ M16 Carry $ 1,285.00 Handle Base and Mounting Screw TA47-C-400150 400150 719307309548 Trijicon 2x20 Compact ACOG® Scope, Dual Illuminated Red 9.2 MOA Triangle Reticle w/ M16 Carry $ 1,285.00 Handle Base and Mounting Screw TA47-C-400147 400147 719307309517 Trijicon 2x20 Compact ACOG® Scope, Dual Illuminated Amber Crosshair Reticle w/ M16 Carry Handle $ 1,285.00 Base and Mounting Screw TA47-C-400148 400148 719307309524 Trijicon 2x20 Compact ACOG® Scope, Dual Illuminated Amber 6.9 MOA Dot Reticle w/ M16 Carry $ 1,285.00 Handle Base and Mounting Screw TA47-C-400149 400149 719307309531 Trijicon 2x20 Compact ACOG® Scope, Dual Illuminated Green Crosshair Reticle w/ M16 Carry Handle $ 1,285.00 Base and Mounting Screw TA47-C-400151 400151 719307309555 Trijicon 2x20 Compact ACOG® Scope, Dual Illuminated Red Crosshair Reticle w/ M16 Carry Handle Base $ 1,285.00 and Mounting Screw TA47-C-400152 400152 719307309562 Trijicon 2x20 Compact ACOG® Scope, Dual Illuminated Red 6.9 MOA Dot Reticle w/ M16 Carry Handle $ 1,285.00 Base and Mounting Screw

3x24 Crossbow

TA50-C-400143 400143 719307309470 Trijicon 3x24 XB Compact ACOG® Crossbow Scope, Dual Illuminated Green Chevron 300-340 fps Bolt $ 1,285.00 Drop Reticle w/ M16 Carry Handle Base TA50-C-400144 400144 719307309487 Trijicon 3x24 XB Compact ACOG® Crossbow Scope, Dual Illuminated Green Chevron 340-400 fps Bolt $ 1,285.00 Drop Reticle w/ M16 Carry Handle Base TA50-C-400145 400145 719307309494 Trijicon 3x24 XB Compact ACOG® Crossbow Scope, Dual Illuminated Green Chevron 400-440+ fps Bolt $ 1,285.00 Drop Reticle w/ M16 Carry Handle Base

3x24

400223 Trijicon 3x24 Compact ACOG® Scope, Dual Illuminated Red Crosshair .223/55gr. Ballistic Reticle w/ M16 TA50-C-400223 719307310452 Carry Handle Base and Mounting Screw $ 1,285.00 400224 Trijicon 3x24 Compact ACOG® Scope, Dual Illuminated Amber Crosshair .223/55gr. Ballistic Reticle w/ TA50-C-400224 719307310469 M16 Carry Handle Base and Mounting Screw $ 1,285.00 400225 Trijicon 3x24 Compact ACOG® Scope, Dual Illuminated Green Crosshair .223/55gr. Ballistic Reticle w/ TA50-C-400225 719307310476 M16 Carry Handle Base and Mounting Screw $ 1,285.00 400226 Trijicon 3x24 Compact ACOG® Scope, Dual Illuminated Red Horseshoe/Dot .223/55gr. Ballistic Reticle TA50-C-400226 719307310483 w/ M16 Carry Handle Base and Mounting Screw $ 1,285.00 400227 Trijicon 3x24 Compact ACOG® Scope, Dual Illuminated Amber Horseshoe/Dot .223/55gr. Ballistic Reticle TA50-C-400227 719307310490 w/ M16 Carry Handle Base and Mounting Screw $ 1,285.00 400228 Trijicon 3x24 Compact ACOG® Scope, Dual Illuminated Green Horseshoe/Dot .223/55gr. Ballistic Reticle TA50-C-400228 719307310506 w/ M16 Carry Handle Base and Mounting Screw $ 1,285.00

3x24 LOW

400229 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Red Crosshair .223/55gr. Ballistic TA50-C-400229 719307310513 Reticle $ 1,285.00 400230 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Amber Crosshair .223/55gr. Ballistic TA50-C-400230 719307310520 Reticle $ 1,285.00 400231 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Green Crosshair .223/55gr. Ballistic TA50-C-400231 719307310537 Reticle $ 1,285.00 400232 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Red Horseshoe/Dot .223/55gr. TA50-C-400232 719307310544 Ballistic Reticle $ 1,285.00 400233 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Amber Horseshoe/Dot .223/55gr. TA50-C-400233 719307310551 Ballistic Reticle $ 1,285.00 400234 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Green Horseshoe/Dot .223/55gr. TA50-C-400234 719307310568 Ballistic Reticle $ 1,285.00 TA50-C-400235 400235 719307310575 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Red Crosshair 7.62x39/123gr. $ 1,285.00 TA50-C-400236 400236 719307310582 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Amber Crosshair 7.62x39/123gr. $ 1,285.00 TA50-C-400237 400237 719307310599 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Green Crosshair 7.62x39/123gr. $ 1,285.00 TA50-C-400238 400238 719307310605 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Red Horseshoe/Dot 7.62x39/123gr. $ 1,285.00 TA50-C-400239 400239 719307310612 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Amber Horseshoe/Dot $ 1,285.00 TA50-C-400240 400240 719307310629 Trijicon 3x24 Compact ACOG® Scope Low Height, Dual Illuminated Green Horseshoe/Dot $ 1,285.00

3x30 TA33-C-400118 400118 719307309241 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Chevron .223/62gr. Ballistic Reticle w/ $ 1,407.00 TA33-C-400120 400120 719307309265 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Chevron 7.62x51mm/175gr. Ballistic $ 1,407.00 TA33-C-400121 400121 719307309272 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Crosshair .223/69gr. Remington Ballistic $ 1,407.00 TA33-C-400122 400122 719307309289 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Crosshair .308/168gr. Winchester Ballistic $ 1,407.00 TA33-C-400123 400123 719307309296 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Horseshoe/Dot 7.62x39/123gr. Ballistic $ 1,407.00 TA33-C-400162 400162 719307309630 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Crosshair 300BLK 115/220gr. Ballistic $ 1,407.00 TA33-C-400163 400163 719307309647 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Crosshair 300BLK 115/220gr. Ballistic $ 1,407.00 TA33-C-400164 400164 719307309654 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Red Crosshair 300BLK 115/220gr. Ballistic Reticle $ 1,407.00 TA33-C-400124 400124 719307309302 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Crosshair .223/69gr. Remington Ballistic $ 1,407.00 TA33-C-400125 400125 719307309319 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Crosshair .308/168gr. Winchester Ballistic $ 1,407.00 Reticle w/ Colt Knob Thumbscrew Mount TA33-C-400126 400126 719307309326 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Horseshoe/Dot 7.62x39/123gr. Ballistic $ 1,407.00 Reticle w/ Colt Knob Thumbscrew Mount TA33-C-400127 400127 719307309333 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Chevron .223/62gr. Ballistic Reticle w/ $ 1,407.00 Colt Knob Thumbscrew Mount TA33-C-400128 400128 719307309340 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Chevron 7.62x51mm/175gr. Ballistic $ 1,407.00 Reticle w/ Colt Knob Thumbscrew Mount TA33-C-400129 400129 719307309357 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Horseshoe/Dot 5.56x45mm/62gr. Ballistic $ 1,407.00 Reticle w/ Colt Knob Thumbscrew Mount TA33-C-400130 400130 719307309364 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Horseshoe/Dot 5.56x45mm/62gr. $ 1,407.00 Ballistic Reticle w/ Colt Knob Thumbscrew Mount TA33-C-400132 400132 719307309388 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Red Crosshair .223/69gr. Remington Ballistic $ 1,407.00 Reticle w/ Colt Knob Thumbscrew Mount TA33-C-400133 400133 719307309395 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Red Crosshair .308/168gr. Winchester Ballistic $ 1,407.00 TA33-C-400134 400134 719307309401 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Red Horseshoe/Dot 7.62x39/123gr. Ballistic $ 1,407.00 TA33-C-400135 400135 719307309418 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Red Chevron .223/62gr. Ballistic Reticle w/ Colt $ 1,407.00 TA33-C-400136 400136 719307309425 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Red Chevron 7.62x51mm/175gr. Ballistic Reticle $ 1,407.00 TA33-C-400137 400137 719307309432 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Red Horseshoe/Dot 5.56x45mm/62gr. Ballistic $ 1,407.00

3.5x35 TA11 100136 719307300064 ACOG® 3.5x35 Dual Illuminated Red Donut .223 BAC Reticle $ 1,548.00 TA11B 100137 719307301221 ACOG® 3.5x35 Dual Illuminated Red Circle / Chevron BAC Reticle $ 1,548.00 TA11C 100138 719307301238 ACOG® 3.5x35 Dual Illuminated Red Donut .308 BAC Reticle $ 1,548.00 TA11D 100140 719307301245 ACOG® 3.5x35 Dual Illuminated Red Triangle .223 BAC Reticle $ 1,548.00 ? TA11E 100142 719307300088 ACOG® 3.5x35 Dual Illuminated Red Chevron BAC .308 Flattop Reticle w/ TA51 Mount $ 1,605.00 TA11E-A 100143 719307303157 ACOG® 3.5x35 Dual Illuminated Amber Chevron BAC .308 Flattop Reticle w/ TA51 Mount $ 1,605.00 TA11E-G 100144 719307303492 ACOG® 3.5x35 Dual Illuminated Green Chevron BAC .308 Flattop Reticle w/ TA51 Mount $ 1,605.00 ? TA11F 100145 719307301306 ACOG® 3.5x35 Dual Illuminated Red Chevron BAC .223 Flattop Reticle w/ TA51 Mount $ 1,605.00 TA11F-A 100146 719307301320 ACOG® 3.5x35 Dual Illuminated Amber Chevron BAC .223 Flattop Reticle w/ TA51 Mount $ 1,605.00 TA11F-G 100149 719307303461 ACOG® 3.5x35 Dual Illuminated Green Chevron BAC .223 Flattop Reticle w/ TA51 Mount $ 1,605.00 ? TA11-G 100152 719307302921 ACOG® 3.5x35 Dual Illuminated Green Donut .223 BAC Reticle $ 1,548.00 TA11H 100153 719307302938 ACOG® 3.5x35 Dual Illuminated Red Horseshoe .223 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11H-308 100154 719307302570 ACOG® 3.5x35 Dual Illuminated Red Horseshoe .308 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11H-308G 100155 719307303478 ACOG® 3.5x35 Dual Illuminated Green Horseshoe .308 Ballistic Reticle w/ TA51 Mount $ 1,605.00 ? TA11H-G 100156 719307303454 ACOG® 3.5x35 Dual Illuminated Green Horseshoe .223 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11J 100158 719307302730 ACOG® 3.5x35 Dual Illuminated Red Crosshair .223 Ballistic Reticle w/ TA51 Mount $ 1,605.00 ? TA11J-308 100159 719307302761 ACOG® 3.5x35 Dual Illuminated Red Crosshair .308 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11J308-A 100160 719307302778 ACOG® 3.5x35 Dual Illuminated Amber Crosshair .308 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11J-308G 100161 719307302785 ACOG® 3.5x35 Dual Illuminated Green Crosshair .308 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11J-A 100162 719307302747 ACOG® 3.5x35 Dual Illuminated Amber Crosshair .223 Ballistic Reticle w/ TA51 Mount $ 1,605.00 ? TA11J-G 100163 719307302754 ACOG® 3.5x35 Dual Illuminated Green Crosshair .223 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11MGO-M249 100168 719307304482 ACOG® 3.5x35 Dual Illuminated Green Horseshoe/Dot M249 Ballistic Reticle w/ GDI Mount and ARD $ 1,943.00 TA11-C-100200 100200 719307305236 ACOG® 3.5x35 Nickel Boron Dual Illuminated Red Chevron .223 Ballistic Reticle w/ TA51 Mount $ 1,548.00

TA11-C-100201 100201 719307305243 ACOG® 3.5x35 Nickel Boron Dual Illuminated Green Chevron .223 Ballistic Reticle w/ TA51 Mount $ 1,548.00 TA11-D-100202 100202 719307305250 ACOG® 3.5x35 Nickel Boron Dual Illuminated Red Horseshoe Dot .223 Ballistic Reticle w/ TA51 Mount $ 1,548.00

TA11-D-100203 100203 719307305267 ACOG® 3.5x35 Nickel Boron Dual Illuminated Green Horseshoe Dot .223 Ballistic Reticle w/ TA51 Mount $ 1,548.00

TA11-D-100204 100204 719307305274 ACOG® 3.5x35 Nickel Boron Dual Illuminated Red Crosshair .223 Ballistic Reticle w/ TA51 Mount $ 1,548.00

TA11-D-100205 100205 719307305281 ACOG® 3.5x35 Nickel Boron Dual Illuminated Green Crosshair .223 Ballistic Reticle w/ TA51 Mount $ 1,548.00 TA11-D-100291 100291 719307306851 ACOG® 3.5x35 Dual Illuminated Red Chevron M193 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11-D-100292 100292 719307306844 ACOG® 3.5x35 Dual Illuminated Amber Chevron M193 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11-D-100293 100293 719307306837 ACOG® 3.5x35 Dual Illuminated Green Chevron M193 Ballistic Reticle w/ TA51 Mount $ 1,605.00 TA11-C-100414 100414 719307308312 3.5x35 ACOG®, Dual Illuminated Red Crosshair 300BLK Reticle w/ TA51 Mount $ 1,605.00 TA11-C-100415 100415 719307308329 3.5x35 ACOG®, Dual Illuminated Amber Crosshair 300BLK Reticle w/ TA51 Mount $ 1,605.00 TA11-C-100416 100416 719307308336 3.5x35 ACOG®, Dual Illuminated Green Crosshair 300BLK Reticle w/ TA51 Mount $ 1,605.00

4x32 TA01 100103 719307300019 ACOG® 4x32 Tritium Only, Full Line Illuminated Red Crosshair .223 Reticle $ 1,250.00 TA01B 100106 719307301207 ACOG® 4x32 Tritium Only, Full Line Illuminated Red Crosshair .308 Reticle $ 1,250.00 TA01LAW 100108 719307302051 ACOG® 4x32 Tritium Only, Center Illuminated Red Crosshair for the M16 - LAPD Reticle $ 1,250.00 TA01NSN 100091 719307300538 ACOG® 4x32 Tritium Only, Center Illuminated Amber Crosshair .223 Reticle w/ BUIS & TA51 Mount $ 1,347.00 TA01-D-100317 100317 719307307315 ACOG® 4x32 Tritium Only, Center Illuminated Amber Crosshair .223 Reticle w/ BUIS & TA51 Mount-CK- $ 1,450.00 Sniper Gray TA01-D-100318 100318 719307307322 ACOG® 4x32 Tritium Only, Center Illuminated Amber Crosshair .223 Reticle w/ BUIS & TA51 Mount-CK- $ 1,450.00 TA01-D-100319 100319 719307307339 ACOG® 4x32 Tritium Only, Center Illuminated Amber Crosshair .223 Reticle w/ BUIS & TA51 Mount-CK- $ 1,450.00 TA01NSN-308 100092 719307303911 ACOG® 4x32 Tritium Only, Center Illuminated Amber Crosshair .308 Reticle w/ BUIS & TA51 Mount $ 1,347.00

4x32 LED TA02 100190 719307304833 ACOG® 4x32 LED Battery Illuminated Red Crosshair .223 Ballistic Reticle w/ TA51 Mount $ 1,548.00 TA02-C-100390 100390 719307308183 4x32 ACOG® LED Battery Illuminated Green LED .223 Crosshair Reticle with TA51 Mount $ 1,548.00 TA02-D-100391 100391 719307308190 4x32 ACOG® LED Battery Illuminated Green LED .223 Chevron Reticle with TA51 Mount $ 1,548.00 TA02-D-100392 100392 719307308206 4x32 ACOG® LED Battery Illuminated Green LED .223 Horseshoe Reticle with TA51 Mount $ 1,548.00 TA02-D-100393 100393 719307308213 4x32 ACOG® LED Battery Illuminated Red LED .223 Chevron Reticle with TA51 Mount $ 1,548.00 TA02-D-100394 100394 719307308220 4x32 ACOG® LED Battery Illuminated Red LED .223 Horseshoe Reticle with TA51 Mount $ 1,548.00 TA02-C-100431 100431 719307308725 ACOG® 4x32 LED Battery Illuminated Red Crosshair .300 Blackout Ballistic Reticle w/ TA51 Mount $ 1,548.00

TA02-C-100432 100432 719307308732 ACOG® 4x32 LED Battery Illuminated Green Crosshair .300 Blackout Ballistic Reticle w/ TA51 Mount $ 1,548.00

4x32 BAC TA31 100232 719307300316 ACOG® 4x32 Dual Illuminated Red Donut .223 BAC Reticle $ 1,447.00 TA31A 100213 719307301252 ACOG® 4x32 Dual Illuminated Red Triangle .223 BAC Reticle $ 1,447.00 ? TA31-CH 100233 719307303386 ACOG® 4x32 Dual Illuminated Red Crosshair .223 BAC Reticle w/ TA51 Mount $ 1,502.00 TA31-C-100370 100370 719307307889 ACOG® 4X32 - Dual Illum Crosshair w/Flattop Mt - CK Gray $ 1,605.00 TA31-C-100371 100371 719307307896 ACOG® 4X32 - Dual Illum Crosshair w/Flattop Mt - CK ODG $ 1,605.00 TA31-C-100372 100372 719307307902 ACOG® 4X32 - Dual Illum Crosshair w/Flattop Mt - CK FDE $ 1,605.00 TA31-CH-G 100209 719307304352 ACOG® 4x32 Dual Illuminated Green Crosshair .223 BAC Reticle w/ TA51 Mount $ 1,502.00 TA31-C-100378 100378 719307307957 ACOG® 4x32 Dual Illuminated Green Crosshair .223 BAC Reticle w/ TA51 Mount - CK Gray $ 1,605.00 TA31-C-100379 100379 719307307964 ACOG® 4x32 Dual Illuminated Green Crosshair .223 BAC Reticle w/ TA51 Mount - CK ODG $ 1,605.00 TA31-C-100380 100380 719307307971 ACOG® 4x32 Dual Illuminated Green Crosshair .223 BAC Reticle w/ TA51 Mount - CKFDE $ 1,605.00 ? TA31F 100215 719307300095 ACOG® 4x32 Dual Illuminated Red Chevron .223 BAC Reticle w/ TA51 Mount $ 1,502.00 TA31-D-100308 100308 719307307223 ACOG® 4x32 Dual Illuminated Red Chevron .223 BAC Reticle w/ TA51 Mount-CK-Sniper Gray $ 1,605.00 TA31-D-100309 100309 719307307230 ACOG® 4x32 Dual Illuminated Red Chevron .223 BAC Reticle w/ TA51 Mount-CK ODG $ 1,605.00 TA31-D-100310 100310 719307307247 ACOG® 4x32 Dual Illuminated Red Chevron .223 BAC Reticle w/ TA51 Mount-CK-FDE $ 1,605.00 TA31F-A 100216 719307301313 ACOG® 4x32 Dual Illuminated Amber Chevron .223 BAC Reticle w/ TA51 Mount $ 1,502.00 ? TA31F-G 100218 719307302945 ACOG® 4x32 Dual Illuminated Green Chevron .223 BAC Reticle w/ TA51 Mount $ 1,502.00 TA31-D-100311 100311 719307307254 ACOG 4x32 Dual Illum Green Chevron .223 Ballistic w/TA51 Mt.-CK Sniper Gray $ 1,605.00 TA31-D-100312 100312 719307307261 ACOG 4x32 Dual Illum Green Chevron .223 Ballistic w/TA51 Mt.-CK ODG $ 1,605.00 TA31-D-100313 100313 719307307278 ACOG 4x32 Dual Illum Green Chevron .223 Ballistic w/TA51 Mt. CK FDE $ 1,605.00 TA31-G 100212 719307303539 ACOG® 4x32 Dual Illuminated Green Donut .223 BAC Reticle $ 1,447.00 ? TA31H 100219 719307302525 ACOG® 4x32 Dual Illuminated Red Horseshoe/Dot .223 BAC Reticle w/ TA51 Mount $ 1,502.00 ? TA31H-68 100220 719307302952 ACOG® 4x32 Dual Illuminated Red Horseshoe/Dot 6.8 SPC BAC Reticle w/ TA51 Mount $ 1,502.00 TA31H-68-A 100221 719307303409 ACOG® 4x32 Dual Illuminated Amber Horseshoe/Dot 6.8 SPC BAC Reticle w/ TA51 Mount $ 1,502.00 TA31H-68-G 100222 719307304185 ACOG® 4x32 Dual Illuminated Green Horseshoe/Dot 6.8 SPC BAC Reticle w/ TA51 Mount $ 1,502.00 TA31H-A 100223 719307303973 ACOG® 4x32 Dual Illuminated Amber Horseshoe/Dot .223 BAC Reticle w/ TA51 Mount $ 1,502.00 ? TA31H-G 100224 719307303027 ACOG® 4x32 Dual Illuminated Green Horseshoe/Dot .223 BAC Reticle w/ TA51 Mount $ 1,502.00 TA31-D-100365 100365 719307307766 ACOG® 4x32 Dual Illuminated Green Horseshoe/Dot .223 BAC Reticle w/ TA51 Mount-CK Sniper Gray $ 1,605.00

TA31-D-100366 100366 719307307773 ACOG® 4x32 Dual Illuminated Green Horseshoe/Dot .223 BAC Reticle w/ TA51 Mount-CK ODG $ 1,605.00

TA31-D-100367 100367 719307307780 ACOG® 4x32 Dual Illuminated Green Horseshoe/Dot .223 BAC Reticle w/ TA51 Mount-CK FDE $ 1,605.00 TA31RCO-A4CP 100226 719307302068 ACOG® 4x32 Dual Illuminated Red Chevron USMC Rifle Combat Optic (RCO) for A4 (20 in. barrel) w/ $ 1,724.00 ? TA51 Mount TA31RCO-M150CP 100228 719307302242 ACOG® 4x32 Dual Illuminated Red Chevron ARMY Rifle Combat Optic (RCO) for the M150 w/ TA51 $ 1,779.00 ? Mount TA31RCO-M150CP-G 100229 719307303423 ACOG® 4x32 Dual Illuminated Green Chevron ARMY Rifle Combat Optic (RCO) for the M150 w/ TA51 $ 1,779.00 Mount TA31RCO-M4CP 100230 719307302075 ACOG® 4x32 Dual Illuminated Red Chevron USMC Rifle Combat Optic (RCO) for M4 and M4A1 (14.5 in. $ 1,724.00 Barrel) w/ TA51 Mount TA31-C-100198 100198 719307305212 ACOG® 4x32 Nickel Boron Dual Illuminated Red Crosshair .223 BAC Reticle w/ TA51 Mount $ 1,520.00

TA31-C-100199 100199 719307305229 ACOG® 4x32 Nickel Boron Dual Illuminated Green Crosshair .223 BAC Reticle w/ TA51 Mount $ 1,520.00 TA31-D-100194 100194 719307305175 ACOG® 4x32 Nickel Boron Dual Illuminated Red Chevron .223 BAC Reticle w/ TA51 Mount $ 1,520.00

TA31-D-100195 100195 719307305182 ACOG® 4x32 Nickel Boron Dual Illuminated Green Chevron .223 BAC Reticle w/ TA51 Mount $ 1,520.00

TA31-D-100196 100196 719307305199 ACOG® 4x32 Nickel Boron Dual Illuminated Red Horseshoe Dot .223 BAC Reticle w/ TA51 Mount $ 1,520.00

TA31-D-100197 100197 719307305205 ACOG® 4x32 Nickel Boron Dual Illuminated Green Horseshoe Dot .223 BAC Reticle w/ TA51 Mount $ 1,520.00

TA31-D-100288 100288 719307306882 ACOG 4x32 Dual Illum Red Chevron M193 Ballistic w/TA51 $ 1,502.00 TA31-D-100289 100289 719307306875 ACOG 4x32 Dual Illum Amber Chevron M193 Ballistic w/TA51 $ 1,502.00 TA31-D-100290 100290 719307306868 ACOG 4x32 Dual Illum Green Chevron M193 Ballistic w/TA51 $ 1,502.00 TA31-C-100411 100411 719307308282 4x32 BAC ACOG, Dual Illuminated Red Crosshair 300BLK Reticle w/ TA51 Mount $ 1,605.00 TA31-C-100412 100412 719307308299 4x32 BAC ACOG, Dual Illuminated Amber Crosshair 300BLK Reticle w/ TA51 Mount $ 1,605.00 TA31-C-100413 100413 719307308305 4x32 BAC ACOG, Dual Illuminated Green Crosshair 300BLK Reticle w/ TA51 Mount $ 1,605.00

5.5x50 TA55 100173 719307302020 ACOG® 5.5x50 Dual Illuminated Red Chevron .223 BAC Reticle w/ TA51 Mount $ 2,058.00 TA55A 100175 719307302037 ACOG® 5.5x50 Dual Illuminated Red Chevron .308 BAC Reticle w/ TA51 Mount $ 2,058.00

6x48 TA648 100001 719307302259 ACOG® 6x48 Dual Illuminated Red Chevron .223 BAC Reticle w/ TA75 Mount $ 2,999.00 ? TA648-308 100002 719307302266 ACOG® 6x48 Dual Illuminated Red Chevron .308 BAC Reticle w/ TA75 Mount $ 2,999.00 TA648-308A 100003 719307302396 ACOG® 6x48 Dual Illuminated Amber Chevron .308 BAC Reticle w/ TA75 Mount $ 2,999.00 ? TA648-308G 100004 719307303515 ACOG® 6x48 Dual Illuminated Green Chevron .308 BAC Reticle w/ TA75 Mount $ 2,999.00 TA648-308H 100005 719307303089 ACOG® 6x48 Dual Illuminated Red Horseshoe/Dot .308 BAC Reticle w/ TA75 Mount $ 2,999.00 ? TA648-50 100006 719307302273 ACOG® 6x48 Dual Illuminated Red Chevron .50 BMG BAC Reticle w/ TA75 Mount $ 2,999.00 TA648-50A 100007 719307302402 ACOG® 6x48 Dual Illuminated Amber Chevron .50 BMG BAC Reticle w/ TA75 Mount $ 2,999.00 ? TA648-50G 100008 719307304369 ACOG® 6x48 Dual Illuminated Green Chevron .50 BMG BAC Reticle w/ TA75 Mount $ 2,999.00 TA648-A 100012 719307302389 ACOG® 6x48 Dual Illuminated Amber Chevron .223 BAC Reticle w/ TA75 Mount $ 2,999.00 TA648-G 100011 719307304376 ACOG® 6x48 Dual Illuminated Green Chevron .223 BAC Reticle w/ TA75 Mount $ 2,999.00 TA648MGO-M2 100015 719307304499 ACOG® 6x48 Dual Illuminated Green Horseshoe/Dot .50 BMG M2 BAC Reticle w/ GDI Mount $ 4,070.00 TA648MGO-M240 100016 719307304505 ACOG® 6x48 Dual Illuminated Green Horseshoe/Dot M240 BAC Reticle w/ GDI Mount $ 4,070.00

ACOG® / RMR® Combos TA01ECOS 100077 719307300118 ACOG® 4x32 FDE Tritium Only, Center Illuminated Amber Crosshair .223 Ballistic Reticle with BUIS and $ 2,155.00 ? LED RMR® 3.25 MOA Red Dot Sight-CK FDE TA01NSN-RMR 100100 719307302853 ACOG® 4x32 Tritium Only, Center Illuminated Amber Crosshair .223 Ballistic Reticle with TA51 Mount $ 2,155.00 LED RMR® 3.25 MOA Red Dot Sight TA02-RM01 100185 719307305106 ACOG® 4x32 LED Illuminated Red Crosshair .223 Ballistic Reticle w/ TA51 Mount LED RMR® 3.25 MOA $ 2,311.00 Red Dot Sight TA02-RM06 100186 719307305113 ACOG® 4x32 LED Illuminated Red Crosshair .223 Ballistic Reticle w/ TA51 Mount Adjustable LED RMR® $ 2,365.00 3.25 MOA Red Dot Sight TA11-C-100238 100238 719307305298 ACOG® 3.5x35 Dual Illuminated Green Chevron .223 Ballistic Reticle w/ TA51 Mount Adjustable LED $ 2,467.00 TA11J-RMR 100165 719307302877 ACOG® 3.5x35 Dual Illuminated Red Crosshair .223 Ballistic Reticle with TA51 Mount LED RMR® 3.25 $ 2,413.00 ? MOA Red Dot Sight TA11SDO-CP 100172 719307304086 ACOG® 3.5x35 Dual Illuminated Red Horseshoe/Dot, M249 Ballistic Reticle, 9.0 MOA Amber Dot RMR® $ 2,698.00 Dual Illuminated and LaRue Tactical Mount TA31ECOS 100063 719307302167 ACOG® 4x32 FDE Dual Illuminated Red Crosshair .223 Ballistic Reticle w/ BUIS and LED RMR® 3.25 MOA $ 2,240.00 ? Red Dot Sight TA31ECOS-G 100066 719307303430 ACOG® 4x32 FDE Dual Illuminated Green Crosshair .223 Ballistic Reticle w/ BUIS and LED RMR® 3.25 $ 2,240.00 ? MOA Red Dot Sight TA31F-G-RMR 100036 719307304017 ACOG® 4x32 Dual Illuminated Green Chevron .223 Ballistic Reticle w/ TA51 Mount LED RMR® 3.25 MOA $ 2,310.00 Red Dot Sight TA31F-RMR 100038 719307302860 ACOG® 4x32 Dual Illuminated Red Chevron .223 Ballistic Reticle w/ TA51 Mount LED RMR® 3.25 MOA $ 2,310.00 ? Red Dot Sight TA31-D-100322 100322 719307307346 ACOG 4x32 Dual Illum Red Chevron .223 w/RMR™ & TA51 Mt-CK- Sniper Gray $ 2,464.00 TA31-D-100323 100323 719307307353 ACOG 4x32 Dual Illum Red Chevron .223 w/RMR™ & TA51 Mt-CK- ODG $ 2,464.00 TA31-D-100324 100324 719307307360 ACOG 4x32 Dual Illum Red Chevron .223 w/RMR™ & TA51 Mt-CK-FDE $ 2,464.00 TA31RM04 100184 719307304994 ACOG® 4x32 Dual Illuminated Red Crosshair .223 Ballistic Reticle w/ TA51 Mount Dual Illuminated $ 2,254.00 RMR® 7.0 MOA Amber Dot Sight TA31RMR 100048 719307303546 ACOG® 4x32 Dual Illuminated Red Crosshair .223 Ballistic Reticle w/ TA51 Mount LED RMR® 3.25 MOA $ 2,334.00 ? Red Dot Sight TA31RMR-A 100049 719307303553 ACOG® 4x32 Dual Illuminated Amber Crosshair .223 Ballistic Reticle w/ TA51 Mount LED RMR® 3.25 $ 2,334.00 MOA Red Dot Sight TA31RMR-G 100051 719307303560 ACOG® 4x32 Dual Illuminated Green Crosshair .223 Ballistic Reticle w/ TA51 Mount LED RMR® 3.25 $ 2,334.00 ? MOA Red Dot Sight TA33-C-400119 400119 719307309258 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Chevron .223/62gr. Ballistic Reticle w/ $ 2,149.00 Dual Illuminated RMR 9.0 MOA Amber Dot and Colt Knob Thumbscrew Mount TA33-C-400160 400160 719307309616 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Chevron .223/62gr. Ballistic Reticle w/ $ 2,149.00 Dual Illuminated RMR 9.0 MOA Green Dot and Colt Knob Thumbscrew Mount TA33-C-400117 400117 719307309234 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Green Horseshoe/Dot 5.56x45mm/62gr. Ballistic $ 2,235.00 Reticle w/ LED RMR 3.25 MOA Red Dot and Colt Knob Thumbscrew Mount

TA33-C-400131 400131 719307309371 Trijicon 3x30 Compact ACOG® Scope, Dual Illuminated Amber Horseshoe/Dot 5.56x45mm/62gr. $ 2,235.00 Ballistic Reticle w/ LED RMR 3.25 MOA Red Dot and Colt Knob Thumbscrew Mount

TA648RMR 100017 719307303935 ACOG® 6x48 Dual Illuminated Red Chevron .223 Ballistic Reticle w/ TA75 Mount LED RMR® 6.5 MOA $ 3,861.00 Red Dot Sight TA648RMR-308A 100018 719307303942 ACOG® 6x48 Dual Illuminated Red Chevron .308 Ballistic Reticle w/ TA75 Mount LED RMR® 6.5 MOA $ 3,861.00 ? Red Dot Sight TA648RMR-308A 100019 719307304628 ACOG® 6x48 Dual Illuminated Amber Chevron .308 Ballistic Reticle w/ TA75 Mount LED RMR® 6.5 MOA $ 3,861.00 Red Dot Sight TA648RMR-50 100020 719307303959 ACOG® 6x48 Dual Illuminated Red Chevron .50 BMG Ballistic Reticle w/ TA75 Mount LED RMR® 6.5 $ 3,861.00 MOA Red Dot Sight TA648RMR-A 100021 719307304031 ACOG® 6x48 Dual Illuminated Amber Chevron .223 Ballistic Reticle w/ TA75 Mount LED RMR® 6.5 MOA $ 3,861.00 Red Dot Sight

ACOG® Mounts & Accessories AC10009 AC10009 719307304949 BUIS Replacement Set for TA01NSN $ 60.00 ? AC10014 AC10114 719307310438 Compact ACOG® External Adjuster Lanyard Assembly $ 22.00 AC11022 AC11022 719307305021 4x32 LED ACOG® Scopecoat™ Cover $ 22.00 ? AC11030 AC11030 719307309050 4x32 ACOG® w/bosses Eyepiece Flip Cap $ 13.00 ? AC11031 AC11031 719307311152 4x32 ACOG® Objective Flip Cap $ 18.00 AC12028 AC12028 719307304857 Short Quick Release Weaver Mount for 1x, 2x & 3x ACOG® $ 165.00 ? AC12033 AC12033 719307308541 Trijicon Quick Release Mount for 3.5x, 4x, and 5.5x, ACOG®, 1-6x VCOG®, and 1x42 Reflex (w/ ACOG $ 167.00 ? AC12034 AC12034 719307310339 Compact ACOG® Quick Release High Mount $ 175.00 ? AC12035 AC12035 719307310346 Compact ACOG® Quick Release Low Mount $ 175.00 ? AC12036 AC12036 719307310353 Compact ACOG® High Picatinny Mount w/Colt Knob $ 75.00 ? AC12037 AC12037 719307310360 Compact ACOG® High Weaver Mount w/Colt Knob $ 75.00 ? AC12038 AC12038 719307310377 Compact ACOG® Low Picatinny Mount w/Colt Knob $ 75.00 ? AC12039 AC12039 719307310308 Compact ACOG® Low Weaver Mount w/Colt Knob $ 75.00 MM07F AC12024 719307300644 ACOG® Special Ring Flattop Adapter (Low 0.9") $ 112.00 MM08 AC12025 719307301276 ACOG® Special Ring Flattop Adapter (Med 1.13") $ 112.00 TA03 AC12009 719307300033 ACOG® H&K Adapter $ 142.00 TA106 AC11008 719307304444 6x48 ACOG® Scopecoat™ $ 32.00 TA107 AC10006 719307304741 6x48 ACOG® Lanyard Assembly $ 31.00 TA108 AC10005 719307304758 ACOG® Adjuster Caps for 1.5x16S, 1.5x24, 2x20, 3x24 and 3x30 Models $ 12.00 TA12 AC12010 719307300057 A.R.M.S.® Throw Lever adapter for Picattiny Rails $ 248.00 TA12W AC12011 719307302709 A.R.M.S.® Throw Lever adapter for Weaver Rails $ 278.00 TA22 AC12012 719307304222 A.R.M.S.® #19 LD ACOG® Throw Lever Mount $ 263.00 TA30 AC12005 719307300309 ACOG® Extra Screw & Washer Set $ 12.00 TA35 AC11009 719307300354 Rubber Eyepiece 4x32, 3.5x35 $ 30.00 TA51 AC12001 719307300514 ACOG® Flattop Mount for MIL STD Rails $ 79.00 TA51W AC12002 719307300545 ACOG® Adapter for Weaver Rails $ 88.00 TA52 AC11010 719307300521 ACOG® 4x32 Rubber Scope Lens Cover $ 16.00 TA53 AC12006 719307300569 ACOG® Thumb Screw for M16/AR15 Models $ 17.00 TA53A AC12007 719307302228 ACOG® Thumb Screw Assembly (RCO) $ 20.00 TA54A AC12008 719307306776 ACOG® Thumb Screw Assembly (RCO-M150) $ 30.00 TA56 AC00001 719307304048 LensPen® Optical Component Cleaner and Brush $ 16.00 TA58 AC11014 719307300965 Tenebraex killFLASH® Anti-Reflection Device for 1x16, 1.5x24, 2x20 and 3x24 ACOG® Models $ 41.00 TA60 AC12003 719307301290 ACOG® M4 Mount for 1.5x16, 2x20, 3x24, 3x30 M16 Base Models $ 112.00 TA62 AC11007 719307301337 ACOG® Scopecoat™ for 1.5x16S, 1.5x24, 2x20 and 3x24 Models $ 26.00 TA63 AC11005 719307301344 3.5x35 ACOG® Scopecoat™ $ 26.00 TA64 AC11001 719307301351 4x32, 3x30 ACOG® Scopecoat™ $ 26.00 TA65 AC11006 719307301368 5.5x50 ACOG® Scopecoat™ $ 26.00 TA66 AC11012 719307300101 Tenebraex killFLASH® Anti-Reflection Device for 3.5x35 ACOG® $ 46.00 TA67 AC11013 719307301382 Tenebraex killFLASH® Anti-Reflection Device for 5.5x50 ACOG® $ 142.00 TA69 AC11002 719307302235 4x32 Scopecoat™ for ACOG® w/MRD $ 19.00 TA70 AC12015 719307302082 M14/M1A Low Profile Picatinny Rail Mount Packed $ 750.00 TA71 AC10003 719307302693 ACOG® Adjuster Caps & Lanyard $ 20.00 TA71E AC10004 719307303416 ACOG® External Adjuster Caps & Lanyard $ 22.00 TA75 AC12004 719307302372 ACOG® 6x48 Flattop Rail Adapter w/ Colt Style Thumbscrews $ 82.00 TA77 AC12019 719307302891 ACOG® Extended Eye Relief Picattiny Rail Adapter w/Colt Knobs $ 180.00 TA86 AC10008 719307302174 RCO ACOG® Pouch $ 51.00 TA87 AC11015 719307302181 Tenebraex killFLASH® Anti-Reflection Device for 3x30 ACOG® Models $ 179.00 TA91 AC11011 719307302594 4x32 RCO Modular Anti-Reflection Device $ 48.00 TA96 AC11003 719307302556 4x32 ACOG® Heavy Duty Scopecoat™ $ 26.00 TA97 AC11016 719307303072 Tenebraex killFLASH® Anti-Reflection Device for 6x48 ACOG® $ 218.00 TA99 AC11020 719307304178 Tenebraex® Flip-up Lens Cover for 6x48 ACOG® $ 35.00

RMR® (Ruggedized Miniature Reflex) LED ? RM01 700000 719307605510 RMR® LED Sight - 3.25 MOA Red Dot $ 655.00 RM01-C-700100 700100 719307610026 Trijicon RMR® Sight (LED) - 3.25 MOA Red Dot-CK Sniper Gray $ 705.00 RM01-C-700101 700101 719307610033 Trijicon RMR® Sight (LED) - 3.25 MOA Red Dot-CK ODG $ 705.00 RM01-C-700102 700102 719307610040 Trijicon RMR® Sight (LED) - 3.25 MOA Red Dot-CK FDE $ 705.00 RM01-C-700063 700063 719307609310 Trijicon RMR® Nickel Boron (LED) Sight - 3.25 MOA Red Dot $ 655.00 ? RM01-33 700001 719307605862 RMR® LED Sight - 3.25 MOA Red Dot w/RM33 Mount $ 759.00 RM01-34 700002 719307605879 RMR® LED Sight - 3.25 MOA Red Dot w/RM34 Mount $ 797.00 RM01-34W 700003 719307605886 RMR® LED Sight - 3.25 MOA Red Dot w/RM34W Mount $ 797.00 RM01-35 700004 719307605893 RMR® LED Sight - 3.25 MOA Red Dot w/RM35 Mount $ 759.00 RM01-36 700005 719307605909 RMR® LED Sight - 3.25 MOA Red Dot w/RM36 Mount $ 850.00 RM01-38 700006 719307605916 RMR® LED Sight - 3.25 MOA Red Dot w/RM38 Mount $ 797.00 ? RM02 700007 719307605534 RMR® LED Sight - 6.5 MOA Red Dot $ 655.00 RM02-C-700121 700121 719307610231 Trijicon RMR® Sight (LED) - 6.5 MOA Red Dot-CK Sniper Gray $ 705.00 RM02-C-700122 700122 719307610248 Trijicon RMR® Sight (LED) - 6.5 MOA Red Dot-CK ODG $ 705.00 RM02-C-700123 700123 719307610255 Trijicon RMR® Sight (LED) - 6.5 MOA Red Dot-CK FDE $ 705.00 RM02-33 700008 719307605923 RMR® LED Sight - 6.5 MOA Red Dot w/RM33 Mount $ 759.00 RM02-34 700009 719307605930 RMR® LED Sight - 6.5 MOA Red Dot w/RM34 Mount $ 797.00 RM02-34W 700010 719307605947 RMR® LED Sight - 6.5 MOA Red Dot w/RM34W Mount $ 797.00 RM02-35 700011 719307605954 RMR® LED Sight - 6.5 MOA Red Dot w/RM35 Mount $ 759.00 RM02-36 700012 719307605961 RMR® LED Sight - 6.5 MOA Red Dot w/RM36 Mount $ 850.00 RM02-38 700013 719307605978 RMR® LED Sight - 6.5 MOA Red Dot w/RM38 Mount $ 797.00

Dual Illuminated RM03 700014 719307605558 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot $ 577.00 RM03-C-700142 700142 719307610446 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot-CK-Sniper Gray $ 627.00 RM03-C-700143 700143 719307610453 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot-CK ODG $ 627.00 RM03-C-700144 700144 719307610460 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot-CK-FDE $ 627.00 ? RM03-33 700015 719307605985 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot/RM33 Mount $ 681.00 RM03-34 700016 719307605992 RMR® Dual Illuminated Sight 13.0 MOA Amber Dot w/RM34 Mount $ 719.00 ? RM03-34W 700017 719307606005 RMR® Dual Illuminated Sight 13.0 MOA Amber Dot w/RM34W Mount $ 719.00 RM03-35 700018 719307606012 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot w/RM35 Mount $ 681.00 RM03-36 700019 719307606029 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot w/RM36 Mount $ 771.00 RM03-38 700020 719307606036 RMR® Dual Illuminated Sight -13.0 MOA Amber Dot w/RM38 Mount $ 771.00 ? RM04 700021 719307605572 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot $ 577.00 RM04-C-700163 700163 719307610651 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot-CK Sniper Gray $ 627.00 RM04-C-700164 700164 719307610668 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot-CK ODG $ 627.00 RM04-C-700165 700165 719307610675 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot-CK FDE $ 627.00 RM04-C-700064 700064 719307609327 RMR® Nickel Boron Dual Illuminated Sight - 7.0 MOA Amber Dot $ 577.00 ? RM04-33 700022 719307606043 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot -w/RM33 Mount $ 681.00 RM04-34 700023 719307606050 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot w/RM34 Mount $ 719.00 ? RM04-34W 700024 719307606067 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot w/RM34W Mount $ 719.00 RM04-35 700025 719307606074 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot w/RM35 Mount $ 681.00 RM04-36 700026 719307606081 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot w/RM36 Mount $ 771.00 RM04-38 700027 719307606098 RMR® Dual Illuminated Sight -7.0 MOA Amber Dot w/RM38 Mount $ 719.00 ? RM05 700029 719307605596 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot $ 577.00 RM05-C-700187 700187 719307610897 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot-CK-Sniper Gray $ 627.00 RM05-C-700188 700188 719307610903 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot-CK-ODG $ 627.00 RM05-C-700189 700189 719307610910 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot-CK-FDE $ 627.00 RM05-C-700065 700065 719307609334 RMR® Nickel Boron Dual Illuminated Sight - 9.0 MOA Green Dot $ 577.00 ? RM05-33 700030 719307606104 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot -w/RM33 Mount $ 681.00 RM05-34 700031 719307606111 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot -w/RM34 Mount $ 719.00 RM05-34W 700032 719307606128 RMR® Dual Illuminated Sight 9.0 MOA Amber Dot -w/RM34W Mount $ 719.00 RM05-35 700033 719307606135 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot w/RM35 Mount $ 681.00 RM05-36 700034 719307606142 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot w/RM36 Mount $ 771.00 RM05-38 700035 719307606159 RMR® Dual Illuminated Sight -9.0 MOA Amber Dot w/RM38 Mount $ 719.00 RM05G 700037 719307609181 RMR® Dual Illuminated Sight -9.0 MOA Green Dot $ 577.00 RM05-C-700208 700208 719307611108 Trijicon RMR® Dual Illuminated Sight -9.0 MOA Green Dot-CK Sniper Gray $ 627.00 RM05-C-700209 700209 719307611115 Trijicon RMR® Dual Illuminated Sight -9.0 MOA Green Dot-CK ODG $ 627.00 RM05-C-700210 700210 719307611122 Trijicon RMR® Dual Illuminated Sight -9.0 MOA Green Dot-CK FDE $ 627.00 ? RM05G-33 700038 719307609211 RMR® Dual Illuminated Sight -9.0 MOA Green Dot -w/RM33 Mount $ 681.00 ? RM08A 700053 719307606449 RMR® Dual Illuminated Sight - 12.9 MOA Amber Triangle $ 577.00 RM08-C-700256 700256 719307611580 RMR® Dual Illuminated Sight - 12.9 MOA Amber Triangle-CK-Sniper Gray $ 627.00 RM08-C-700257 700257 719307611597 RMR® Dual Illuminated Sight - 12.9 MOA Amber Triangle-CK-ODG $ 627.00 RM08-C-700258 700258 719307611603 RMR® Dual Illuminated Sight - 12.9 MOA Amber Triangle-CK-FDE $ 627.00 RM08A-33 700054 719307606456 RMR® Dual Illuminated - 12.9 MOA Amb Triangle w/RM33 Mount $ 681.00 RM08A-34 700055 719307606463 RMR® Dual Illuminated - 12.9 MOA Amb Triangle w/RM34 Mount $ 719.00 RM08A-34W 700056 719307606470 RMR® Dual Illuminated - 12.9 MOA Amb Triangle w/RM34W Mount $ 719.00 RM08A-35 700057 719307606487 RMR® Dual Illuminated - 12.9 MOA Amb Triangle w/RM35 Mount $ 681.00 RM08A-36 700058 719307606494 RMR® Dual Illuminated - 12.9 MOA Amb Triangle w/RM36 Mount $ 771.00 RM08A-38 700059 719307606500 RMR® Dual Illuminated - 12.9 MOA Amb Triangle w/RM38 Mount $ 719.00 RM08G 700061 719307609303 RMR® Dual Illuminated - 12.9 MOA Green Triangle $ 577.00 RM08-C-700280 700280 719307611825 RMR® Dual Illum - 12.9 MOA Green Triangle-CK Sniper Gray $ 700.00 RM08-C-700281 700281 719307611832 RMR® Dual Illum - 12.9 MOA Green Triangle-CK ODG $ 700.00 RM08-C-700282 700282 719307611849 RMR® Dual Illum - 12.9 MOA Green Triangle-CK FDE $ 700.00 RM08-C-700066 700066 719307609341 RMR® Nickel Boron Dual Illuminated Sight - 12.9 MOA Green Triangle $ 577.00 RM08-C-700088 700088 719307609723 RMR® Dual Illuminated - 12.9 MOA Green Triangle w/RM34 Mount $ 719.00

Adjustable LED ? RM06 700039 719307606265 RMR® Adjustable LED Sight - 3.25 MOA Red Dot $ 708.00 RM06-C-700214 700214 719307611160 Trijicon RMR Sight (LED) - 3.25 MOA Red Dot w/Adj Brightness-CK Sniper Gray $ 758.00 RM06-C-700215 700215 719307611177 Trijicon RMR Sight (LED) - 3.25 MOA Red Dot w/Adj Brightness-CK ODG $ 758.00 RM06-C-700216 700216 719307611184 Trijicon RMR Sight (LED) - 3.25 MOA Red Dot w/Adj Brightness-CK FDE $ 758.00 ? RM06-33 700040 719307608986 RMR® Adjustable LED Sight - 3.25 MOA Adj Red Dot w/RM33 Mount $ 812.00 ? RM06-34 700041 719307608993 RMR® Adjustable LED Sight - 3.25 MOA Adj Red Dot w/RM34 Mount $ 850.00 RM06-34W 700042 719307609006 RMR® Adjustable LED Sight - 3.25 MOA Adj Red Dot w/RM34W Mount $ 850.00 RM06-35 700043 719307609013 RMR® Adjustable LED Sight - 3.25 MOA Adj Red Dot w/RM35 Mount $ 812.00 RM06-36 700044 719307609020 RMR® Adjustable LED Sight - 3.25 MOA Adj Red Dot w/RM36 Mount $ 902.00 RM06-38 700045 719307609037 RMR® Adjustable LED Sight - 3.25 MOA Adj Red Dot w/RM38 Mount $ 850.00 RM06-C-700098 700098 719307609983 RMR® Adjustable LED Sight - 3.25 MOA Adj Red Dot w/RM66 Mt $ 812.00 ? RM07 700046 719307606272 RMR® Adjustable LED Sight - 6.50 MOA Red Dot $ 708.00 RM07-C-700235 700235 719307611375 RMR® Adjustable LED Sight - 6.50 MOA Red Dot-CK-Sniper Gray $ 758.00 RM07-C-700236 700236 719307611382 RMR® Adjustable LED Sight - 6.50 MOA Red Dot-CK-ODG $ 758.00 RM07-C-700237 700237 719307611399 RMR® Adjustable LED Sight - 6.50 MOA Red Dot-CK-FDE $ 758.00 ? RM07-33 700047 719307609044 RMR® Adjustable LED Sight - 6.50 MOA Red Adj Dot w/RM33 Mount $ 812.00 ? RM07-34 700048 719307609051 RMR® Adjustable LED Sight - 6.50 MOA Adj Red Dot w/RM34 Mount $ 850.00 RM07-34W 700049 719307609068 RMR® Adjustable LED Sight - 6.50 MOA Adj Red Dot w/RM34W Mount $ 850.00 RM07-35 700050 719307609075 RMR® Adjustable LED Sight - 6.50 MOA Adj Red Dot w/RM35 Mount $ 812.00 RM07-36 700051 719307609082 RMR® Adjustable LED Sight - 6.50 MOA Adj Red Dot w/RM36 Mount $ 902.00 RM07-38 700052 719307609099 RMR® Adjustable LED Sight - 6.50 MOA Adj Red Dot w/RM38 Mount $ 850.00 ? RM09-C-700304 700304 719307612747 Trijicon RMR® Sight Adjustable LED 1.0 MOA Red Dot $ 708.00 RM09-C-700305 700305 719307612754 Trijicon RMR® Sight Adjustable LED 1.0 MOA Red Dot - Cerakote Sniper Gray $ 758.00 RM09-C-700306 700306 719307612761 Trijicon RMR® Sight Adjustable LED 1.0 MOA Red Dot - Cerakote OD Green $ 758.00 RM09-C-700307 700307 719307612778 Trijicon RMR® Sight Adjustable LED 1.0 MOA Red Dot - Cerakote Flat Dark Earth $ 758.00 RM09-C-700308 700308 719307612785 Trijicon RMR® Sight Adjustable LED 1.0 MOA Red Dot w/RM33 Mt $ 812.00 RM09-C-700312 700312 719307612822 Trijicon RMR® Sight Adjustable LED 1.0 MOA Red Dot w/RM34 Mt $ 850.00 RMR® Mounts & Accessories AC31015 AC31015 719307609891 RMR® Tenebraex® Anti-Reflection Device - Dual Illuminated $ 42.00 RM33 AC32004 719307605619 Low Picatinny Rail Mount for RMR® $ 104.00 RM34 AC32005 719307605626 Tall Picatinny Rail Mount for RMR® $ 138.00 RM34W AC32006 719307605770 Low Weaver Rail Mount for RMR® $ 138.00 RM35 AC32007 719307605633 RMR® Mount for all 3.5x35, 4x32 and 5.5x50 ACOG® Models w/ Bosses $ 101.00 RM36 AC32008 719307605640 RMR® Mount for 1.5x16, 1.5x24, 2x20, 3x24 & 3x30 ACOG® Models w/out Bosses $ 189.00 RM37 AC32009 719307605657 RMR® Adapter Plate for Docter Mounts (MS10-MS16) $ 64.00 RM38 AC32010 719307605756 RMR® Mount for all 3.5x35, 4x32 and 5.5x50 ACOG® Models w/out Bosses $ 138.00 RM43 AC32011 719307605763 RMR® Adapter Plate for RedDot™ Mounts (MS17-MS32) $ 58.00 RM44 AC32012 719307606258 Glock RMR® Pistol Mount $ 102.00 RM45 AC32013 719307608900 S&W M&P RMR® Pistol Mount $ 102.00 RM46 AC32014 719307609143 S&W 500 RMR® Pistol Mount (fits Large Frame Revolver) $ 102.00 RM48 AC32015 719307609129 Springfield XD/XDM RMR® Pistol Mount $ 102.00 RM50 AC32016 719307609136 Sig Sauer RMR® Pistol Mount $ 102.00 RM54 AC32052 719307609297 RMR® Mount for 3x24 and 3x30 ACOG® w/ Bosses $ 73.00 RM56 AC32019 719307608917 RMR® Mount for Sako Custom Rifle $ 123.00 RM57 AC32020 719307608924 RMR® Mount for Custom w/ 11-12mm Ribs $ 123.00 RM58 AC32021 719307608931 RMR® Mount for Custom Rifles w/ 14-16mm Ribs $ 123.00 RM59 AC32022 719307608948 RMR® Mount for Einhak-SEM Custom Rifle $ 97.00 RM60 AC32023 719307608955 RMR® Mount for Blaser Custom Rifle $ 280.00 RM61 AC32024 719307608962 RMR® Quick Release Mount $ 97.00 RM62 AC32025 719307608979 RMR® Steel Block Mount for Custom Shaping $ 78.00 RM63 AC32026 719307609174 RMR® Mount Sealing Plate $ 8.20 RM64 AC32027 719307609150 RMR® Mount for 1 in. Scope Tube $ 123.00 RM65 AC32028 719307609167 RMR® Mount for 30mm Scope Tube $ 123.00 RM66 AC32029 719307609198 RMR® Mount - 4x32 LED Battery ACOG® $ 62.00 AC32053 AC32053 719307320314 RMR® Mounting Adapter for 1-6x24 VCOG® $ 168.00 AC32054 AC32054 719307609761 RMR® pistol mount HK .45 / P30 $ 102.00 AC32055 AC32055 719307609778 RMR® pistol mount Beretta 92/96 $ 102.00 AC32058 AC32058 719307609808 RMR® pistol mount 1911 Novak Cut - .248 $ 102.00 AC32059 AC32059 719307613010 Picatinny Rail Mount Adapter for Trijicon RMR® - Lightweight 1/3 Lower Cowitness $ 150.00 ? AC32060 AC32060 719307613027 RMR Carry Handle Mount $ 99.00 AC32062 AC32062 719307612730 Picatinny Rail Mount Adapter for Trijicon RMR® - Colt Thumbscrew 1/3 Lower Cowitness $ 100.00 ? AC32064 AC32064 719307613003 RMR Mounting Kit - Fits Glock MOS Models $ 19.00 ? AC32066 AC32066 719307613102 RMR 45° Rail Offset Adapter $ 101.00

Trijicon VCOG® (Variable Combat Optical Gunsight) VC16-C-1600000 1600000 719307320000 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair .223 / 55 Grain Ballistic Reticle w/ TA51 Mount $ 2,800.00

VC16-C-1600001 1600001 719307320017 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair .223 / 77 Grain Ballistic Reticle w/ TA51 Mount $ 2,800.00

VC16-C-1600002 1600002 719307320024 VCOG® 1-6x24 Riflescope Horseshoe Dot / Crosshair .223 / 55 Grain Ballistic Reticle w/ TA51 Mount $ 2,800.00

VC16-C-1600003 1600003 719307320031 VCOG® 1-6x24 Riflescope Horseshoe Dot / Crosshair .223 / 77 Grain Ballistic Reticle w/ TA51 Mount $ 2,800.00

VC16-C-1600004 1600004 719307320048 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair .308 / 175 Grain Ballistic Reticle w/ TA51 Mount $ 2,800.00

VC16-C-1600005 1600005 719307320055 VCOG® 1-6x24 Riflescope Horseshoe Dot / Crosshair .308 / 175 Grain Ballistic Reticle w/ TA51 Mount $ 2,800.00

VC16-C-1600006 1600006 719307320062 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair 300 BLK Ballistic Reticle w/ TA51 Mount $ 2,800.00

VC16-C-1600007 1600007 719307320079 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair .223 / 55 Grain Ballistic Reticle w/ QR Mount $ 3,050.00

VC16-C-1600008 1600008 719307320086 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair .223 / 77 Grain Ballistic Reticle w/ QR Mount $ 3,050.00

VC16-C-1600009 1600009 719307320093 VCOG® 1-6x24 Riflescope Horseshoe Dot / Crosshair .223 / 55 Grain Ballistic Reticle w/ QR Mount $ 3,050.00

VC16-C-1600010 1600010 719307320109 VCOG® 1-6x24 Riflescope Horseshoe Dot / Crosshair .223 / 77 Grain Ballistic Reticle w/ QR Mount $ 3,050.00

VC16-C-1600011 1600011 719307320116 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair .308 / 175 Grain Ballistic Reticle w/ QR Mount $ 3,050.00

VC16-C-1600012 1600012 719307320123 VCOG® 1-6x24 Riflescope Horseshoe Dot / Crosshair .308 / 175 Grain Ballistic Reticle w/ QR Mount $ 3,050.00

VC16-C-1600013 1600013 719307320130 VCOG® 1-6x24 Riflescope Segmented Circle / Crosshair 300 BLK Ballistic Reticle w/ QR Mount $ 3,050.00

? VC16-C-1600040 1600040 719307320628 VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/55gr; Thumb Screw Mt. $ 2,800.00 ? VC16-C-1600041 1600041 719307320635 VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/77gr; Thumb Screw Mt. $ 2,800.00 ? VC16-C-1600042 1600042 719307320642 VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/55gr; Thumb Screw Mt. $ 2,800.00 ? VC16-C-1600043 1600043 719307320659 VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/77gr; Thumb Screw Mt. $ 2,800.00 ? VC16-C-1600044 1600044 719307320673 VCOG® 1-6x24; Green Segmented Circle/Crosshair .308/175gr; Thumb Screw Mt. $ 2,800.00 ? VC16-C-1600045 1600045 719307320680 VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .308/175gr; Thumb Screw Mt. $ 2,800.00 ? VC16-C-1600046 1600046 719307320697 VCOG® 1-6x24; Green Segmented Circle/Crosshair 300 BLK; Thumb Screw Mt. $ 2,800.00 ? VC16-C-1600047 1600047 719307320703 VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/55gr; Quick Release Mt. $ 3,050.00 ? VC16-C-1600048 1600048 719307320710 VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/77gr; Quick Release Mt. $ 3,050.00 ? VC16-C-1600049 1600049 719307320727 VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/55gr; Quick Release Mt. $ 3,050.00 ? VC16-C-1600050 1600050 719307320734 VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/77gr; Quick Release Mt. $ 3,050.00 ? VC16-C-1600051 1600051 719307320741 VCOG® 1-6x24; Green Segmented Circle/Crosshair .308/175gr; Quick Release Mt. $ 3,050.00 ? VC16-C-1600052 1600052 719307320758 VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .308/175gr; Quick Release Mt. $ 3,050.00 ? VC16-C-1600053 1600053 719307320765 VCOG® 1-6x24; Green Segmented Circle/Crosshair 300 BLK; Quick Release Mt. $ 3,050.00

VCOG® Mounts & Accessories AC11024 AC11024 719307320284 Tenebraex® Flip Cap Set for 1-6x24 VCOG® $ 88.00 AC11025 AC11025 719307320291 Tenebraex killFLASH® Anti-Reflection Device and Tenebraex® Flip Cap Set for 1-6x24 VCOG® $ 194.00 AC11026 AC11026 719307320307 Tenebraex killFLASH® Anti-Reflection Device for 1-6x24 VCOG® $ 117.00 AC10010 AC10010 719307320321 Adjuster Caps and Lanyard Assembly for 1-6x24 VCOG® $ 35.00 AC10011 AC10011 719307320338 Battery Cap and Lanyard Assembly for 1-6x24 VCOG® $ 63.00

Trijicon Logo Merchandise and Apparel AP11B AP11B Trijicon Tactical Short-Sleeve Black Shirt - M-XXL $ 26.00 AP11W AP11W Trijicon Tactical Short-Sleeve White Shirt - M-XXL $ 26.00 AP12B AP12B Trijicon Tactical Long-Sleeve Black Shirt - M-XXL $ 29.00 AP16 AP16 719307990791 Trijicon Hat-Black w/ Trijicon Logo $ 16.00 AP20 AP20 719307990777 Trijicon Hat - Blaze Orange with Trijicon Logo $ 18.00 AP21 AP21 719307990937 RealTree AP™ Camouflage Hat w/3-D Trijicon® Logo $ 16.00 AP22 AP22 Black Short Sleeve Performance Polo w/Trijicon® Logo - S-3XL $ 51.00 AP23 AP23 Khaki Short Sleeve Performance Polo w/Trijicon® Logo - S-3XL $ 51.00 AP24 AP24 Green Short Sleeve Performance Polo w/Trijicon® Logo - S-3XL $ 51.00 AP25 AP25 Black Long Sleeve Performance Polo w/Trijicon® Logo - S-3XL $ 51.00 AP27 AP27 Black Short Sleeve Tactical Shirt w/Trijicon® Logo - S-3XL $ 62.00 AP28 AP28 Khaki Short Sleeve Tactical Shirt w/Trijicon® Logo - S-3XL $ 62.00 AP29 AP29 Green Short Sleeve Tactical Shirt w/Trijicon® Logo - S-3XL $ 62.00 AP30 AP30 Black Long Sleeve Tactical Shirt w/Trijicon® Logo - S-3XL $ 62.00 AP31 AP31 Khaki Long Sleeve Tactical Shirt w/Trijicon® Logo - S-3XL $ 62.00 AP32 AP32 Green Long Sleeve Tactical Shirt w/Trijicon® Logo -S-3XL $ 62.00 AP33 AP33 Black Short Sleeve Polo w/Trijicon® Logo - S-3XL $ 28.00 AP37 AP37 Sand Short Sleeve T-Shirt w/Survey Tagline - S-3XL $ 16.00 AP38 AP38 Olive Short Sleeve T-Shirt w/Survey Tagline - S-3XL $ 16.00 AP39 AP39 Black Short Sleeve T-Shirt w/AccuPoint Tagline - S-3XL $ 16.00 AP40 AP40 Sand Short Sleeve T-Shirt w/AccuPoint Tagline - S-3XL $ 16.00 AP41 AP41 Black Short Sleeve T-Shirt w/Freedom Tagline - S-3XL $ 16.00 AP42 AP42 Olive Short Sleeve T-Shirt w/Freedom Tagline - S-3XL $ 16.00 AP43 AP43 Black Short Sleeve T-Shirt w/Terrorist Tagline - S-3XL $ 16.00 AP45 AP45 Sand Short Sleeve T-Shirt w/Terrorist Tagline - S-3XL $ 16.00 AP48 AP48 Black Fleece Full-Zip Ladies' Jacket w/Trijicon Logo - S-XXL $ 56.00 AP53 AP53 719307992931 Olive Hat w/Trijicon Logo $ 15.00 AP56 AP56 719307993044 Patch Black -Trijicon AccuPoint® $ 3.10 AP57 AP57 719307993051 Patch - Khaki -Trijicon AccuPoint® $ 3.10 AP58 AP58 719307993068 Patch - Olive -Trijicon AccuPoint® $ 3.10 AP59 AP59 719307993075 Patch - Black -Trijicon ACOG® $ 3.10 AP60 AP60 719307993082 Patch - Khaki -Trijicon ACOG® $ 3.10 AP61 AP61 719307993099 Patch - Olive -Trijicon ACOG® $ 3.10 AP62 AP62 719307993105 Patch - Black -Trijicon® Logo $ 3.10 AP63 AP63 719307993112 Patch - Khaki -Trijicon® Logo $ 3.10 AP64 AP64 719307993129 Patch - Olive -Trijicon® Logo $ 3.10 AP65 AP65 719307993136 Trijicon® Khaki Hat with Hook-and-Loop Patch Panel $ 15.00 AP66 AP66 719307993143 Patch - Khaki - Trijicon® Chevron $ 5.10 AP67 AP67 719307993150 Patch - Olive - Trijicon® Mil-Dot $ 5.10 AP68 AP68 719307993167 Patch - Black - Trijicon® Post $ 5.10 AP69 AP69 719307993174 Patch - Olive - Trijicon® Horseshoe $ 5.10 AP70 AP70 719307993181 Trijicon® Gray Beanie Cap with Black Outline Logo $ 15.00 AP74 AP74 719307993372 Patch - Trijicon RMR® $ 3.10 ? AP75 AP75 719307993433 Trijicon® Hook & Loop PVC Patch w/ Trijicon Logo – Gray $ 3.50 PR03 PR03 719307990814 1.5x3" Trijicon Embroidered Patch $ 1.10 PR15 PR15 719307990821 Die-cut Weatherproof Trijicon Logo Sticker $ 0.30 PR39 PR39 719307990913 3' x 5' Rubber Scraper Mat with Trijicon Logo $ 128.00 ? PR42 PR42 719307990852 Trijicon Black Lens Cloth Keychains with 2/C Logo $ 5.10 PR43 PR43 719307990869 Trijicon Die-Cut/Embossed Aluminum 3/C Logo Sign $ 12.00 PR49 PR49 719307990951 24"x36" Indoor Vinyl 2/C Logo Banner w/Grommets $ 26.00 PR50 PR50 719307990968 36"x60" Outdoor Vinyl 2/C Logo Banner w/Rope & Grommets $ 35.00 PR52 PR52 719307991033 11oz. Black Coffee Mug w/White Outline Trijicon Logo $ 11.00 PR57 PR57 719307991897 Trijicon Logo Playing Cards $ 8.20 ? PR59 PR59 719307993327 Trijicon White Vinyl Decal-3.5x2.5 in. $ 4.00 ? PR60 PR60 719307993334 Trijicon White Vinyl Decal-7x5 in. $ 10.00 PR61 PR61 719307993341 Set of 10 Hunting Themed Note Cards $ 11.00 PR62 PR62 719307993358 Set of 10 Tactical Themed Note Cards $ 11.00 PR63 PR63 719307993365 Set of 10 Trijicon Optics Note Cards $ 11.00 PR64 PR64 719307993402 10" Trijicon® Metal Wall Clock $ 15.00

? TOP SELLER ? NEW PRODUCT FOR 2016 Revisions 11/5/2015 Added 2200011 MRO-C-2200011 719307630307 11/5/2015 Added 2200012 MRO-C-2200012 719307630314 11/5/2015 Removed AP34 AP34 11/5/2015 Removed AP50 AP50 11/5/2015 Removed AP51 AP51 11/5/2015 Removed AP52 AP52 11/5/2015 Removed AP54 AP54 11/5/2015 Removed AP55 AP55 11/5/2015 Removed PR58 PR58 719307993389 11/16/2015 Removed AP12W AP12W 11/16/2015 Removed AP26 AP26 11/16/2015 Removed AP35 AP35 11/16/2015 Removed AP46 AP46 11/16/2015 Removed AP49 AP49 11/18/2015 Update 12/7/2015 Removed TA90 AC11017 719307302549 12/7/2015 Removed TA94 AC11018 719307302600 12/7/2015 Removed TA95 AC11019 719307302617 12/7/2015 Removed AP47 AP47 12/7/2015 Added VC16-C-1600040 1600040 719307320628 12/7/2015 Added VC16-C-1600041 1600041 719307320635 12/7/2015 Added VC16-C-1600042 1600042 719307320642 12/7/2015 Added VC16-C-1600043 1600043 719307320659 12/7/2015 Added VC16-C-1600044 1600044 719307320673 12/7/2015 Added VC16-C-1600045 1600045 719307320680 12/7/2015 Added VC16-C-1600046 1600046 719307320697 12/7/2015 Added VC16-C-1600047 1600047 719307320703 12/7/2015 Added VC16-C-1600048 1600048 719307320710 12/7/2015 Added VC16-C-1600049 1600049 719307320727 12/7/2015 Added VC16-C-1600050 1600050 719307320734 12/7/2015 Added VC16-C-1600051 1600051 719307320741 12/7/2015 Added VC16-C-1600052 1600052 719307320758 12/7/2015 Added VC16-C-1600053 1600053 719307320765 Updated by 1x25 MRO™ 2.0 MOA Adj Red Dot; with Trijicon MRO Low & 1/3 Co-witness Mounts TKM 1x25 MRO™ 2.0 MOA Adj Red Dot - OEM Bulk Pack TKM Grey Short Sleeve Polo w/Trijicon® Logo - S-3XL TKM Black Soft Shell Lined Ladies' Jacket w/Trijicon Logo - S-XXL TKM Grey Full-Zip Hooded Sweatshirt w/Trijicon Logo - S-3XL TKM Black Pull Over Hooded Sweatshirt w/Trijicon Logo - S-3XL TKM Green Short Sleeve Ladies' Polo w/Trijicon Logo - S-XXL TKM Red Short Sleeve Ladies' Polo w/Trijicon Logo - S-XXL TKM Trijicon Traser Watch w/Blk Wave Band TKM Trijicon Tactical Long-Sleeve White Shirt - M-XXL TKM Khaki Long Sleeve Performance Polo w/Trijicon® Logo - S-3XL TKM Black Short Sleeve T-Shirt w/Survey Tagline - S-3XL TKM Black Short Sleeve Ladies’ Polo w/Trijicon® Logo - S-XXL TKM Black Soft Shell Lined Men's Jacket w/Trijicon Logo - M-3XL Updated AccuPower to ® TKM 4x32 Flip Cap Set (Requires TA91 killFLASH®) TKM 4x32 Flip Cap for Objective (Requires TA91 killFLASH®) TKM 4x32 Flip Cap for Eye Piece TKM Black Fleece Full-Zip Men's Jacket w/Trijicon Logo - M-3XL TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/55gr; Thumb Screw Mt. TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/77gr; Thumb Screw Mt. TKM VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/55gr; Thumb Screw Mt. TKM VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/77gr; Thumb Screw Mt. TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair .308/175gr; Thumb Screw Mt. TKM VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .308/175gr; Thumb Screw Mt. TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair 300 BLK; Thumb Screw Mt. TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/55gr; Quick Release Mt. TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair .223/77gr; Quick Release Mt. TKM VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/55gr; Quick Release Mt. TKM VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .223/77gr; Quick Release Mt. TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair .308/175gr; Quick Release Mt. TKM VCOG® 1-6x24; Green Horseshoe Dot/Crosshair .308/175gr; Quick Release Mt. TKM VCOG® 1-6x24; Green Segmented Circle/Crosshair 300 BLK; Quick Release Mt. TKM Page 1 of 1 FULLY EXECUTED - CHANGE 1 Contract Number: 4400013172 Contract Change Effective Date: 08/10/2015 Valid From: 05/01/2014 To: 04/30/2016 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Purchasing Agent Name: Henry Jeffrey Your SAP Vendor Number with us: 151767 Phone: 717-346-3847 Fax: 717-783-6241 Supplier Name/Address: MARKL SUPPLY COMPANY 904 PERRY HWY PITTSBURGH PA 15229-1169 US Please Deliver To:

To be determined at the time of the Purchase Order unless specified below. Supplier Phone Number: 4123589660 Supplier Fax Number: 4123588552 Contract Name: Payment Terms Less Lethal & Duty Gear-Markl Supply NET 30

Solicitation No.: 6100027247 Issuance Date: 01/17/2014

Supplier Bid or Proposal No. (if applicable): 6500073542 Solicitation Submission Date: 02/11/2014 This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference.

Item Material/Service Qty UOM Price Per Total Desc Unit 1 Less Lethal and Duty Gear 0.000 0.00 1 0.00 ------General Requirements for all Items: Header Text This Contract is for the Commonwealth's using Agencies to procure Less Lethal and Duty Gear. See Specification Attachment for complete specifications.

Questions may be directed to Jeff Henry at [email protected] or 717-346-3847. No further information for this Contract

Information:

Supplier's Signature ______Title ______

Printed Name ______Date ______

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005. Table of Contents SAP PART I - GENERAL INFORMATION...... 3 I.1 IFB-001.1 Purpose (Oct 2006) ...... 3 I.2 IFB-005.1 Type of Contract (Oct. 2006)...... 3 I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006) ...... 3 I.4 IFB-009.1 Questions (February 2012)...... 3 I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)...... 3 I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011)...... 3 I.7 IFB-024.1 Bid Protest Procedure (Oct 2006) ...... 4 I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)...... 5 I.9 IFB-027.1 COSTARS Program (Oct 2013) ...... 5 I.10 IFB-029.1 Prices (Dec 6 2006)...... 8 I.11 IFB-030.1 Approved Equal (Nov 2006)...... 8 I.12 IFB-031.1 Alternates (Oct 2013)...... 9 I.13 IFB-032.1 New Equipment (Nov 2006)...... 9 I.14 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006) ...... 9 I.15 I-IFB-034.1 Rejection of Bids (Nov 2006) ...... 10 I.16 Submission-001.1 Representations and Authorizations (Oct 2013)...... 10 PART II - REQUIREMENTS ...... 12 II.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)...... 12 II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006)...... 12 II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006) ...... 12 II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007)...... 12 PART III - SELECTION CRITERIA...... 13 III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006) ...... 13 III.2 III-IFB-006.1f Method of Award - All Bidders (April 2011)...... 13 III.3 III-IFB-007.1 Awards (May 2011) ...... 13 III.4 III-IFB-008.1 Tie Bids (Nov 2006) ...... 13 III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006) ...... 13 III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006)...... 13 III.7 III-IFB-014.1 Rebates (Nov 2006) ...... 13 PART IV - WORK STATEMENT...... 15 IV.1 IFB-001.1a Specifications (Nov 2006)...... 15 PART V - CONTRACT TERMS and CONDITIONS...... 16 V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006)...... 16 V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012) ...... 16 V.3 CONTRACT-002.2a Renewal of Contract Term (Nov 30 2006)...... 16 V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006) ...... 16 V.5 CONTRACT-003.1a Signatures – Contract (Oct 2013)...... 16 V.6 CONTRACT-004.1a Definitions (Oct 2013)...... 17 V.7 CONTRACT-005.1a Purchase Orders (Oct 2013) ...... 17 V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)...... 18 V.9 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)...... 18 V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)...... 18 V.11 CONTRACT-007.3 Prior Notice (Oct 2006)...... 18 V.12 CONTRACT-008.1a Warranty. (Oct 2006) ...... 19 V.13 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2013)...... 19 V.14 CONTRACT-009.1d Ownership Rights (Oct 2006) ...... 19 V.15 CONTRACT-010.1a Acceptance (Oct 2006)...... 20 V.16 CONTRACT-010.2 Product Conformance (March 2012) ...... 20 V.17 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012) ...... 20 V.18 CONTRACT-011.1a Compliance With Law (Oct 2006) ...... 20 V.19 CONTRACT-013.1 Environmental Provisions (Oct 2006)...... 20 V.20 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2013) ...... 21 V.21 CONTRACT-014.3 Recycled Content Enforcement (February 2012) ...... 21 V.22 CONTRACT-015.1 Compensation (Oct 2006) ...... 21 V.23 CONTRACT-015.2 Billing Requirements (February 2012) ...... 21

Page 1 V.24 CONTRACT-016.1 Payment (Oct 2006) ...... 22 V.25 CONTRACT-016.2 ACH Payments (Aug 2007) ...... 22 V.26 CONTRACT-017.1 Taxes (Dec 5 2006) ...... 22 V.27 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006) ...... 22 V.28 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)...... 23 V.29 CONTRACT-020.1 Audit Provisions (Oct 2006) ...... 23 V.30 CONTRACT-021.1 Default (Oct 2013) ...... 23 V.31 CONTRACT-022.1 Force Majeure (Oct 2006)...... 24 V.32 CONTRACT-023.1a Termination Provisions (Oct 2013)...... 25 V.33 CONTRACT-024.1 Contract Controversies (Oct 2011) ...... 25 V.34 CONTRACT-025.1 Assignability and Subcontracting (Oct 2013)...... 26 V.35 CONTRACT-026.1 Other Contractors (Oct 2006)...... 26 V.36 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)...... 26 V.37 CONTRACT-028.1 Contractor Integrity Provisions (Oct 2013)...... 27 V.38 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010) ...... 31 V.39 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006)...... 31 V.40 CONTRACT-031.1 Hazardous Substances (Oct 2013) ...... 32 V.41 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006) ...... 33 V.42 CONTRACT-033.1 Applicable Law (Oct 2006)...... 33 V.43 CONTRACT- 034.1b Integration (Nov 30 2006)...... 33 V.44 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006) ...... 33 V.45 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011) ...... 34 V.46 CONTRACT-035.1a Changes (Oct 2006)...... 34 V.47 CONTRACT-037.1a Confidentiality (Oct 2013) ...... 34 V.48 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006)...... 35 V.49 CONTRACT-051.1 Notice (Dec 2006)...... 35 V.50 CONTRACT-052.1 Right to Know Law (Feb 2010) ...... 35

Page 2 PART I - GENERAL INFORMATION PART I - GENERAL INFORMATION I.1 IFB-001.1 Purpose (Oct 2006)

The Commonwealth of Pennsylvania (Commonwealth) is issuing this Invitation for Bids (IFB) to meet the needs of DGS to satisfy a need for Less Lethal & Duty Gear, Equipment & Supplies.

I.2 IFB-005.1 Type of Contract (Oct. 2006)

If the Issuing Office enters into a contract as a result of this IFB, it will be a Established Price Contract contract containing the Contract Terms and Conditions as shown in Part V of this IFB.

I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006)

There will be no pre-bid conference for this IFB. If there are any questions, please forward them to the Issuing Office prior to the bid opening date and time.

I.4 IFB-009.1 Questions (February 2012)

All questions regarding the IFB must be submitted in writing to the email address of the Issuing Officer provided in the solicitation. While there is no set timeline for the submittal of questions, questions received within 48 hours prior to the bid due date and time will be answered at the discretion of the Commonwealth. All questions received will be answered, in writing, and such responses shall be posted to eMarketplace as an addendum to the IFB. The Issuing Officer shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the IFB or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation.

I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)

If the Issuing Office deems it necessary to revise any part of this IFB before the bid response date, the Issuing Office will post an addendum to its website at WWW.DGS.STATE.PA.US it is the Bidder's responsibility to periodically check the website for any new information or addenda to the IFB.

I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011)

a. Bids are requested for the item(s) described in the Invitation For Bids and all the documents referenced in the form (collectively called the IFB). Bidders must submit their bids through the Commonwealth's electronic system (SRM).

b. It is the responsibility of each bidder to ensure that its Bid is received through the electronic system prior to the date and time set for the opening of bids ("Bid Opening Time"). No Bid shall be considered if it arrives after the Bid Opening Time, regardless of reason for the late arrival.

Bids that are timely received prior to the Bid Opening Time shall be opened publicly in the presence of one or more witnesses at the time and place designated in this IFB for the Bid opening.

c. Bids must be firm. If a Bid is submitted with conditions or exceptions or not in conformance with the terms

Page 3 and conditions referenced in the IFB Form, it shall be rejected. The Bid shall also be rejected if the items offered by the Bidder are not in conformance with the specifications as determined by the Commonwealth.

d. The Bidder, intending to be legally bound hereby, offers and agrees, if this Bid is accepted, to provide the awarded items at the price(s) set forth in this Bid at the time(s) and place(s) specified.

I.7 IFB-024.1 Bid Protest Procedure (Oct 2006) a. Who May File the Protest. Any Bidder or prospective bidder who is aggrieved in connection with the IFB or award of the contract solicitation or award of a contract may file a protest. Protests relating to cancellation of invitations for bids and protests relating to the rejection of all bids are not permitted. A Bidder is a person that submits a bid in response to the IFB. A prospective bidder is a person that has not submitted a bid in response to the IFB. b. Time for Filing.

1) If a protest is submitted by a prospective bidder, the protest must be filed before bid opening time or proposal receipt date.

2) If a protest is filed by a Bidder, the protest must be filed within seven days after the protesting Bidder knew or should have known of the facts giving rise to the protest EXCEPT THAT IN NO EVENT MAY A PROTEST BE FILED LATER THAN SEVEN (7) DAYS AFTER THE DATE THE CONTRACT OR PURCHASE ORDER WAS AWARDED. Date of filing is the date of receipt of protest.

3) Untimely filed protests shall be disregarded. c. Form of Protest.

1) A protest must be in writing and filed with the agency head (or designee) of the purchasing agency.

2) A protest must state all grounds upon which the protesting party asserts that the solicitation or award was improper. Issues not raised by the protesting party in the protest are deemed waived and may not be raised on appeal.

3) The protesting party may submit with the protest any documents or information deemed relevant. d. Notice of Protest If award has been made, the agency head (or designee) shall notify the successful Bidder or contractor of the protest. If the protest is received before award and substantial issues are raised by the protest, all Bidders who appear to have a substantial and reasonable prospect of winning the award shall be notified and may file their agreement/disagreement with the purchasing agency within three (3) days after receipt of notice of the protest. e. Stay of Procurement. The head of the purchasing agency (or designee) shall immediately decide, upon receipt of the protest, whether or not the solicitation or award shall be stayed, or if the protest is timely received after the award, whether the performance of the contract should be suspended. The Issuing Office shall not proceed further with the IFB or with the award of the contract, and shall suspend performance under the contract if awarded, unless the agency head of the purchasing agency makes a written determination that the protest is clearly without merit or that award of the contract/purchase order without delay is necessary to protect the substantial interests of the Commonwealth. f. Procedures.

1) Contracting Officer Response. Within fifteen (15) days of the receipt of a protest, the contracting officer may submit a written response to the head of the purchasing agency (or designee). The response may include any documents or information that the contracting officer deems relevant to the protest.

2) Protesting Party Reply. Within ten (10) days of the date of the contracting officer response, the protesting party may file a written reply.

Page 4 3) Review. The head of the purchasing agency (or designee) shall:

a) Review the protest and any response or reply.

b) Request and review any additional documents or information he deems necessary to render a decision.

c) Give the protesting party and the contracting officer reasonable opportunity to review and address any additional documents or information requested by the agency head.

d) In his sole discretion, conduct a hearing.

e) Within sixty (60) days of the receipt of the protest, issue a written determination stating the reasons for the decision.

f) If additional time is required to investigate the protest, inform the protesting party of the additional time needed to render a determination and obtain the protesting party's consent.

4) "Clearly Without Merit" Determinations. If the head of the purchasing agency (or designee) determines, upon receipt, that the protest is clearly without merit and does not stay the procurement, the head of the purchasing agency (or designee) shall immediately issue the decision as required by Subparagraph h below. g. Settlement. The Issuing Office has the authority to settle and resolve bid protests. h. Decision. The head of the purchasing agency (or designee) shall promptly, but in no event later than sixty (60) days from the filing of the protest, issue a written decision. The decision shall:

1) State the reasons for the decision.

2) If the protest is denied, inform the protesting party of its right to file an appeal in Commonwealth Court within fifteen (15) days of the mailing date of the decision.

3) If it is determined that the solicitation or award was contrary to law, enter an appropriate order.

The agency head (or designee) shall send a copy of the decision to the protesting party and any other person determined by the agency head (or designee) to be affected by the decision.

I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)

This IFB is being made available by electronic means. If a Bidder electronically accepts the IFB, the Bidder acknowledges and accepts full responsibility to insure that no changes are made to the IFB. In the event of a conflict between a version of the IFB in the Bidder's possession and the Issuing Office's version of the IFB, the Issuing Office's version shall govern.

I.9 IFB-027.1 COSTARS Program (Oct 2013)

COSTARS Purchasers. Section 1902 of the Commonwealth Procurement Code, 62 Pa.C.S. § 1902 (“Section 1902”), authorizes local public procurement units and state-affiliated entities (together, “COSTARS Members”) to participate in Commonwealth procurement contracts that the Department of General Services (“DGS”) may choose to make available to COSTARS Members. DGS has identified this Contract as one which will be made available for COSTARS Members’ participation.

Page 5 A. Only those entities registered with DGS are authorized to participate as COSTARS Members in this Contract. A COSTARS Member may be either a local public procurement unit or a state-affiliated entity.

1. A “local public procurement unit” is:

• Any political subdivision (local government unit), such as a municipality, school district, or commission; • Any public authority (including authorities formed under the Municipality Authorities Act of 1955 or other authorizing legislation, such as the Public Transportation Law or the Aviation Code); • Any tax-exempt, nonprofit educational institution or organization; • Any tax-exempt, nonprofit public health institution or organization; • Any nonprofit fire, rescue, or ambulance company; and • Any other entity that spends public funds for the procurement of supplies, services, and construction (such as a council of governments, an area government, or an organization that receives public grant funds).

2. A state-affiliated entity is a Commonwealth authority or other Commonwealth entity that is not a Commonwealth agency. The term includes:

• The Pennsylvania Turnpike Commission; • The Pennsylvania Housing Finance Agency; • The Pennsylvania Municipal Retirement System; • The Pennsylvania Infrastructure Investment Authority; • The State Public School Building Authority; • The Pennsylvania Higher Education Facilities Authority, and • The State System of Higher Education.

The term does not include any court or other officer or agency of the unified judicial system, the General Assembly and its officers and agencies, any State-related institution, or any Commonwealth executive or independent agencies, boards, or commissions not listed above. Statewide "row" offices, including the Auditor General, Attorney General, and State Treasurer are not State-affiliated entities under the Procurement Code.

However, elements of the court system, the General Assembly, and independent agencies, boards, or commissions have been deemed eligible for COSTARS membership as entities that spend public funds for the procurement of supplies, services, and construction.

3. A complete list of local public procurement units and state-affiliated entities that have registered with DGS and that are authorized to procure items from the Contract can be found at: http://www.dgsweb.state.pa.us/COSTARSReg/Member.aspx

B. COSTARS Members have the option to purchase from this Contract, from any DGS contract established exclusively for COSTARS Members in accordance with the requirements of Section 1902 , from any other cooperative procurement contracts, or from their own procurement contracts established in accordance with the applicable laws governing such procurements. The Contractor understands and acknowledges that there is no guarantee that a COSTARS Member will place an order under this Contract, and that the decision to procure from this Contract is within the sole discretion of each COSTARS Member.

C. DGS is acting as a facilitator for COSTARS Members who may wish to purchase under this Contract. COSTARS Members that participate in this Contract and issue purchase orders (“POs”) to Contractors are third party beneficiaries who have the right to sue and be sued for breach of this Contract without joining the Commonwealth or DGS as a party. The Commonwealth will not intervene in any action between a Contractor and a COSTARS Member unless substantial interests of the Commonwealth are involved.

D. COSTARS Members electing to participate in this Contract will order items directly from the Contractor and be responsible for payment directly to the Contractor.

Page 6 E. Those Contractors electing to permit COSTARS Members to procure from this Contract shall pay the Required Administrative Fee applicable to the Contractor’s classification:

Contractor Classification Required Administrative Fee

Department of General Services Self-Certified Small Business Bidder $500

All Other Bidders $1,500

1. Each bidder electing to permit COSTARS Members to participate in the Contract must submit the COSTARS Program Election to Participate form with its bid submittal and pay the applicable Administrative Fee upon Contract award in order to sell the awarded items/services to COSTARS Members. If the bidder is a Department of General Services Self-Certified Small Business, a copy of its active Small Business Procurement Initiative (SBPI) certificate must be included with the bid submittal.

2. At the beginning of each Contract year and upon any Contract renewal, the Contractor shall submit a check for the required amount, payable to “Commonwealth of PA”. The Contractor must pay the Administrative Fee at each contract renewal date to continue to sell the awarded items/services to COSTARS Members. If the bidder is a Department of General Services Self-Certified Small Business, a copy of its active SBPI certificate must be included with the Administrative Fee for each contract year and upon each renewal.

F. DGS has registered the COSTARS name and logo (together, the “COSTARS Brand”) as a trademark with the Pennsylvania Department of State. Therefore, the Contractor may use the COSTARS Brand only as permitted under in this Subsection.

1. The Contractor shall pay the Administrative Fee covering its participation in the program, including without limitation any use of the COSTARS Brand, for each year of the Contract period. The fee is payable upon Contract award and prior to the renewal date for each succeeding Contract period.

2. DGS grants the Contractor a nonexclusive license to use the COSTARS Brand, subject to the following conditions:

a. The Contractor agrees not to transfer to any third party, including without limitation any of its subcontractors or suppliers, any privileges it may have to use the COSTARS Brand under this Contract.

b. The Contractor agrees not to use the COSTARS Brand to represent or imply any Commonwealth endorsement or approval of its products or services.

c. The Contractor is permitted to use the COSTARS Brand in broadcast, or Internet media solely in connection with this Contract and any other Contract with the Commonwealth under which it has agreed to make sales to COSTARS Purchasers. The Contractor may use the COSTARS Brand on business cards, brochures, and other print publications so long as the purpose is to identify the Contractor as a COSTARS vendor, and only so long as the required Contract fee is kept current.

d. Should this Contract terminate for any reason, the Contractor agrees promptly to remove the COSTARS Brand from any and all print and electronic media and to refrain from using the COSTARS Brand for any purpose whatsoever from the date of Contract termination forward.

e. The Contractor agrees to defend, indemnify, and hold harmless the Commonwealth of Pennsylvania and DGS from and against all claims, demands, liabilities, obligations, costs, and expenses of any nature whatsoever arising out of or based upon the Contractor’s use of the COSTARS Brand.

Page 7 f. The Contractor agrees it has no property rights in the use of the COSTARS Brand by virtue of this nonexclusive license. The Contractor expressly waives any claims, including without limitation due process claims that may otherwise be available under the law in the event of any dispute involving these terms of use.

G. The Contractor shall furnish to the DGS COSTARS Program Office a quarterly electronic Contract sales report detailing the previous quarter’s Contract purchasing activity, using the form and in the format prescribed by DGS. The Contractor shall submit its completed quarterly report no later than the fifteenth calendar day of the succeeding Contract quarter.

1. The Contractor shall submit the reports via the web-based COSTARS Suppliers’ Gateway at www.dgs.state.pa.us/costars . If a Contractor does not have access to the Internet, the Contractor shall send the reports, using the form and in the format prescribed by DGS, on compact disc via US Postal Service to the DGS COSTARS Program Office, Bureau of Procurement, 6th Floor Forum Place, 555 Walnut Street, Harrisburg, PA 17101-1914.

2. For each PO received, the Contractor shall include on the report the name and address of each COSTARS-Registered Purchaser that has used the Contract along with the sales date, and dollar volume of sales to the specific Purchaser for the reporting period.

3. DGS may suspend the Contractor’s participation in the COSTARS Program for failure to provide the Quarterly Sales Report within the specified time.

H. Additional information regarding the COSTARS Program is available on the DGS COSTARS Website at www.dgs.state.pa.us/costars

1. If the Contractor is aware of any qualified entity not currently registered and wishing to participate in the COSTARS Program, please refer the potential purchaser to the DGS COSTARS Website at www.dgs.state.pa.us/costars , where it may register by completing the online registration form and receiving DGS confirmation of its registration. To view a list of currently-registered COSTARS member entities, please visit the COSTARS website.

2. Direct all questions concerning the COSTARS Program to:

Department of General Services COSTARS Program 555 Walnut Street, 6th Floor Harrisburg, PA 17101 Telephone: 1-866-768-7827 E-mail: [email protected]

I.10 IFB-029.1 Prices (Dec 6 2006)

The bid submitted by the successful Bidder will be incorporated into any resulting Contract and the Bidder will be required to provide the awarded item(s) at the prices quoted in its Bid.

I.11 IFB-030.1 Approved Equal (Nov 2006)

Whenever an item is defined in this IFB by trade name and catalogue number of a manufacturer or vendor, the term 'or approved equal,' if not inserted therewith shall be implied. Any reference to a particular manufacturer's product either by trade name or by limited description is solely for the purpose of more clearly indicating the minimum standard of quality desired, except where a 'no substitute' is requested. When a 'no substitute' is requested, the Issuing Office will consider Bids for the referenced product only. The term 'or approved equal' is defined as meaning any other make which, in the sole opinion of the Issuing Office, is of such character, quality, and performance equivalence as to meet the standard of quality of products specified for which it is to be used equally as

Page 8 well as that specified. A Bidder quoting on a product other than the referenced product shall: a) furnish complete identification in its Bid of the product it is offering by trade name, brand and/or model number; b) furnish descriptive literature and data with respect to the substitute product it proposes to furnish; and c) indicate any known specification deviations from the referenced product.

I.12 IFB-031.1 Alternates (Oct 2013)

A Bidder who wants to offer an alternate must notify the Issuing Office in writing, at least five (5) days prior to the scheduled Bid opening, that the Bidder intends to offer an alternate in its Bid. An "alternate" is a product that deviates from the requirements of the specifications in its composition, qualities, performance, size dimension, etc. The written notification from the Bidder must include a complete description of the alternate and must identify the product's deviations from the specifications. Upon receipt of the notification, the Issuing Office will determine whether the alternate is acceptable. If the Issuing Office, in its discretion, determines that the alternate is acceptable, the Issuing Office will issue a change notice to the invitation for bids that revises the specifications. If no change notice is issued revising the specification, a Bid offering the alternate will not be considered for award. If an item or items in the IFB are designated “no substitute,” this provision does not apply and no alternate may be proposed by a bidder nor will any alternate be considered by the Issuing Office.

I.13 IFB-032.1 New Equipment (Nov 2006)

Unless otherwise specified in this invitation for bids, all products offered by Bidders must be new or remanufactured. A 'new' product is one that will be used first by the Commonwealth after it is manufactured or produced. A 'remanufactured' product is one which: 1) has been rebuilt, using new or used parts, to a condition which meets the original manufacturer's most recent specifications for the item; 2) does not, in the opinion of the Issuing Office, differ in appearance from a new item; and 3) has the same warranty as a new item. Unless otherwise specified in this invitation for bids, used or reconditioned products are not acceptable. This clause shall not be construed to prohibit Bidders from offering products with recycled content, provided the product is new or remanufactured.

I.14 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006) a. Bid Modification Prior to Bid Opening. Bids may be modified only by written notice or in person prior to the exact hour and date specified for Bid opening.

1) If a Bidder intends to modify its Bid by written notice, the notice must specifically identify the Bid to be modified and must be signed by the Bidder. The Bidder must include evidence of authorization for the individual who signed the modification to modify the Bid on behalf of the Bidder. The Bid modification must be received in a sealed envelope. The sealed envelope must identify the assigned Collective Number and the Bid Opening Time, and should state that enclosed in the envelope is a Bid modification

2) If a Bidder intends to modify its Bid in person, the individual who will modify the Bid must arrive in the Bid Opening Room prior to the Bid Opening Time, show a picture identification and provide evidence of his/her authorization to modify the Bid on behalf of the Bidder. If a Bidder intends to modify its Bid in person, the Bidder may do so only in the presence of an agency employee. (The agency employee will observe the actions taken by the individual to modify the Bid, but will not read the Bid or the modification). b. Bid Withdrawal Prior to Bid Opening. Bids may be withdrawn only by written notice or in person prior to the exact hour and date specified for Bid opening.

1) If a Bidder intends to withdraw its Bid by written notice, the notice shall specifically identify the Bid to be withdrawn and shall be signed by the Bidder. The Bidder must include evidence of authorization for the individual who signed the bid withdrawal to withdraw the bid on behalf of the Bidder. Except as provided in Subparagraph c, below, bid withdrawals received after the exact hour and date specified for the receipt of Bids shall not be accepted.

Page 9 2) If a Bidder intends to withdraw its Bid in person, the individual who will withdraw the Bid must arrive in the Bid Opening Room prior to the Bid Opening Time, show a picture identification and provide evidence of his/her authorization to withdraw the Bid on behalf of the Bidder. c. Bid Withdrawal After Bid Opening. Bidders are permitted to withdraw erroneous Bids after Bid opening only if the following conditions are met:

1) The Bidder submits a written request for withdrawal.

2) The Bidder presents credible evidence with the request that the reason for the lower Bid price was a clerical mistake as opposed to a judgment mistake and was actually due to an unintentional arithmetical error or an unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the Bid.

3) The request for relief and supporting evidence must be received by the Issuing Office within three (3) business days after Bid opening, but before award of the contract.

4) The Issuing Office shall not permit a Bid withdrawal if the Bid withdrawal would result in the award of the contract on another Bid of the same Bidder, its partner, or a corporation or business venture owned by or in which the bidder has a substantial interest.

5) If a Bidder is permitted to withdraw its Bid, the Bidder cannot supply any material or labor or perform any subcontract or other work agreement for the awarded contractor, without the written approval of the Issuing Office. d. Firm Bid. Except as provided above, a Bid may not be modified, withdrawn, or cancelled by any Bidder for a period of sixty (60) days following the time and date designated for Bid opening, unless otherwise specified by the Bidder in its Bid. If the lowest responsible Bidder, as determined by the Issuing Office, withdraws its Bid prior to the expiration of the award period or fails to comply with the requirements set forth in the IFB including but not limited to any requirement to submit performance or payment bonds or insurance certificates within the required time period, the Bidder shall be liable to the Commonwealth for all costs and damages associated with the re-award or re-bid including the difference between the Bidder's price and the actual cost that the Commonwealth pays for the awarded items. e. Clarification and Additional Information. After the receipt of Bids, the Issuing Office shall have the right to contact Bidders for the purpose of seeking:

1) Clarification of the Bid which confirms the Issuing Office's understanding of statements or information in the Bid or;

2) Additional information on the items offered; provided the IFB does not require the rejection of the Bid for failure to include such information.

I.15 I-IFB-034.1 Rejection of Bids (Nov 2006)

The Issuing Office reserves the right to reject any and all Bids, to waive technical defects or any informality in Bids, and to accept or reject any part of any Bid if the best interests of the Commonwealth are thereby served.

I.16 Submission-001.1 Representations and Authorizations (Oct 2013)

By submitting its proposal, each Offeror understands, represents, and acknowledges that:

A. All of the Offeror’s information and representations in the proposal are material and important, and the Issuing Office may rely upon the contents of the proposal in awarding the contract(s). The Commonwealth shall treat any misstatement, omission or misrepresentation as fraudulent concealment of the true facts relating to the Proposal submission, punishable pursuant to 18 Pa. C.S. § 4904.

Page 10 B. The Offeror has arrived at the price(s) and amounts in its proposal independently and without consultation, communication, or agreement with any other Offeror or potential offeror.

C. The Offeror has not disclosed the price(s), the amount of the proposal, nor the approximate price(s) or amount(s) of its proposal to any other firm or person who is an Offeror or potential offeror for this RFP, and the Offeror shall not disclose any of these items on or before the proposal submission deadline specified in the Calendar of Events of this RFP.

D. The Offeror has not attempted, nor will it attempt, to induce any firm or person to refrain from submitting a proposal on this contract, or to submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of complementary proposal.

E. The Offeror makes its proposal in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive proposal.

F. To the best knowledge of the person signing the proposal for the Offeror, the Offeror, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing on any public contract, except as the Offeror has disclosed in its proposal.

G. To the best of the knowledge of the person signing the proposal for the Offeror and except as the Offeror has otherwise disclosed in its proposal, the Offeror has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Offeror that is owed to the Commonwealth.

H. The Offeror is not currently under suspension or debarment by the Commonwealth, any other state or the federal government, and if the Offeror cannot so certify, then it shall submit along with its proposal a written explanation of why it cannot make such certification.

I. The Offeror has not made, under separate contract with the Issuing Office, any recommendations to the Issuing Office concerning the need for the services described in its proposal or the specifications for the services described in the proposal.

J. Each Offeror, by submitting its proposal, authorizes Commonwealth agencies to release to the Commonwealth information concerning the Offeror's Pennsylvania taxes, unemployment compensation and workers’ compensation liabilities.

K. Until the selected Offeror receives a fully executed and approved written contract from the Issuing Office, there is no legal and valid contract, in law or in equity, and the Offeror shall not begin to perform.

Page 11 PART II - REQUIREMENTS PART II - REQUIREMENTS II.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)

If the bidder is willing to sell the awarded items/services at the same prices and/or discounts, and in accordance with the contractual terms and conditions, to COSTARS members, the bidder should complete and return the COSTARS Program Election to Participate form which is an attachment to this IFB. If the bidder is asserting that it is a Department of General Services Certified Small Business, the bidder must submit its active certification with the bid response.

II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006).

With respect to an award of a federal contract, grant, or cooperative agreement exceeding $100,000 or an award of a federal loan or a commitment providing for the United States to insure or guarantee a loan exceeding $150,000 all recipients must certify that they will not use federal funds for lobbying and must disclose the use of non-federal funds for lobbying by filing required documentation. Offerors must complete and return the Lobbying Certification Form and the Disclosure of Lobbying Activities Form, which are attached to and made a part of this IFB. The completed and signed Lobbying Certification Form and the Disclosure of Lobbying Activities Form should be submitted with the Bid Response. Commonwealth agencies will not contract with outside firms or individuals to perform lobbying services, regardless of the source of funds.

II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006)

T he Commonwealth may, during its evaluation of the bids, require any bidder to submit cuts, illustrations, drawings, prints, test data sheets, specification sheets and brochures which detail construction features, design, components, materials used, applicable dimensions and any other pertinent information which the Issuing Office may require in order to evaluate the product(s) offered. The required information must be submitted within two (2) business days after notification from the Issuing Office. Failure to submit the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid as non-responsive.

II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007) This procurement is subject to the Reciprocal Limitations Act. Bidders must complete and submit with the Bid Response the State of Manufacture Chart , which is contained in GSPUR-89 ("Reciprocal Limitations Act Requirements") which is attached to and made part of this IFB. The completed State of Manufacture Chart should be submitted as part of the Bid Reponse

Page 12 PART III - SELECTION CRITERIA PART III - SELECTION CRITERIA III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006)

To be eligible for selection, a bid must be:

a. Timely received from a Bidder;

b. Properly signed by the Bidder.

III.2 III-IFB-006.1f Method of Award - All Bidders (April 2011)

Award will be made to all responsive and responsible bidders.

III.3 III-IFB-007.1 Awards (May 2011)

Unless all Bids are rejected, and except as otherwise provided by law, award will be made through the issuance of a contract/purchase order in accordance with the method of award. Unless otherwise specified by the Issuing Office in the IFB form the Commonwealth reserves the right to award by item or on a total Bid basis, whichever is deemed more advantageous to the Commonwealth. In cases of discrepancies in prices, the unit price will be binding unless the unit price is obviously in error and the extended price is obviously correct, in which case the erroneous unit price will be corrected. As a condition for receipt of award of a contract/purchase order, the Bidder must be registered in the Commonwealth of Pennsylvania's Vendor Master file. In order to register, bidders must visit the Pa Supplier Portal at https://www.pasupplierportal.state.pa.us/ or call the Customer Support Center at 877-435-7363 or 717-346-2676.

III.4 III-IFB-008.1 Tie Bids (Nov 2006)

All tie bids will be broken by the Issuing Office.

III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006)

Prompt payment discounts will not be considered in making an award. If prompt payment discounts are offered by any Bidder, however, the Issuing Office will take advantage of such offer.

III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006)

The Commonwealth reserves the right to purchase products or services covered under this Contract through a separate competitive bidding procedure, whenever Commonwealth deems it in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the product or service exists or when the price offered is significantly lower than the Contract price.

III.7 III-IFB-014.1 Rebates (Nov 2006)

Any rebate applicable at the time of bid should be taken into consideration by the bidder in calculating its bid price. Bidders must specifically state in their bid proposal, when applicable, that rebates have been considered in arriving at the bid price. Following award, the Commonwealth will assign to the awarded bidder, any rebates which the bidder stated that he took into consideration. If the bidder fails to include such a statement, the Commonwealth will receive the full benefit of the manufacturer's rebate.

Page 13 Page 14 PART IV - WORK STATEMENT PART IV - WORK STATEMENT IV.1 IFB-001.1a Specifications (Nov 2006)

The Commonwealth is seeking bids to procure the item(s) set forth in the attached document entitled "Specifications."

Page 15 PART V - CONTRACT TERMS and CONDITIONS PART V - CONTRACT TERMS and CONDITIONS V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006)

The Contract with the awarded bidder (who shall become the "Contractor") shall include the following terms and conditions:

V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012)

The initial term of the Contract shall be 02 year(s) and 00 month(s).

The term of the Contract shall commence on the Effective Date (as defined below) and shall end on the Expiration Date identified in the Contract, subject to the other provisions of the Contract.

The Effective Date shall be: a) the Effective Date printed on the Contract after the Contract has been fully executed by the Commonwealth (signed and approved as required by the Commonwealth contracting procedures) or b) the "Valid from" date printed on the Contract, whichever is later.

V.3 CONTRACT-002.2a Renewal of Contract Term (Nov 30 2006)

The Contract may be renewed for a maximum of 3additional 1 year term(s), so long as Commonwealth provides written notice to Contractor of its intention to extend the Contract by letter prior to the expiration of the term of the agreement, or any extension thereof. The Commonwealth may exercise the renewal as individual year or multiple year term(s). Any renewal will be under the same terms, covenants and conditions. No further document is required to be executed to renew the term of the contract.

V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006)

The Commonwealth reserves the right, upon notice to the Contractor, to extend any single term of the Contract for up to three (3) months upon the same terms and conditions.

V.5 CONTRACT-003.1a Signatures – Contract (Oct 2013)

The Contract shall not be a legally binding contract until the fully-executed Contract has been sent to the Contractor. No Commonwealth employee has the authority to verbally direct the commencement of any work or delivery of any supply under this Contract prior to the Effective Date. The Contractor hereby waives any claim or cause of action for any service or work performed prior to the Effective Date.

The Contract will not include an "ink" signature by the Commonwealth. The electronically-printed name of the Purchasing Agent represents the signature of that individual who has the authority, on behalf of the Commonwealth, to bind the Commonwealth to the terms of the Contract. If the Contract output form does not have "Fully Executed" at the top of the first page and does not have the name of the Purchasing Agent printed in the appropriate box, the Contract has not been fully executed.

The fully-executed Contract may be sent to the Contractor electronically or through facsimile equipment. The electronic transmission of the Contract shall require acknowledgement of receipt of the transmission by the Contractor. Receipt of the electronic or facsimile transmission of the Contract shall constitute receipt of the

Page 16 fully-executed Contract.

The Commonwealth and the Contractor specifically agree as follows: a. No handwritten signature shall be required in order for the Contract to be legally enforceable. b. The parties agree that no writing shall be required in order to make the Contract legally binding, notwithstanding contrary requirements in any law. The parties hereby agree not to contest the validity or enforceability of a genuine Contract or acknowledgement issued electronically under the provisions of a statute of frauds or any other applicable law relating to whether certain agreements be in writing and signed by the party bound thereby. Any genuine Contract or acknowledgement issued electronically, if introduced as evidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible as between the parties to the same extent and under the same conditions as other business records originated and maintained in documentary form. Neither party shall contest the admissibility of copies of a genuine Contract or acknowledgements under either the business records exception to the hearsay rule or the best evidence rule on the basis that the Contract or acknowledgement were not in writing or signed by the parties. A Contract or acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designated for such documents. c. Each party will immediately take steps to verify any document that appears to be obviously garbled in transmission or improperly formatted to include re-transmission of any such document if necessary.

V.6 CONTRACT-004.1a Definitions (Oct 2013) As used in this Contract, these words shall have the following meanings: a. Agency: The department, board, commission or other agency of the Commonwealth of Pennsylvania listed as the Purchasing Agency. If a COSTARS entity or external procurement activity has issued an order against this contract, that entity shall also be identified as "Agency". b. Contracting Officer: The person authorized to administer this Contract for the Commonwealth and to make written determinations with respect to the Contract. c. Days: Unless specifically indicated otherwise, days mean calendar days. d. Developed Works or Developed Materials: All documents, sketches, drawings, designs, works, papers, files, reports, computer programs, computer documentation, data, records, software, samples or any other tangible material without limitation authored or prepared by Contractor as the work product covered in the scope of work for the Project. e. Documentation: All materials required to support and convey information about the services required by this Contract. It includes, but is not necessarily restricted to, written reports and analyses, diagrams, maps, logical and physical designs, system designs, computer programs, flow charts, disks, and/or other machine-readable storage media. f. Services: All Contractor activity necessary to satisfy the Contract. V.7 CONTRACT-005.1a Purchase Orders (Oct 2013)

Commonwealth agencies may issue Purchase Orders against the Contract. These orders constitute the Contractor's authority to make delivery. All Purchase Orders received by the Contractor up to and including the expiration date of the Contract are acceptable and must be performed in accordance with the Contract. Each Purchase Order will be deemed to incorporate the terms and conditions set forth in the Contract.

Purchase Orders will not include an "ink" signature by the Agency. The electronically-printed name of the purchaser represents the signature of that individual who has the authority, on behalf of the Commonwealth, to authorize the Contractor to proceed.

Purchase Orders may be issued electronically or through facsimile equipment. The electronic transmission of a

Page 17 purchase order shall require acknowledgement of receipt of the transmission by the Contractor. Receipt of the electronic or facsimile transmission of the Purchase Order shall constitute receipt of an order. Orders received by the Contractor after 4:00 p.m. will be considered received the following business day. a. No handwritten signature shall be required in order for the Contract or Purchase Order to be legally enforceable. b. The parties agree that no writing shall be required in order to make the Purchase Order legally binding. The parties hereby agree not to contest the validity or enforceability of a Purchase Order or acknowledgement issued electronically under the provisions of a statute of frauds or any other applicable law relating to whether certain agreements be in writing and signed by the party bound thereby. Any Purchase Order or acknowledgement issued electronically, if introduced as evidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible as between the parties to the same extent and under the same conditions as other business records originated and maintained in documentary form. Neither party shall contest the admissibility of copies of Purchase Orders or acknowledgements under either the business records exception to the hearsay rule or the best evidence rule on the basis that the Purchase Order or acknowledgement were not in writing or signed by the parties. A Purchase Order or acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designated for such documents. c. Each party will immediately take steps to verify any document that appears to be obviously garbled in transmission or improperly formatted to include re-transmission of any such document if necessary.

Purchase Orders under ten thousand dollars ($10,000) in total amount may also be made in person or by telephone using a Commonwealth Purchasing Card. When an order is placed by telephone, the Commonwealth agency shall provide the agency name, employee name, credit card number, and expiration date of the card. Contractors agree to accept payment through the use of the Commonwealth Purchasing Card.

V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)

In performing its obligations under the Contract, the Contractor will act as an independent contractor and not as an employee or agent of the Commonwealth. The Contractor will be responsible for all services in this Contract whether or not Contractor provides them directly. Further, the Contractor is the sole point of contact with regard to all contractual matters, including payment of any and all charges resulting from the Contract.

V.9 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)

All item(s) shall be delivered F.O.B. Destination. The Contractor agrees to bear the risk of loss, injury, or destruction of the item(s) ordered prior to receipt of the items by the Commonwealth. Such loss, injury, or destruction shall not release the Contractor from any contractual obligations. Except as otherwise provided in this contract, all item(s) must be delivered within the time period specified. Time is of the essence and, in addition to any other remedies, the Contract is subject to termination for failure to deliver as specified. Unless otherwise stated in this Contract, delivery must be made within thirty (30) days after the Effective Date.

V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)

It shall be understood and agreed that any quantities listed in the Contract are estimated only and may be increased or decreased in accordance with the actual requirements of the Commonwealth and that the Commonwealth in accepting any bid or portion thereof, contracts only and agrees to purchase only the materials and services in such quantities as represent the actual requirements of the Commonwealth. The Commonwealth reserves the right to purchase materials and services covered under the Contract through a separate competitive procurement procedure, whenever Commonwealth deems it to be in its best interest.

V.11 CONTRACT-007.3 Prior Notice (Oct 2006)

The Contractor is required to notify the Commonwealth Delivery Location when shipment is to be made in order

Page 18 that a Commonwealth representative may be present to receive the Contract Item(s) when they are delivered.

V.12 CONTRACT-008.1a Warranty. (Oct 2006)

The Contractor warrants that all items furnished and all services performed by the Contractor, its agents and subcontractors shall be free and clear of any defects in workmanship or materials. Unless otherwise stated in the Contract, all items are warranted for a period of one year following delivery by the Contractor and acceptance by the Commonwealth. The Contractor shall repair, replace or otherwise correct any problem with the delivered item. When an item is replaced, it shall be replaced with an item of equivalent or superior quality without any additional cost to the Commonwealth.

V.13 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2013)

The Contractor warrants that it is the sole owner or author of, or has entered into a suitable legal agreement concerning either: a) the design of any product or process provided or used in the performance of the Contract which is covered by a patent, copyright, or trademark registration or other right duly authorized by state or federal law or b) any copyrighted matter in any report, document or other material provided to the Commonwealth under the contract.

The Contractor shall defend any suit or proceeding brought against the Commonwealth on account of any alleged patent, copyright or trademark infringement in the United States of any of the products provided or used in the performance of the Contract.

This is upon condition that the Commonwealth shall provide prompt notification in writing of such suit or proceeding; full right, authorization and opportunity to conduct the defense thereof; and full information and all reasonable cooperation for the defense of same.

As principles of governmental or public law are involved, the Commonwealth may participate in or choose to conduct, in its sole discretion, the defense of any such action.

If information and assistance are furnished by the Commonwealth at the Contractor's written request, it shall be at the Contractor's expense, but the responsibility for such expense shall be only that within the Contractor's written authorization.

The Contractor shall indemnify and hold the Commonwealth harmless from all damages, costs, and expenses, including attorney's fees that the Contractor or the Commonwealth may pay or incur by reason of any infringement or violation of the rights occurring to any holder of copyright, trademark, or patent interests and rights in any products provided or used in the performance of the Contract.

If any of the products provided by the Contractor in such suit or proceeding are held to constitute infringement and the use is enjoined, the Contractor shall, at its own expense and at its option, either procure the right to continue use of such infringement products, replace them with non-infringement equal performance products or modify them so that they are no longer infringing.

If the Contractor is unable to do any of the preceding, the Contractor agrees to remove all the equipment or software which are obtained contemporaneously with the infringing product, or, at the option of the Commonwealth, only those items of equipment or software which are held to be infringing, and to pay the Commonwealth: 1) any amounts paid by the Commonwealth towards the purchase of the product, less straight line depreciation; 2) any license fee paid by the Commonwealth for the use of any software, less an amount for the period of usage; and 3) the pro rata portion of any maintenance fee representing the time remaining in any period of maintenance paid for. The obligations of the Contractor under this paragraph continue without time limit. No costs or expenses shall be incurred for the account of the Contractor without its written consent.

V.14 CONTRACT-009.1d Ownership Rights (Oct 2006)

Page 19 The Commonwealth shall have unrestricted authority to reproduce, distribute, and use any submitted report, data, or material, and any software or modifications and any associated documentation that is designed or developed and delivered to the Commonwealth as part of the performance of the Contract.

V.15 CONTRACT-010.1a Acceptance (Oct 2006)

No item(s) received by the Commonwealth shall be deemed accepted until the Commonwealth has had a reasonable opportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to the specifications may be rejected upon initial inspection or at any later time if the defects contained in the item(s) or the noncompliance with the specifications were not reasonably ascertainable upon the initial inspection. It shall thereupon become the duty of the Contractor to remove rejected item(s) from the premises without expense to the Commonwealth within fifteen (15) days after notification. Rejected item(s) left longer than fifteen (15) days will be regarded as abandoned, and the Commonwealth shall have the right to dispose of them as its own property and shall retain that portion of the proceeds of any sale which represents the Commonwealth's costs and expenses in regard to the storage and sale of the item(s). Upon notice of rejection, the Contractor shall immediately replace all such rejected item(s) with others conforming to the specifications and which are not defective. If the Contractor fails, neglects or refuses to do so, the Commonwealth shall then have the right to procure a corresponding quantity of such item(s), and deduct from any monies due or that may thereafter become due to the Contractor, the difference between the price stated in the Contract and the cost thereof to the Commonwealth.

V.16 CONTRACT-010.2 Product Conformance (March 2012)

The Commonwealth reserves the right to require any and all Contractors to:

1. Provide certified data from laboratory testing performed by the Contractor, or performed by an independent laboratory, as specified by the Commonwealth.

2. Supply published manufacturer product documentation.

3. Permit a Commonwealth representative to witness testing at the Contractor's location or at an independent laboratory.

4. Complete a survey/questionnaire relating to the bid requirements and specifications.

5. Provide customer references.

6. Provide a product demonstration at a location near Harrisburg or the using agency location.

V.17 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012)

The Commonwealth shall have the right to not regard any rejected material as abandoned and to demand that the Contractor remove the rejected material from the premises within thirty (30) days of notification. The Contractor shall be responsible for removal of the rejected material as well as proper clean-up. If the Contractor fails or refuses to remove the rejected material as demanded by the Commonwealth, the Commonwealth may seek payment from, or set-off from any payments due to the Contractor under this or any other Contract with the Commonwealth, the costs of removal and clean-up. This is in addition to all other rights to recover costs incurred by the Commonwealth.

V.18 CONTRACT-011.1a Compliance With Law (Oct 2006)

The Contractor shall comply with all applicable federal and state laws and regulations and local ordinances in the performance of the Contract.

V.19 CONTRACT-013.1 Environmental Provisions (Oct 2006)

Page 20 In the performance of the Contract, the Contractor shall minimize pollution and shall strictly comply with all applicable environmental laws and regulations, including, but not limited to: the Clean Streams Law Act of June 22, 1937 (P.L. 1987, No. 394), as amended 35 P.S. Section 691.601 et seq.; the Pennsylvania Solid Waste Management Act, Act of July 7, 1980 (P.L. 380, No. 97), as amended, 35 P.S. Section 6018.101 et seq. ; and the Dam Safety and Encroachment Act, Act of November 26, 1978 (P.L. 1375, No. 325), as amended , 32 P.S. Section 693.1.

V.20 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2013)

Except as specifically waived by the Department of General Services in writing, any products which are provided to the Commonwealth as a part of the performance of the Contract must meet the minimum percentage levels for total recycled content as specified by the Environmental Protection Agency in its Comprehensive Procurement Guidelines, which can be found at http://www.epa.gov/epawaste/conserve/tools/cpg/index.htm .

V.21 CONTRACT-014.3 Recycled Content Enforcement (February 2012)

The Contractor may be required, after delivery of the Contract item(s), to provide the Commonwealth with documentary evidence that the item(s) was in fact produced with the required minimum percentage of post-consumer and recovered material content.

V.22 CONTRACT-015.1 Compensation (Oct 2006)

The Contractor shall be required to furnish the awarded item(s) at the price(s) quoted in the Purchase Order. All item(s) shall be delivered within the time period(s) specified in the Purchase Order. The Contractor shall be compensated only for item(s) that are delivered and accepted by the Commonwealth.

V.23 CONTRACT-015.2 Billing Requirements (February 2012)

Unless the Contractor has been authorized by the Commonwealth for Evaluated Receipt Settlement or Vendor Self-Invoicing , the Contractor shall include in all of its invoices the following minimum information:

- Vendor name and "Remit to" address, including SAP Vendor number; - Bank routing information, if ACH; - SAP Purchase Order number; - Delivery Address, including name of Commonwealth agency; - Description of the supplies/services delivered in accordance with SAP Purchase Order (include purchase order line number if possible); - Quantity provided; - Unit price; - Price extension; - Total price; and - Delivery date of supplies or services.

If an invoice does not contain the minimum information set forth in this paragraph, the Commonwealth may return the invoice as improper. If the Commonwealth returns an invoice as improper, the time for processing a payment will be suspended until the Commonwealth receives a correct invoice. The Contractor may not receive payment until the Commonwealth has received a correct invoice.

Contractors are required to establish separate billing accounts with each using agency and invoice them directly. Each invoice shall be itemized with adequate detail and match the line item on the Purchase Order. In no instance shall any payment be made for services to the Contractor that are not in accordance with the prices on the Purchase Order, the Contract, updated price lists or any discounts negotiated by the purchasing agency.

Page 21 V.24 CONTRACT-016.1 Payment (Oct 2006) a. The Commonwealth shall put forth reasonable efforts to make payment by the required payment date. The required payment date is: (a) the date on which payment is due under the terms of the Contract; (b) thirty (30) days after a proper invoice actually is received at the "Bill To" address if a date on which payment is due is not specified in the Contract (a "proper" invoice is not received until the Commonwealth accepts the service as satisfactorily performed); or (c) the payment date specified on the invoice if later than the dates established by (a) and (b) above. Payment may be delayed if the payment amount on an invoice is not based upon the price(s) as stated in the Contract. If any payment is not made within fifteen (15) days after the required payment date, the Commonwealth may pay interest as determined by the Secretary of Budget in accordance with Act No. 266 of 1982 and regulations promulgated pursuant thereto. Payment should not be construed by the Contractor as acceptance of the service performed by the Contractor. The Commonwealth reserves the right to conduct further testing and inspection after payment, but within a reasonable time after performance, and to reject the service if such post payment testing or inspection discloses a defect or a failure to meet specifications. The Contractor agrees that the Commonwealth may set off the amount of any state tax liability or other obligation of the Contractor or its subsidiaries to the Commonwealth against any payments due the Contractor under any contract with the Commonwealth. b. The Commonwealth shall have the option of using the Commonwealth purchasing card to make purchases under the Contract or Purchase Order. The Commonwealth's purchasing card is similar to a credit card in that there will be a small fee which the Contractor will be required to pay and the Contractor will receive payment directly from the card issuer rather than the Commonwealth. Any and all fees related to this type of payment are the responsibility of the Contractor. In no case will the Commonwealth allow increases in prices to offset credit card fees paid by the Contractor or any other charges incurred by the Contractor, unless specifically stated in the terms of the Contract or Purchase Order.

V.25 CONTRACT-016.2 ACH Payments (Aug 2007) a. The Commonwealth will make contract payments through the Automated Clearing House (ACH). Within 10 days of award of the contract or purchase order, the contractor must submit or must have already submitted their ACH information within their user profile in the Commonwealth's procurement system (SRM). b. The contractor must submit a unique invoice number with each invoice submitted. The unique invoice number will be listed on the Commonwealth of Pennsylvania's ACH remittance advice to enable the contractor to properly apply the state agency's payment to the invoice submitted. c. It is the responsibility of the contractor to ensure that the ACH information contained in SRM is accurate and complete. Failure to maintain accurate and complete information may result in delays in payments.

V.26 CONTRACT-017.1 Taxes (Dec 5 2006)

The Commonwealth is exempt from all excise taxes imposed by the Internal Revenue Service and has accordingly registered with the Internal Revenue Service to make tax free purchases under Registration No. 23-23740001-K. With the exception of purchases of the following items, no exemption certificates are required and none will be issued: undyed diesel fuel, tires, trucks, gas guzzler emergency vehicles, and sports fishing equipment. The Commonwealth is also exempt from Pennsylvania state sales tax, local sales tax, public transportation assistance taxes and fees and vehicle rental tax. The Department of Revenue regulations provide that exemption certificates are not required for sales made to governmental entities and none will be issued. Nothing in this paragraph is meant to exempt a construction contractor from the payment of any of these taxes or fees which are required to be paid with respect to the purchase, use, rental, or lease of tangible personal property or taxable services used or transferred in connection with the performance of a construction contract.

V.27 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006)

Page 22 The Contractor and the Commonwealth recognize that in actual economic practice, overcharges by the Contractor's suppliers resulting from violations of state or federal antitrust laws are in fact borne by the Commonwealth. As part of the consideration for the award of the Contract, and intending to be legally bound, the Contractor assigns to the Commonwealth all right, title and interest in and to any claims the Contractor now has, or may acquire, under state or federal antitrust laws relating to the products and services which are the subject of this Contract.

V.28 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006) a. The Contractor shall hold the Commonwealth harmless from and indemnify the Commonwealth against any and all third party claims, demands and actions based upon or arising out of any activities performed by the Contractor and its employees and agents under this Contract, provided the Commonwealth gives Contractor prompt notice of any such claim of which it learns. Pursuant to the Commonwealth Attorneys Act (71 P.S. Section 732-101, et seq.), the Office of Attorney General (OAG) has the sole authority to represent the Commonwealth in actions brought against the Commonwealth. The OAG may, however, in its sole discretion and under such terms as it deems appropriate, delegate its right of defense. If OAG delegates the defense to the Contractor, the Commonwealth will cooperate with all reasonable requests of Contractor made in the defense of such suits. b. Notwithstanding the above, neither party shall enter into any settlement without the other party's written consent, which shall not be unreasonably withheld. The Commonwealth may, in its sole discretion, allow the Contractor to control the defense and any related settlement negotiations.

V.29 CONTRACT-020.1 Audit Provisions (Oct 2006)

The Commonwealth shall have the right, at reasonable times and at a site designated by the Commonwealth, to audit the books, documents and records of the Contractor to the extent that the books, documents and records relate to costs or pricing data for the Contract. The Contractor agrees to maintain records which will support the prices charged and costs incurred for the Contract. The Contractor shall preserve books, documents, and records that relate to costs or pricing data for the Contract for a period of three (3) years from date of final payment. The Contractor shall give full and free access to all records to the Commonwealth and/or their authorized representatives.

V.30 CONTRACT-021.1 Default (Oct 2013) a. The Commonwealth may, subject to the Force Majeure provisions of this Contract, and in addition to its other rights under the Contract, declare the Contractor in default by written notice thereof to the Contractor, and terminate (as provided in the Termination Provisions of this Contract) the whole or any part of this Contract or any Purchase Order for any of the following reasons:

1) Failure to begin work within the time specified in the Contract or Purchase Order or as otherwise specified;

2) Failure to perform the work with sufficient labor, equipment, or material to ensure the completion of the specified work in accordance with the Contract or Purchase Order terms;

3) Unsatisfactory performance of the work;

4) Failure to deliver the awarded item(s) within the time specified in the Contract or Purchase Order or as otherwise specified;

5) Improper delivery;

6) Failure to provide an item(s) which is in conformance with the specifications referenced in the Contract or Purchase Order;

7) Delivery of a defective item;

Page 23 8) Failure or refusal to remove material, or remove and replace any work rejected as defective or unsatisfactory;

9) Discontinuance of work without approval;

10) Failure to resume work, which has been discontinued, within a reasonable time after notice to do so;

11) Insolvency or bankruptcy;

12) Assignment made for the benefit of creditors;

13) Failure or refusal within 10 days after written notice by the Contracting Officer, to make payment or show cause why payment should not be made, of any amounts due for materials furnished, labor supplied or performed, for equipment rentals, or for utility services rendered;

14) Failure to protect, to repair, or to make good any damage or injury to property;

15) Breach of any provision of the Contract;

16) Failure to comply with representations made in the Contractor's bid/proposal; or

17) Failure to comply with applicable industry standards, customs, and practice. b. In the event that the Commonwealth terminates this Contract or any Purchase Order in whole or in part as provided in Subparagraph a. above, the Commonwealth may procure, upon such terms and in such manner as it determines, items similar or identical to those so terminated, and the Contractor shall be liable to the Commonwealth for any reasonable excess costs for such similar or identical items included within the terminated part of the Contract or Purchase Order. c. If the Contract or a Purchase Order is terminated as provided in Subparagraph a. above, the Commonwealth, in addition to any other rights provided in this paragraph, may require the Contractor to transfer title and deliver immediately to the Commonwealth in the manner and to the extent directed by the Contracting Officer, such partially completed items, including, where applicable, reports, working papers and other documentation, as the Contractor has specifically produced or specifically acquired for the performance of such part of the Contract or Purchase Order as has been terminated. Except as provided below, payment for completed work accepted by the Commonwealth shall be at the Contract price. Except as provided below, payment for partially completed items including, where applicable, reports and working papers, delivered to and accepted by the Commonwealth shall be in an amount agreed upon by the Contractor and Contracting Officer. The Commonwealth may withhold from amounts otherwise due the Contractor for such completed or partially completed works, such sum as the Contracting Officer determines to be necessary to protect the Commonwealth against loss. d. The rights and remedies of the Commonwealth provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Contract. e. The Commonwealth's failure to exercise any rights or remedies provided in this paragraph shall not be construed to be a waiver by the Commonwealth of its rights and remedies in regard to the event of default or any succeeding event of default. f. Following exhaustion of the Contractor's administrative remedies as set forth in the Contract Controversies Provision of the Contract, the Contractor's exclusive remedy shall be to seek damages in the Board of Claims.

V.31 CONTRACT-022.1 Force Majeure (Oct 2006)

Neither party will incur any liability to the other if its performance of any obligation under this Contract is prevented or delayed by causes beyond its control and without the fault or negligence of either party. Causes beyond a party's control may include, but aren't limited to, acts of God or war, changes in controlling law, regulations, orders or the requirements of any governmental entity, severe weather conditions, civil disorders, natural disasters, fire, epidemics and quarantines, general strikes throughout the trade, and freight embargoes.

Page 24 The Contractor shall notify the Commonwealth orally within five (5) days and in writing within ten (10) days of the date on which the Contractor becomes aware, or should have reasonably become aware, that such cause would prevent or delay its performance. Such notification shall (i) describe fully such cause(s) and its effect on performance, (ii) state whether performance under the contract is prevented or delayed and (iii) if performance is delayed, state a reasonable estimate of the duration of the delay. The Contractor shall have the burden of proving that such cause(s) delayed or prevented its performance despite its diligent efforts to perform and shall produce such supporting documentation as the Commonwealth may reasonably request. After receipt of such notification, the Commonwealth may elect to cancel the Contract, cancel the Purchase Order, or to extend the time for performance as reasonably necessary to compensate for the Contractor's delay.

In the event of a declared emergency by competent governmental authorities, the Commonwealth by notice to the Contractor, may suspend all or a portion of the Contract or Purchase Order.

V.32 CONTRACT-023.1a Termination Provisions (Oct 2013)

The Commonwealth has the right to terminate this Contract or any Purchase Order for any of the following reasons. Termination shall be effective upon written notice to the Contractor. a. TERMINATION FOR CONVENIENCE: The Commonwealth shall have the right to terminate the Contract or a Purchase Order for its convenience if the Commonwealth determines termination to be in its best interest. The Contractor shall be paid for work satisfactorily completed prior to the effective date of the termination, but in no event shall the Contractor be entitled to recover loss of profits. b. NON-APPROPRIATION: The Commonwealth's obligation to make payments during any Commonwealth fiscal year succeeding the current fiscal year shall be subject to availability and appropriation of funds. When funds (state and/or federal) are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year period, the Commonwealth shall have the right to terminate the Contract or a Purchase Order. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the supplies or services delivered under the Contract. Such reimbursement shall not include loss of profit, loss of use of money, or administrative or overhead costs. The reimbursement amount may be paid from any appropriations available for that purpose. c. TERMINATION FOR CAUSE: The Commonwealth shall have the right to terminate the Contract or a Purchase Order for Contractor default under the Default Clause upon written notice to the Contractor. The Commonwealth shall also have the right, upon written notice to the Contractor, to terminate the Contract or a Purchase Order for other cause as specified in the Contract or by law. If it is later determined that the Commonwealth erred in terminating the Contract or a Purchase Order for cause, then, at the Commonwealth's discretion, the Contract or Purchase Order shall be deemed to have been terminated for convenience under the Subparagraph a.

V.33 CONTRACT-024.1 Contract Controversies (Oct 2011)

a. In the event of a controversy or claim arising from the Contract, the Contractor must, within six months after the cause of action accrues, file a written claim with the contracting officer for a determination. The claim shall state all grounds upon which the Contractor asserts a controversy exists. If the Contractor fails to file a claim or files an untimely claim, the Contractor is deemed to have waived its right to assert a claim in any forum. At the time the claim is filed, or within sixty (60) days thereafter, either party may request mediation through the Commonwealth Office of General Counsel Dispute Resolution Program.

b. If the Contractor or the contracting officer requests mediation and the other party agrees, the contracting officer shall promptly make arrangements for mediation. Mediation shall be scheduled so as to not delay the issuance of the final determination beyond the required 120 days after receipt of the claim if mediation is unsuccessful. If mediation is not agreed to or if resolution is not reached through mediation, the contracting officer shall review timely-filed claims and issue a final determination, in writing, regarding the claim. The final determination shall be issued within 120 days of the receipt of the claim, unless extended by consent of the

Page 25 contracting officer and the Contractor. The contracting officer shall send his/her written determination to the Contractor. If the contracting officer fails to issue a final determination within the 120 days (unless extended by consent of the parties), the claim shall be deemed denied. The contracting officer's determination shall be the final order of the purchasing agency.

c. Within fifteen (15) days of the mailing date of the determination denying a claim or within 135 days of filing a claim if, no extension is agreed to by the parties, whichever occurs first, the Contractor may file a statement of claim with the Commonwealth Board of Claims. Pending a final judicial resolution of a controversy or claim, the Contractor shall proceed diligently with the performance of the Contract in a manner consistent with the determination of the contracting officer and the Commonwealth shall compensate the Contractor pursuant to the terms of the Contract.

V.34 CONTRACT-025.1 Assignability and Subcontracting (Oct 2013) a. Subject to the terms and conditions of this paragraph, this Contract shall be binding upon the parties and their respective successors and assigns. b. The Contractor shall not subcontract with any person or entity to perform all or any part of the work to be performed under this Contract without the prior written consent of the Contracting Officer, which consent may be withheld at the sole and absolute discretion of the Contracting Officer. c. The Contractor may not assign, in whole or in part, this Contract or its rights, duties, obligations, or responsibilities hereunder without the prior written consent of the Contracting Officer, which consent may be withheld at the sole and absolute discretion of the Contracting Officer. d. Notwithstanding the foregoing, the Contractor may, without the consent of the Contracting Officer, assign its rights to payment to be received under the Contract, provided that the Contractor provides written notice of such assignment to the Contracting Officer together with a written acknowledgement from the assignee that any such payments are subject to all of the terms and conditions of this Contract. e. For the purposes of this Contract, the term "assign" shall include, but shall not be limited to, the sale, gift, assignment, pledge, or other transfer of any ownership interest in the Contractor provided, however, that the term shall not apply to the sale or other transfer of stock of a publicly traded company. f . Any assignment consented to by the Contracting Officer shall be evidenced by a written assignment agreement executed by the Contractor and its assignee in which the assignee agrees to be legally bound by all of the terms and conditions of the Contract and to assume the duties, obligations, and responsibilities being assigned. g. A change of name by the Contractor, following which the Contractor's federal identification number remains unchanged, shall not be considered to be an assignment hereunder. The Contractor shall give the Contracting Officer written notice of any such change of name.

V.35 CONTRACT-026.1 Other Contractors (Oct 2006)

The Commonwealth may undertake or award other contracts for additional or related work, and the Contractor shall fully cooperate with other contractors and Commonwealth employees, and coordinate its work with such additional work as may be required. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Commonwealth employees. This paragraph shall be included in the Contracts of all contractors with which this Contractor will be required to cooperate. The Commonwealth shall equitably enforce this paragraph as to all contractors to prevent the imposition of unreasonable burdens on any contractor.

V.36 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)

Page 26 The Contractor agrees: 1. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activity required under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf of the Contractor or subcontractor shall not, by reason of gender, race, creed, or color, discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates.

2. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate against or intimidate any employee involved in the manufacture of supplies, the performance of work, or any other activity required under the contract on account of gender, race, creed, or color.

3. The Contractor and each subcontractor shall establish and maintain a written sexual harassment policy and shall inform their employees of the policy. The policy must contain a notice that sexual harassment will not be tolerated and employees who practice it will be disciplined.

4. The Contractor and each subcontractor shall not discriminate by reason of gender, race, creed, or color against any subcontractor or supplier who is qualified to perform the work to which the contract relates.

5. The Contractor and each subcontractor shall, within the time periods requested by the Commonwealth, furnish all necessary employment documents and records and permit access to their books, records, and accounts by the contracting agency and the Bureau of Small Business Opportunities (BSBO), for purpose of ascertaining compliance with provisions of this Nondiscrimination/Sexual Harassment Clause. Within fifteen (15) days after award of any contract, the Contractor shall be required to complete, sign and submit Form STD-21, the “Initial Contract Compliance Data” form. If the contract is a construction contract, then the Contractor shall be required to complete, sign and submit Form STD-28, the “Monthly Contract Compliance Report for Construction Contractors”, each month no later than the 15th of the month following the reporting period beginning with the initial job conference and continuing through the completion of the project. Those contractors who have fewer than five employees or whose employees are all from the same family or who have completed the Form STD-21 within the past 12 months may, within the 15 days, request an exemption from the Form STD-21 submission requirement from the contracting agency.

6. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in every subcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor.

7. The Commonwealth may cancel or terminate the contract and all money due or to become due under the contract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment Clause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in the Contractor Responsibility File.

V.37 CONTRACT-028.1 Contractor Integrity Provisions (Oct 2013)

It is essential that those who seek to contract with the Commonwealth of Pennsylvania (“Commonwealth”) observe high standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence in the integrity of the Commonwealth procurement process.

In furtherance of this policy, Contractor agrees to the following:

1. Contractor shall maintain the highest standards of honesty and integrity during the performance of this contract and shall take no action in violation of state or federal laws or regulations or any other applicable laws or regulations, or other requirements applicable to Contractor or that govern contracting with the Commonwealth.

2. Contractor shall establish and implement a written business integrity policy, which includes, at a minimum, the requirements of these provisions as they relate to Contractor employee activity with the Commonwealth and Commonwealth employees, and which is distributed and made known to all Contractor employees.

3. Contractor, its affiliates, agents and employees shall not influence, or attempt to influence, any Commonwealth employee to breach the standards of ethical conduct for Commonwealth employees set forth in the Public Official and Employees Ethics Act, 65 Pa.C.S. §§1101 et seq.; the State Adverse Interest Act, 71 P.S. §776.1 et seq.; and the Governor’s Code of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq ., or to breach any other state or

Page 27 federal law or regulation.

4. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a Commonwealth official or employee or to any other person at the direction or request of any Commonwealth official or employee.

5. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a Commonwealth official or employee or to any other person, the acceptance of which would violate the Governor’s Code of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq. or any statute, regulation, statement of policy, management directive or any other published standard of the Commonwealth.

6. Contractor, its affiliates, agents and employees shall not, directly or indirectly, offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for the decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty by any Commonwealth official or employee.

7. Contractor, its affiliates, agents, employees, or anyone in privity with him or her shall not accept or agree to accept from any person, any gratuity in connection with the performance of work under the contract, except as provided in the contract.

8. Contractor shall not have a financial interest in any other contractor, subcontractor, or supplier providing services, labor, or material on this project, unless the financial interest is disclosed to the Commonwealth in writing and the Commonwealth consents to Contractor’s financial interest prior to Commonwealth execution of the contract. Contractor shall disclose the financial interest to the Commonwealth at the time of bid or proposal submission, or if no bids or proposals are solicited, no later than Contractor’s submission of the contract signed by Contractor.

9. Contractor, its affiliates, agents and employees shall not disclose to others any information, documents, reports, data, or records provided to, or prepared by, Contractor under this contract without the prior written approval of the Commonwealth, except as required by the Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, or other applicable law or as otherwise provided in this contract. Any information, documents, reports, data, or records secured by Contractor from the Commonwealth or a third party in connection with the performance of this contract shall be kept confidential unless disclosure of such information is: a. Approved in writing by the Commonwealth prior to its disclosure; or b. Directed by a court or other tribunal of competent jurisdiction unless the contract requires prior Commonwealth approval; or c. Required for compliance with federal or state securities laws or the requirements of national securities exchanges; or d. Necessary for purposes of Contractor’s internal assessment and review; or e. Deemed necessary by Contractor in any action to enforce the provisions of this contract or to defend or prosecute claims by or against parties other than the Commonwealth; or f. Permitted by the valid authorization of a third party to whom the information, documents, reports, data, or records pertain: or g. Otherwise required by law.

10. Contractor certifies that neither it nor any of its officers, directors, associates, partners, limited partners or individual owners has been officially notified of, charged with, or convicted of any of the following and agrees to immediately notify the Commonwealth agency contracting officer in writing if and when it or any officer, director, associate, partner, limited partner or individual owner has been officially notified of, charged with, convicted of, or officially notified of a governmental determination of any of the following: a. Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property.

Page 28 b. Commission of fraud or a criminal offense or other improper conduct or knowledge of, approval of or acquiescence in such activities by Contractor or any affiliate, officer, director, associate, partner, limited partner, individual owner, or employee or other individual or entity associated with: (1) obtaining; (2) attempting to obtain; or (3) performing a public contract or subcontract.

Contractor’s acceptance of the benefits derived from the conduct shall be deemed evidence of such knowledge, approval or acquiescence. c. Violation of federal or state antitrust statutes. d. Violation of any federal or state law regulating campaign contributions. e. Violation of any federal or state environmental law. f. Violation of any federal or state law regulating hours of labor, minimum wage standards or prevailing wage standards; discrimination in wages; or child labor violations. g. Violation of the Act of June 2, 1915 (P.L.736, No. 338), known as the Workers’ Compensation Act, 77 P.S. 1 et seq. h. Violation of any federal or state law prohibiting discrimination in employment. i. Debarment by any agency or department of the federal government or by any other state. j. Any other crime involving moral turpitude or business honesty or integrity.

Contractor acknowledges that the Commonwealth may, in its sole discretion, terminate the contract for cause upon such notification or when the Commonwealth otherwise learns that Contractor has been officially notified, charged, or convicted.

11. If this contract was awarded to Contractor on a non-bid basis, Contractor must, (as required by Section 1641 of the Pennsylvania Election Code) file a report of political contributions with the Secretary of the Commonwealth on or before February 15 of the next calendar year. The report must include an itemized list of all political contributions known to Contractor by virtue of the knowledge possessed by every officer, director, associate, partner, limited partner, or individual owner that has been made by: a. Any officer, director, associate, partner, limited partner, individual owner or members of the immediate family when the contributions exceed an aggregate of one thousand dollars ($1,000) by any individual during the preceding year; or b. Any employee or members of his immediate family whose political contribution exceeded one thousand dollars ($1,000) during the preceding year.

12. Contractor shall comply with requirements of the Lobbying Disclosure Act, 65 Pa.C.S. § 13A01 et seq., and the regulations promulgated pursuant to that law. Contractor employee activities prior to or outside of formal Commonwealth procurement communication protocol are considered lobbying and subjects the Contractor employees to the registration and reporting requirements of the law. Actions by outside lobbyists on Contractor’s behalf, no matter the procurement stage, are not exempt and must be reported.

13. When Contractor has reason to believe that any breach of ethical standards as set forth in law, the Governor’s Code of Conduct, or in these provisions has occurred or may occur, including but not limited to contact by a Commonwealth officer or employee which, if acted upon, would violate such ethical standards, Contractor shall immediately notify the Commonwealth contracting officer or Commonwealth Inspector General in writing.

14. Contractor, by submission of its bid or proposal and/or execution of this contract and by the submission of

Page 29 any bills, invoices or requests for payment pursuant to the contract, certifies and represents that it has not violated any of these contractor integrity provisions in connection with the submission of the bid or proposal, during any contract negotiations or during the term of the contract.

15. Contractor shall cooperate with the Office of Inspector General in its investigation of any alleged Commonwealth employee breach of ethical standards and any alleged Contractor non-compliance with these provisions. Contractor agrees to make identified Contractor employees available for interviews at reasonable times and places. Contractor, upon the inquiry or request of the Office of Inspector General, shall provide, or if appropriate, make promptly available for inspection or copying, any information of any type or form deemed relevant by the Inspector General to Contractor's integrity and compliance with these provisions. Such information may include, but shall not be limited to, Contractor's business or financial records, documents or files of any type or form that refers to or concern this contract.

16. For violation of any of these Contractor Integrity Provisions, the Commonwealth may terminate this and any other contract with Contractor, claim liquidated damages in an amount equal to the value of anything received in breach of these provisions, claim damages for all additional costs and expenses incurred in obtaining another contractor to complete performance under this contract, and debar and suspend Contractor from doing business with the Commonwealth. These rights and remedies are cumulative, and the use or non-use of any one shall not preclude the use of all or any other. These rights and remedies are in addition to those the Commonwealth may have under law, statute, regulation, or otherwise.

17. For purposes of these Contractor Integrity Provisions, the following terms shall have the meanings found in this Paragraph. a. “Confidential information” means information that a) is not already in the public domain; b) is not available to the public upon request; c) is not or does not become generally known to Contractor from a third party without an obligation to maintain its confidentiality; d) has not become generally known to the public through a act or omission of Contractor; or e) has not been independently developed by Contractor without the use of confidential information of the Commonwealth. b. “ Consent” means written permission signed by a duly authorized officer or employee of the Commonwealth, provided that where the material facts have been disclosed, in writing, by pre-qualification, bid, proposal, or contractual terms, the Commonwealth shall be deemed to have consented by virtue of execution of this contract. c. “ Contractor” means the individual or entity that has entered into this contract with the Commonwealth, including those directors, officers, partners, managers, and owners having more than a five percent interest in Contractor. d. “Financial interest” means:

(1) Ownership of more than a five percent interest in any business; or

(2) Holding a position as an officer, director, trustee, partner, employee, or holding any position of management. e. “Gratuity” means tendering, giving or providing anything of more than nominal monetary value including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. The exceptions set forth in the Governor’s Code of Conduct, Executive Order 1980-18 , the 4 Pa. Code §7.153(b), shall apply. f. “Immediate family” means a spouse and any unemancipated child. g. “Non-bid basis” means a contract awarded or executed by the Commonwealth with Contractor without seeking bids or proposals from any other potential bidder or offeror. h. “Political contribution” means any payment, gift, subscription, assessment, contract, payment for services, dues, loan, forbearance, advance or deposit of money or any valuable thing, to a candidate for public office or to a political committee, including but not limited to a political action committee, made for the purpose of influencing any election in the Commonwealth of Pennsylvania or for paying debts incurred by or for a candidate or committee before or after any election.

Page 30 V.38 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010)

For the purpose of these provisions, the term contractor is defined as any person, including, but not limited to, a bidder, offeror, loan recipient, grantee or lessor, who has furnished or performed or seeks to furnish or perform, goods, supplies, services, leased space, construction or other activity, under a contract, grant, lease, purchase order or reimbursement agreement with the Commonwealth of Pennsylvania (Commonwealth). The term contractor includes a permittee, licensee, or any agency, political subdivision, instrumentality, public authority, or other public entity in the Commonwealth.

1. The Contractor certifies, in writing, for itself and its subcontractors required to be disclosed or approved by the Commonwealth, that as of the date of its execution of this Bid/Contract, that neither the Contractor, nor any such subcontractors, are under suspension or debarment by the Commonwealth or any governmental entity, instrumentality, or authority and, if the Contractor cannot so certify, then it agrees to submit, along with its Bid/Contract, a written explanation of why such certification cannot be made.

2. The Contractor also certifies, in writing, that as of the date of its execution of this Bid/Contract it has no tax liabilities or other Commonwealth obligations, or has filed a timely administrative or judicial appeal if such liabilities or obligations exist, or is subject to a duly approved deferred payment plan if such liabilities exist.

3. The Contractor's obligations pursuant to these provisions are ongoing from and after the effective date of the Contract through the termination date thereof. Accordingly, the Contractor shall have an obligation to inform the Commonwealth if, at any time during the term of the Contract, it becomes delinquent in the payment of taxes, or other Commonwealth obligations, or if it or, to the best knowledge of the Contractor, any of its subcontractors are suspended or debarred by the Commonwealth, the federal government, or any other state or governmental entity. Such notification shall be made within 15 days of the date of suspension or debarment.

4. The failure of the Contractor to notify the Commonwealth of its suspension or debarment by the Commonwealth, any other state, or the federal government shall constitute an event of default of the Contract with the Commonwealth.

5. The Contractor agrees to reimburse the Commonwealth for the reasonable costs of investigation incurred by the Office of State Inspector General for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the Commonwealth that results in the suspension or debarment of the contractor. Such costs shall include, but shall not be limited to, salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for investigative costs for investigations that do not result in the Contractor's suspension or debarment.

6. The Contractor may obtain a current list of suspended and debarred Commonwealth contractors by either searching the Internet at http://www.dgs.state.pa.us/ or contacting the:

Department of General Services Office of Chief Counsel 603 North Office Building Harrisburg, PA 17125 Telephone No: (717) 783-6472 FAX No: (717) 787-9138

V.39 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006) a. Pursuant to federal regulations promulgated under the authority of The Americans With Disabilities Act, 28 C.F.R. Section 35.101 et seq., the Contractor understands and agrees that it shall not cause any individual with a disability to be excluded from participation in this Contract or from activities provided for under this Contract on the basis of the disability. As a condition of accepting this contract, the Contractor agrees to comply with the "General Prohibitions Against Discrimination," 28 C.F.R. Section 35.130, and all other regulations promulgated under Title II of The Americans With Disabilities Act which are applicable to all benefits, services, programs, and activities provided by the Commonwealth of Pennsylvania through contracts with outside contractors.

Page 31 b. The Contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth of Pennsylvania from all losses, damages, expenses, claims, demands, suits, and actions brought by any party against the Commonwealth of Pennsylvania as a result of the Contractor's failure to comply with the provisions of Subparagraph a. above.

V.40 CONTRACT-031.1 Hazardous Substances (Oct 2013)

The Contractor shall provide information to the Commonwealth about the identity and hazards of hazardous substances supplied or used by the Contractor in the performance of the Contract. The Contractor must comply with Act 159 of October 5, 1984, known as the "Worker and Community Right to Know Act" (the "Act") and the regulations promulgated pursuant thereto at 4 Pa. Code Section 301.1 et seq. a. Labeling. The Contractor shall ensure that each individual product (as well as the carton, container or package in which the product is shipped) of any of the following substances (as defined by the Act and the regulations) supplied by the Contractor is clearly labeled, tagged or marked with the information listed in Subparagraphs (1) through (4):

1) Hazardous substances: a) The chemical name or common name, b) A hazard warning, and c) The name, address, and telephone number of the manufacturer.

2) Hazardous mixtures: a) The common name, but if none exists, then the trade name, b) The chemical or common name of special hazardous substances comprising .01% or more of the mixture, c) The chemical or common name of hazardous substances consisting 1.0% or more of the mixture, d) A hazard warning, and e) The name, address, and telephone number of the manufacturer.

3) Single chemicals: a) The chemical name or the common name, b) A hazard warning, if appropriate, and c) The name, address, and telephone number of the manufacturer.

4) Chemical Mixtures: a) The common name, but if none exists, then the trade name, b) A hazard warning, if appropriate, c) The name, address, and telephone number of the manufacturer, and d) The chemical name or common name of either the top five substances by volume or those substances consisting of 5.0% or more of the mixture. A common name or trade name may be used only if the use of the name more easily or readily identifies the true nature of the hazardous substance, hazardous mixture, single chemical, or mixture involved.

Page 32 Container labels shall provide a warning as to the specific nature of the hazard arising from the substance in the container.

The hazard warning shall be given in conformity with one of the nationally recognized and accepted systems of providing warnings, and hazard warnings shall be consistent with one or more of the recognized systems throughout the workplace. Examples are:

· NFPA 704, Identification of the Fire Hazards of Materials. · National Paint and Coatings Association: Hazardous Materials Identification System. · American Society for Testing and Materials, Safety Alert Pictorial Chart. · American National Standard Institute, Inc., for the Precautionary Labeling of Hazardous Industrial Chemicals.

Labels must be legible and prominently affixed to and displayed on the product and the carton, container, or package so that employees can easily identify the substance or mixture present therein. b. Material Safety Data Sheet. The contractor shall provide Material Safety Data Sheets (MSDS) with the information required by the Act and the regulations for each hazardous substance or hazardous mixture. The Commonwealth must be provided an appropriate MSDS with the initial shipment and with the first shipment after an MSDS is updated or product changed. For any other chemical, the contractor shall provide an appropriate MSDS, if the manufacturer, importer, or supplier produces or possesses the MSDS. The contractor shall also notify the Commonwealth when a substance or mixture is subject to the provisions of the Act. Material Safety Data Sheets may be attached to the carton, container, or package mailed to the Commonwealth at the time of shipment. V.41 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006)

The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the Commonwealth shall have the right to terminate the Contract without liability or in its discretion to deduct from the Contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.

V.42 CONTRACT-033.1 Applicable Law (Oct 2006)

This Contract shall be governed by and interpreted and enforced in accordance with the laws of the Commonwealth of Pennsylvania (without regard to any conflict of laws provisions) and the decisions of the Pennsylvania courts. The Contractor consents to the jurisdiction of any court of the Commonwealth of Pennsylvania and any federal courts in Pennsylvania, waiving any claim or defense that such forum is not convenient or proper. The Contractor agrees that any such court shall have in personam jurisdiction over it, and consents to service of process in any manner authorized by Pennsylvania law.

V.43 CONTRACT- 034.1b Integration (Nov 30 2006)

This Contract, including the Invitation for Bids, the Contractor's bid, all referenced documents, and any Purchase Order constitutes the entire agreement between the parties. No agent, representative, employee or officer of either the Commonwealth or the Contractor has authority to make, or has made, any statement, agreement or representation, oral or written, in connection with the Contract, which in any way can be deemed to modify, add to or detract from, or otherwise change or alter its terms and conditions. No negotiations between the parties, nor any custom or usage, shall be permitted to modify or contradict any of the terms and conditions of the Contract. No modifications, alterations, changes, or waiver to the Contract or any of its terms shall be valid or binding unless accomplished by a written amendment signed by both parties.

V.44 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006)

In the event there is a conflict among the documents comprising this Contract, the Commonwealth and the Contractor agree on the following order of precedence: the Contract; the IFB; and the Contractor's Bid in Response

Page 33 to the IFB.

V.45 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011)

The terms and conditions of this Contract shall be the exclusive terms of agreement between the Contractor and the Commonwealth. All quotations requested and received from the Contractor are for obtaining firm pricing only. Other terms and conditions or additional terms and conditions included or referenced in the Contractor's quotations, invoices, business forms, or other documentation shall not become part of the parties' agreement and shall be disregarded by the parties, unenforceable by the Contractor and not binding on the Commonwealth.

V.46 CONTRACT-035.1a Changes (Oct 2006)

The Commonwealth reserves the right to make changes at any time during the term of the Contract or any renewals or extensions thereof: 1) to increase or decrease the quantities resulting from variations between any estimated quantities in the Contract and actual quantities; 2) to make changes to the services within the scope of the Contract; 3) to notify the Contractor that the Commonwealth is exercising any Contract renewal or extension option; or 4) to modify the time of performance that does not alter the scope of the Contract to extend the completion date beyond the Expiration Date of the Contract or any renewals or extensions thereof. Any such change shall be made by the Contracting Officer by notifying the Contractor in writing. The change shall be effective as of the date of the change, unless the notification of change specifies a later effective date. Such increases, decreases, changes, or modifications will not invalidate the Contract, nor, if performance security is being furnished in conjunction with the Contract, release the security obligation. The Contractor agrees to provide the service in accordance with the change order. Any dispute by the Contractor in regard to the performance required by any notification of change shall be handled through Contract Controversies Provision.

V.47 CONTRACT-037.1a Confidentiality (Oct 2013)

(a) The Contractor agrees to protect the confidentiality of the Commonwealth’s confidential information. The Commonwealth agrees to protect the confidentiality of Contractor’s confidential information. In order for information to be deemed confidential, the party claiming confidentiality must designate the information as “confidential” in such a way as to give notice to the other party (notice may be communicated by describing the information, and the specifications around its use or disclosure, in the SOW). Neither party may assert that information owned by the other party is such party’s confidential information. The parties agree that such confidential information shall not be copied, in whole or in part, or used or disclosed except when essential for authorized activities under this Contract and, in the case of disclosure, where the recipient of the confidential information has agreed to be bound by confidentiality requirements no less restrictive than those set forth herein. Each copy of such confidential information shall be marked by the party making the copy with any notices appearing in the original. Upon termination or cancellation of this Contract or any license granted hereunder, the receiving party will return to the disclosing party all copies of the confidential information in the receiving party’s possession, other than one copy, which may be maintained for archival purposes only, and which will remain subject to this Contract’s security, privacy, data retention/destruction and confidentiality provisions (all of which shall survive the expiration of this Contract). Both parties agree that a material breach of these requirements may, after failure to cure within the time frame specified in this Contract, and at the discretion of the non-breaching party, result in termination for default pursuant to the DEFAULT provision of this Contract, in addition to other remedies available to the non-breaching party.

(b) Insofar as information is not otherwise protected by law or regulation, the obligations stated in this Section do not apply to information:

(1) already known to the recipient at the time of disclosure other than through the contractual relationship;

(2) independently generated by the recipient and not derived by the information supplied by the disclosing party.

(3) known or available to the public , except where such knowledge or availability is the result of unauthorized

Page 34 disclosure by the recipient of the proprietary information;

(4) disclosed to the recipient without a similar restriction by a third party who has the right to make such disclosure; or

(5) required to be disclosed by law , regulation, court order, or other legal process.

There shall be no restriction with respect to the use or disclosure of any ideas, concepts, know-how, or data processing techniques developed alone or jointly with the Commonwealth in connection with services provided to the Commonwealth under this Contract.

(c) The Contractor shall use the following process when submitting information to the Commonwealth it believes to be confidential and/or proprietary information or trade secrets:

(1) Prepare an un-redacted version of the appropriate document, and

(2) Prepare a redacted version of the document that redacts the information that is asserted to be confidential or proprietary information or a trade secret, and

(3) Prepare a signed written statement that states:

(i) the attached document contains confidential or proprietary information or trade secrets;

(ii) the Contractor is submitting the document in both redacted and un-redacted format in accordance with 65 P.S. § 67.707(b); and

(iii) the Contractor is requesting that the document be considered exempt under 65 P.S. § 67.708(b)(11) from public records requests.

(4) Submit the two documents along with the signed written statement to the Commonwealth.

V.48 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006)

If, prior to the delivery of the awarded item(s) by the Contractor, a price reduction is announced by the original equipment manufacturer, a comparative price reduction will be given to the Commonwealth by the Contractor.

V.49 CONTRACT-051.1 Notice (Dec 2006)

Any written notice to any party under this Contract shall be deemed sufficient if delivered personally, or by facsimile, telecopy, electronic or digital transmission (provided such delivery is confirmed), or by a recognized overnight courier service (e.g., DHL, Federal Express, etc.) with confirmed receipt, or by certified or registered United States mail, postage prepaid, return receipt requested, and sent to following:

a. If to the Contractor: the Contractor's address as recorded in the Commonwealth's Supplier Registration system.

b. If to the Commonwealth: the address of the Issuing Office as set forth on the Contract.

V.50 CONTRACT-052.1 Right to Know Law (Feb 2010) a. The Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, (“RTKL”) applies to this Contract. For the purpose of these provisions, the term “the Commonwealth” shall refer to the contracting Commonwealth agency. b. If the Commonwealth needs the Contractor’s assistance in any matter arising out of the RTKL related to this Contract, it shall notify the Contractor using the legal contact information provided in this Contract. The Contractor, at any time, may designate a different contact for such purpose upon reasonable prior written notice to the

Page 35 Commonwealth. c. Upon written notification from the Commonwealth that it requires the Contractor’s assistance in responding to a request under the RTKL for information related to this Contract that may be in the Contractor’s possession, constituting, or alleged to constitute, a public record in accordance with the RTKL (“Requested Information”), the Contractor shall: 1. Provide the Commonwealth, within ten (10) calendar days after receipt of written notification, access to, and copies of, any document or information in the Contractor’s possession arising out of this Contract that the Commonwealth reasonably believes is Requested Information and may be a public record under the RTKL; and 2. Provide such other assistance as the Commonwealth may reasonably request, in order to comply with the RTKL with respect to this Contract. d. If the Contractor considers the Requested Information to include a request for a Trade Secret or Confidential Proprietary Information, as those terms are defined by the RTKL, or other information that the Contractor considers exempt from production under the RTKL, the Contractor must notify the Commonwealth and provide, within seven (7) calendar days of receiving the written notification, a written statement signed by a representative of the Contractor explaining why the requested material is exempt from public disclosure under the RTKL. e. The Commonwealth will rely upon the written statement from the Contractor in denying a RTKL request for the Requested Information unless the Commonwealth determines that the Requested Information is clearly not protected from disclosure under the RTKL. Should the Commonwealth determine that the Requested Information is clearly not exempt from disclosure, the Contractor shall provide the Requested Information within five (5) business days of receipt of written notification of the Commonwealth’s determination. f. If the Contractor fails to provide the Requested Information within the time period required by these provisions, the Contractor shall indemnify and hold the Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth. g. The Commonwealth will reimburse the Contractor for any costs associated with complying with these provisions only to the extent allowed under the fee schedule established by the Office of Open Records or as otherwise provided by the RTKL if the fee schedule is inapplicable. h. The Contractor may file a legal challenge to any Commonwealth decision to release a record to the public with the Office of Open Records, or in the Pennsylvania Courts, however, the Contractor shall indemnify the Commonwealth for any legal expenses incurred by the Commonwealth as a result of such a challenge and shall hold the Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth, regardless of the outcome of such legal challenge. As between the parties, the Contractor agrees to waive all rights or remedies that may be available to it as a result of the Commonwealth’s disclosure of Requested Information pursuant to the RTKL. i. The Contractor’s duties relating to the RTKL are continuing duties that survive the expiration of this Contract and shall continue as long as the Contractor has Requested Information in its possession.

Page 36 IFB 6100033343 Supplement #1 Law Enforcement Tactical Weapons, Equipment and Su Attachment A, Bid Sheet Tab 1, Bidder Information

Company Name: MARKL SUPPLY COMPANY, INC. Point of Contact:

Company Address: 904 PERRY HIGHWAY, PITTSBURGH, PA 15229-1169

E-mail Address: [email protected] Phone Number:

SAP Vendor Fax Number: 412-358-8552 Number: upplies

LEE MARKL, SR.

412-358-9660, X204

151767 IFB 6100033343 Supplement #1 Law Enforcement Tactical Weapons, Equipment and Supplies Attachment A, Bid Sheet Tab 2 - Categories and Discounts INSTRUCTIONS:

1. Bidders can be a Manufacturer/OEM or an authorized dealer or representative.

2. Type your Company Name and SAP Vendor Number in the spaces provided. 3. Enter the discount from manufacturers current pulished price list in the product category columns for the Manufacturers products you intend to provide. Bidders may offer one or varied discounts acros the categories for a manufacturers line, but my only offer one discount per category within that manufactuers line. The discount must contain a numeridc figure not to exceed two (2) decimal places i.e. 28.75% 4. This form must be completed and returned with your bid. Failure to complete and return this form will result in rejection of the bid.

MARKL SUPPLY COMPANY, INC. 151767 COMPANY NAME: SAP VENDOR NUMBER:

Oleoresin Capsicum Chemical Weapons Electroshock (OC) Helmets, Munitions, Duty Belts, Cases, NAME OF Weapons Products, Tactical Binoculars, Shields (Non Restraints Body and Deployment Holsters, Scopes, Sights Bipods, MANUFACTURER/OEM & Deployment Lights Rangefinders Ballistic) Gas Vehicle Cams Equipment & Pouches Shooting Accessories Equipment Masks, Batons Accessories Sticks, Slings & Accessories Taser

Karbon Arms

SABRE

Deftech

Combined Tactical Systems

Surefire

Steamlight

Trijicon

EOTech

Red Dot

Leupold

Steiner

Nikon

Monadnock

Peltor

MSA

FNH

Pelican

DLS Weapons Storage IFB 6100033343 Supplement #1 Law Enforcement Tactical Weapons, Equipment and Supplies Attachment A, Bid Sheet Tab 2 - Categories and Discounts INSTRUCTIONS:

1. Bidders can be a Manufacturer/OEM or an authorized dealer or representative.

2. Type your Company Name and SAP Vendor Number in the spaces provided. 3. Enter the discount from manufacturers current pulished price list in the product category columns for the Manufacturers products you intend to provide. Bidders may offer one or varied discounts acros the categories for a manufacturers line, but my only offer one discount per category within that manufactuers line. The discount must contain a numeridc figure not to exceed two (2) decimal places i.e. 28.75% 4. This form must be completed and returned with your bid. Failure to complete and return this form will result in rejection of the bid.

MARKL SUPPLY COMPANY, INC. 151767 COMPANY NAME: SAP VENDOR NUMBER:

Oleoresin Capsicum Chemical Weapons Electroshock (OC) Helmets, Munitions, Duty Belts, Cases, NAME OF Weapons Products, Tactical Binoculars, Shields (Non Restraints Body and Deployment Holsters, Scopes, Sights Bipods, MANUFACTURER/OEM & Deployment Lights Rangefinders Ballistic) Gas Vehicle Cams Equipment & Pouches Shooting Accessories Equipment Masks, Batons Accessories Sticks, Slings & Accessories Blackhawk

Safariland

Harris Bipods

Avon

Gould & Goodrich

ASP

Hatch

Aimpoint

Condor

Eagle Industries

Tactical Tailor RIPP Restraints International, Inc

Jersey Tactical

Peerless

Jaycor IFB 6100033343 Supplement #1 Law Enforcement Tactical Weapons, Equipment and Supplies Attachment A, Bid Sheet Tab 3 - Manfufacturers' Published Price Lists INSTRUCTIONS:

1. Identify, by name and date, the current Manufacturer’s published price list for which your bid discounts are to be applied.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

COMPANY NAME: SAP VENDOR NUMBER:

NAME OF NAME AND DATE OF MANUFACTURERS' CURRENT PUBLISHED PRICE LIST(S) MANUFACTURER/OEM

Taser

Karbon Arms

SABRE

Deftech

Combined Tactical Systems

Surefire

Steamlight

Trijicon

EOTech

Red Dot

Leupold

Steiner

Nikon

Monadnock

Peltor

MSA IFB 6100033343 Supplement #1 Law Enforcement Tactical Weapons, Equipment and Supplies Attachment A, Bid Sheet Tab 3 - Manfufacturers' Published Price Lists INSTRUCTIONS:

1. Identify, by name and date, the current Manufacturer’s published price list for which your bid discounts are to be applied.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

COMPANY NAME: SAP VENDOR NUMBER:

NAME OF NAME AND DATE OF MANUFACTURERS' CURRENT PUBLISHED PRICE LIST(S) MANUFACTURER/OEM

FNH

Pelican

DLS Weapons Storage

Blackhawk

Safariland

Harris Bipods

Avon

Gould & Goodrich

ASP

Hatch

Aimpoint

Condor

Eagle Industries

Tactical Tailor RIPP Restraints International, Inc

Jersey Tactical IFB 6100033343 Supplement #1 Law Enforcement Tactical Weapons, Equipment and Supplies Attachment A, Bid Sheet Tab 3 - Manfufacturers' Published Price Lists INSTRUCTIONS:

1. Identify, by name and date, the current Manufacturer’s published price list for which your bid discounts are to be applied.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

COMPANY NAME: SAP VENDOR NUMBER:

NAME OF NAME AND DATE OF MANUFACTURERS' CURRENT PUBLISHED PRICE LIST(S) MANUFACTURER/OEM

Peerless

Jaycor

Bushnell

ISPRA

Nova

S4W

Klear Kapture KLEAR KAPTURE PRICE LIST, 04/20/15

VieVu 10-8 Digital Video Evidence Solutions

Digital Ally

PRO-VISION

WatchGuard Video

Selex-ES COSTARS PROGRAM ELECTION TO PARTICIPATE

If awarded a Contract, our firm agrees to sell the awarded items/services at the same prices and/or discounts, and in accordance with the contractual terms and conditions, to registered COSTARS Members who elect to participate in the contract. Our firm also agrees to pay the applicable Administrative Fee ($1500 or $500 for a Department of General Services Certified Small Business) at the beginning of each contract year and upon each contract renewal date.

If you are a Department of General Services Certified Small Business, you must submit a copy of your active certification with your bid response.

______MARKL SUPPLY COMPANY, INC. Corporate or Legal Entity Name

______04/20/15 Signature/Date

______Lee R. Markl, Sr./President Printed Name/Title

LOBBYING CERTIFICATION FORM

Certification for Contracts, Grants, Loans, and Cooperative Agreements

The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure of Lobbying Activities, which can be found at:

http://www.whitehouse.gov/sites/default/files/omb/assets/omb/grants/sflllin.pdf

(3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed under Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for such failure.

SIGNATURE:

President 04/20/15 TITLE: ______DATE: ______

BOP-1307 Revised 11/7/2013

Department of General Services GSPUR-89 Rev. 11/01/12

RECIPROCAL LIMITATIONS ACT REQUIREMENTS

Please Complete Applicable Portion of Pages 3 & 4 and Return with Bid.

NOTE: These Requirements Do Not Apply To Bids Under $10,000.00

I. REQUIREMENTS

A. The Reciprocal Limitations Act requires the Commonwealth to give preference to those bidders offering supplies produced, manufactured, mined or grown in Pennsylvania as against those bidders offering supplies produced, manufactured, mined or grown in any state that gives or requires a preference to supplies produced, manufactured, mined or grown in that state. The amount of the preference shall be equal to the amount of the preference applied by the other state for that particular supply.

The following is a list of states which have been found by the Department of General Services to have applied a preference for in- state supplies and the amount of the preference:

STATE PREFERENCE

1. Alaska 7% (applies only to timber, lumber, and manufactured lumber products originating in the state) 2. Arizona 5% (construction materials produced or manufactured in the state only) 3. Hawaii 10% 4. Illinois 10% for coal only 5. Iowa 5% for coal only 6. Louisiana 4% meat and meat products 4% catfish 10% milk & dairy products 10% steel rolled in Louisiana 7% all other products 7. Montana 5% for residents * 3% for non-residents* *offering in-state goods, supplies, equipment and materials 8. New Mexico 5% 9. New York 3% for purchase of food only 10. Oklahoma 5% 11. Virginia 4% for coal only 12. Washington 5% (fuels mined or produced in the state only) 13. Wyoming 5%

B. The Reciprocal Limitations Act requires the Commonwealth to give preference to those bidders offering printing performed in Pennsylvania as against those bidders offering printing performed in any state that gives or requires a preference to printing performed in that state. The amount of the preference shall be equal to the amount of the preference applied by the other state for that particular category of printing.

The following is a list of states which have been found by the Department of General Services to have applied a preference for in- state printing and the amount of the preference:

STATE PREFERENCE

1. Hawaii 15% 2. Idaho 10% 3. Louisiana 3% 4. Montana 8% 5. New Mexico 5% 6. Wyoming 10%

C. The Reciprocal Limitations Act, also requires the Commonwealth to give resident bidders a preference against a nonresident bidder from any state that gives or requires a preference to bidders from that state or exclude bidders from states that exclude nonresident bidders. The amount of the preference shall be equal to the amount of the preference applied by the state of the nonresident bidder. The following is a list of the states which have been found by the Department of General Services to have applied a preference for in-state bidders and the amount of the preference:

STATE PREFERENCE

1. Alaska 5%(supplies only) 2. Arizona 5%(construction materials from Arizona resident dealers only) 3. California 5%(for supply contracts only in excess of $100,000.00)

Department of General Services GSPUR-89 Rev. 11/01/12

Page 1 of 4

4. Connecticut 10%(for supplies only) 5. Montana 3% 6. New Mexico 5%(for supplies only) 7. South Carolina 2%(under $2,500,000.00) 1%(over $2,500,000.00) This preference does not apply to construction contracts nor where the price of a single unit exceeds $10,000. 8. West Virginia 2.5%(for the construction, repair or improvement of any buildings 9. Wyoming 5%

STATE PROHIBITION

1. New Jersey For supply procurements or construction projects restricted to Department of General Services Certified Small Businesses, New Jersey bidders shall be excluded from award even if they themselves are Department of General Services Certified Small Businesses.

D. The Reciprocal Limitations Act also requires the Commonwealth not to specify, use or purchase supplies which are produced, manufactured, mined or grown in any state that prohibits the specification for, use, or purchase of such items in or on its public buildings or other works, when such items are not produced, manufactured, mined or grown in such state. The following is a list of the states which have been found by the Department of General Services to have prohibited the use of out-of-state supplies:

STATE PROHIBITION

1. Alabama Only for printing and binding involving ”messages of the Governor to the Legislature“, all bills, documents and reports ordered by and for the use of the Legislature or either house thereof while in session; all blanks, circulars, notices and forms used in the office of or ordered by the Governor, or by any state official, board, commission, bureau or department, or by the clerks of the supreme court . . ./and other appellate courts/; and all blanks and forms ordered by and for the use of the Senate and Clerk or the House of Representatives, and binding the original records and opinions of the Supreme Court . . . /and other appellate courts/ 2. Georgia Forest products only 3. Indiana Coal 4. Michigan Printing 5. New Mexico Construction 6. Ohio Only for House and Senate bills, general and local laws, and joint resolutions; the journals and bulletins of the Senate and house of Representatives and reports, communications, and other documents which form part of the journals; reports, communications, and other documents ordered by the General Assembly, or either House, or by the executive department or elective state officers; blanks, circulars, and other work for the use of the executive departments, and elective state officers; and opinions of the Attorney General. 7. Rhode Island Only for food for state institutions.

*If the bid discloses that the bidder is offering to supply one of the above-listed products that is manufactured, mined, or grown in the listed state, it shall be rejected. Contractors are prohibited from supplying these items from these states.

II. CALCULATION OF PREFERENCE

In calculating the preference, the amount of a bid submitted by a Pennsylvania bidder shall be reduced by the percentage preference which would be given to a nonresident bidder by its state of residency (as found by the Department of General Services in Paragraph C above). Similarly, the amount of a bid offering Pennsylvania goods, supplies, equipment or materials shall be reduced by the percentage preference which would be given to another bidder by the state where the goods, supplies, equipment or materials are produced, manufactured, mined or grown (as found by the Department of General Services in Paragraphs A and B above).

Page 2 of 4

Department of General Services GSPUR-89 Rev. 11/01/12

THIS FORM MUST BE COMPLETED AND RETURNED WITH THE BID

III. STATE OF MANUFACTURE

All bidders must complete the following chart by listing the name of the manufacturer and the state (or foreign country) of manufacture for each item. If the item is domestically produced, the bidder must indicate the state in the United States where the item will be manufactured. This chart must be completed and submitted with the bid or no later than two (2) business days after notification from the Issuing Office to furnish the information. Failure to complete this chart and provide the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid.

STATE (OR FOREIGNCOUNTRY) ITEM NUMBER NAME OF MANUFACTURER OF MANUFACTURE 50 Klear Kapture NC

IV. BIDDER’S RESIDENCY

A. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the address given on the first page of this invitation to bid shall be used by the Commonwealth. If that address is incorrect, or if no address is given, the correct address should be provided in the space below:

Correct Address: MARKL SUPPLY COMPANY, INC.

904 PERRY HIGHWAY

PITTSBURGH, PA 15229-1169

Page 3 of 4

Department of General Services GSPUR-89 Rev. 11/01/12

B. In order to claim the preference provided under Section I.B., Pennsylvania resident bidders must complete the following or have such information on file with the Issuing Office:

1. Address of bidder’s bona fide establishment in Pennsylvania at which it was transacting business on the date when bids for this contract/requisition were first solicited:

2. a. If the bidders is a corporation:

(1) The corporation x is or is not incorporated under the laws of the Commonwealth of Pennsylvania. (a) If the bidder is incorporated under the laws of the Commonwealth of Pennsylvania, provide date of incorporation: 1989

(b) If the bidder is not incorporated under the laws of the Commonwealth of Pennsylvania, it must have a certificate of authority to do business in the Commonwealth of Pennsylvania from the Pennsylvania Department of State as required by the Pennsylvania Business Corporation Law (15 P.S. §2001). Provide date of issuance of certificate of authority:

(2) The corporation X is or is not conducting business in Pennsylvania under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, it must register the fictitious name with the Secretary of the Commonwealth and the office of the prothonotary of the county wherein the registered office of such corporation is located as required by the Fictitious Corporate Name Act, as amended 15 P.S. §51 et seq. Corporate bidders conducting business under an assumed or fictitious name must provide date of registry of the assumed or fictitious name: 1985

b. If the bidder is a partnership:

(1) The partnership is or is not conducting business in Pennsylvania under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, it must file with the Secretary of the Commonwealth and the office of the prothonotary the county wherein the principal place of business is located as required by the Fictitious Name Act of May 24, 1945, P.L. 967, as amended 54 P.S. §28.1. Partnerships conducting business under an assumed or fictitious name must provide the date of filing of the assumed or fictitious name with the Secretary of the Commonwealth:

(2) The partnership is or is not a limited partnership formed under the laws of any jurisdiction other than the Commonwealth of Pennsylvania. If the bidder is an Out-of-state limited partnership, it must register with the Pennsylvania Department of State as required by the Act of July 10, 1981, P.L. 237, as amended, 59 Pa. C.S.A. §503. Out-of-state limited partnerships must provide the date of registry with the Pennsylvania Department of State:

c. If the bidder is an individual:

He or she is or is not conducting business under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, he or she must file with the Secretary of the Commonwealth and the office of the prothonotary in the county wherein the principal place of business is located as required by the Fictitious Name Act of May 24, 1945, P.L. 967, as amended, 54 P.S. §28.1. Individuals conducting business under an assumed or fictitious name must provide the date of filing of the assumed or fictitious name with the Secretary of the Commonwealth:

Page 4 of 4

Page 1 of 1 FULLY EXECUTED Contract Number: 4400013172 Contract Effective Date: 05/07/2014 Valid From: 05/01/2014 To: 04/30/2016 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Purchasing Agent Name: Henry Jeffrey Your SAP Vendor Number with us: 151767 Phone: 717-346-3847 Fax: 717-783-6241 Supplier Name/Address: MARKL SUPPLY COMPANY 904 PERRY HWY PITTSBURGH PA 15229-1169 US Please Deliver To:

To be determined at the time of the Purchase Order unless specified below. Supplier Phone Number: 4123589660 Supplier Fax Number: 4123588552 Contract Name: Payment Terms Less Lethal & Duty Gear-Markl Supply NET 30

Solicitation No.: 6100027247 Issuance Date: 01/17/2014

Supplier Bid or Proposal No. (if applicable): 6500073542 Solicitation Submission Date: 02/11/2014 This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference.

Item Material/Service Qty UOM Price Per Total Desc Unit 1 Less Lethal and Duty Gear 0.000 0.00 1 0.00 ------General Requirements for all Items: Header Text The Department of General Services is issuing this Contract to procure Less Lethal and Duty Gear for the Commonwealth's using Agencies. See Specification Attachment for complete secifications. Supplier should review the Standard Terms and Conditions. Questions may be forwarded to Jeff Henry at [email protected] or 717-346-3847. No further information for this Contract

Information:

Supplier's Signature ______Title ______

Printed Name ______Date ______

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005. Table of Contents SAP PART I - GENERAL INFORMATION...... 3 I.1 IFB-001.1 Purpose (Oct 2006) ...... 3 I.2 IFB-005.1 Type of Contract (Oct. 2006)...... 3 I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006) ...... 3 I.4 IFB-009.1 Questions (February 2012)...... 3 I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)...... 3 I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011)...... 3 I.7 IFB-024.1 Bid Protest Procedure (Oct 2006) ...... 4 I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)...... 5 I.9 IFB-027.1 COSTARS Program (Oct 2013) ...... 5 I.10 IFB-029.1 Prices (Dec 6 2006)...... 8 I.11 IFB-030.1 Approved Equal (Nov 2006)...... 8 I.12 IFB-031.1 Alternates (Oct 2013)...... 9 I.13 IFB-032.1 New Equipment (Nov 2006)...... 9 I.14 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006) ...... 9 I.15 I-IFB-034.1 Rejection of Bids (Nov 2006) ...... 10 I.16 Submission-001.1 Representations and Authorizations (Oct 2013)...... 10 PART II - REQUIREMENTS ...... 12 II.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)...... 12 II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006)...... 12 II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006) ...... 12 II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007)...... 12 PART III - SELECTION CRITERIA...... 13 III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006) ...... 13 III.2 III-IFB-006.1f Method of Award - All Bidders (April 2011)...... 13 III.3 III-IFB-007.1 Awards (May 2011) ...... 13 III.4 III-IFB-008.1 Tie Bids (Nov 2006) ...... 13 III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006) ...... 13 III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006)...... 13 III.7 III-IFB-014.1 Rebates (Nov 2006) ...... 13 PART IV - WORK STATEMENT...... 15 IV.1 IFB-001.1a Specifications (Nov 2006)...... 15 PART V - CONTRACT TERMS and CONDITIONS...... 16 V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006)...... 16 V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012) ...... 16 V.3 CONTRACT-002.2a Renewal of Contract Term (Nov 30 2006)...... 16 V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006) ...... 16 V.5 CONTRACT-003.1a Signatures – Contract (Oct 2013)...... 16 V.6 CONTRACT-004.1a Definitions (Oct 2013)...... 17 V.7 CONTRACT-005.1a Purchase Orders (Oct 2013) ...... 17 V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)...... 18 V.9 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)...... 18 V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)...... 18 V.11 CONTRACT-007.3 Prior Notice (Oct 2006)...... 18 V.12 CONTRACT-008.1a Warranty. (Oct 2006) ...... 19 V.13 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2013)...... 19 V.14 CONTRACT-009.1d Ownership Rights (Oct 2006) ...... 19 V.15 CONTRACT-010.1a Acceptance (Oct 2006)...... 20 V.16 CONTRACT-010.2 Product Conformance (March 2012) ...... 20 V.17 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012) ...... 20 V.18 CONTRACT-011.1a Compliance With Law (Oct 2006) ...... 20 V.19 CONTRACT-013.1 Environmental Provisions (Oct 2006)...... 20 V.20 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2013) ...... 21 V.21 CONTRACT-014.3 Recycled Content Enforcement (February 2012) ...... 21 V.22 CONTRACT-015.1 Compensation (Oct 2006) ...... 21 V.23 CONTRACT-015.2 Billing Requirements (February 2012) ...... 21

Page 1 V.24 CONTRACT-016.1 Payment (Oct 2006) ...... 22 V.25 CONTRACT-016.2 ACH Payments (Aug 2007) ...... 22 V.26 CONTRACT-017.1 Taxes (Dec 5 2006) ...... 22 V.27 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006) ...... 22 V.28 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)...... 23 V.29 CONTRACT-020.1 Audit Provisions (Oct 2006) ...... 23 V.30 CONTRACT-021.1 Default (Oct 2013) ...... 23 V.31 CONTRACT-022.1 Force Majeure (Oct 2006)...... 24 V.32 CONTRACT-023.1a Termination Provisions (Oct 2013)...... 25 V.33 CONTRACT-024.1 Contract Controversies (Oct 2011) ...... 25 V.34 CONTRACT-025.1 Assignability and Subcontracting (Oct 2013)...... 26 V.35 CONTRACT-026.1 Other Contractors (Oct 2006)...... 26 V.36 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)...... 26 V.37 CONTRACT-028.1 Contractor Integrity Provisions (Oct 2013)...... 27 V.38 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010) ...... 31 V.39 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006)...... 31 V.40 CONTRACT-031.1 Hazardous Substances (Oct 2013) ...... 32 V.41 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006) ...... 33 V.42 CONTRACT-033.1 Applicable Law (Oct 2006)...... 33 V.43 CONTRACT- 034.1b Integration (Nov 30 2006)...... 33 V.44 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006) ...... 33 V.45 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011) ...... 34 V.46 CONTRACT-035.1a Changes (Oct 2006)...... 34 V.47 CONTRACT-037.1a Confidentiality (Oct 2013) ...... 34 V.48 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006)...... 35 V.49 CONTRACT-051.1 Notice (Dec 2006)...... 35 V.50 CONTRACT-052.1 Right to Know Law (Feb 2010) ...... 35

Page 2 PART I - GENERAL INFORMATION PART I - GENERAL INFORMATION I.1 IFB-001.1 Purpose (Oct 2006)

The Commonwealth of Pennsylvania (Commonwealth) is issuing this Invitation for Bids (IFB) to meet the needs of DGS to satisfy a need for Less Lethal & Duty Gear, Equipment & Supplies.

I.2 IFB-005.1 Type of Contract (Oct. 2006)

If the Issuing Office enters into a contract as a result of this IFB, it will be a Established Price Contract contract containing the Contract Terms and Conditions as shown in Part V of this IFB.

I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006)

There will be no pre-bid conference for this IFB. If there are any questions, please forward them to the Issuing Office prior to the bid opening date and time.

I.4 IFB-009.1 Questions (February 2012)

All questions regarding the IFB must be submitted in writing to the email address of the Issuing Officer provided in the solicitation. While there is no set timeline for the submittal of questions, questions received within 48 hours prior to the bid due date and time will be answered at the discretion of the Commonwealth. All questions received will be answered, in writing, and such responses shall be posted to eMarketplace as an addendum to the IFB. The Issuing Officer shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the IFB or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation.

I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)

If the Issuing Office deems it necessary to revise any part of this IFB before the bid response date, the Issuing Office will post an addendum to its website at WWW.DGS.STATE.PA.US it is the Bidder's responsibility to periodically check the website for any new information or addenda to the IFB.

I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011)

a. Bids are requested for the item(s) described in the Invitation For Bids and all the documents referenced in the form (collectively called the IFB). Bidders must submit their bids through the Commonwealth's electronic system (SRM).

b. It is the responsibility of each bidder to ensure that its Bid is received through the electronic system prior to the date and time set for the opening of bids ("Bid Opening Time"). No Bid shall be considered if it arrives after the Bid Opening Time, regardless of reason for the late arrival.

Bids that are timely received prior to the Bid Opening Time shall be opened publicly in the presence of one or more witnesses at the time and place designated in this IFB for the Bid opening.

c. Bids must be firm. If a Bid is submitted with conditions or exceptions or not in conformance with the terms

Page 3 and conditions referenced in the IFB Form, it shall be rejected. The Bid shall also be rejected if the items offered by the Bidder are not in conformance with the specifications as determined by the Commonwealth.

d. The Bidder, intending to be legally bound hereby, offers and agrees, if this Bid is accepted, to provide the awarded items at the price(s) set forth in this Bid at the time(s) and place(s) specified.

I.7 IFB-024.1 Bid Protest Procedure (Oct 2006) a. Who May File the Protest. Any Bidder or prospective bidder who is aggrieved in connection with the IFB or award of the contract solicitation or award of a contract may file a protest. Protests relating to cancellation of invitations for bids and protests relating to the rejection of all bids are not permitted. A Bidder is a person that submits a bid in response to the IFB. A prospective bidder is a person that has not submitted a bid in response to the IFB. b. Time for Filing.

1) If a protest is submitted by a prospective bidder, the protest must be filed before bid opening time or proposal receipt date.

2) If a protest is filed by a Bidder, the protest must be filed within seven days after the protesting Bidder knew or should have known of the facts giving rise to the protest EXCEPT THAT IN NO EVENT MAY A PROTEST BE FILED LATER THAN SEVEN (7) DAYS AFTER THE DATE THE CONTRACT OR PURCHASE ORDER WAS AWARDED. Date of filing is the date of receipt of protest.

3) Untimely filed protests shall be disregarded. c. Form of Protest.

1) A protest must be in writing and filed with the agency head (or designee) of the purchasing agency.

2) A protest must state all grounds upon which the protesting party asserts that the solicitation or award was improper. Issues not raised by the protesting party in the protest are deemed waived and may not be raised on appeal.

3) The protesting party may submit with the protest any documents or information deemed relevant. d. Notice of Protest If award has been made, the agency head (or designee) shall notify the successful Bidder or contractor of the protest. If the protest is received before award and substantial issues are raised by the protest, all Bidders who appear to have a substantial and reasonable prospect of winning the award shall be notified and may file their agreement/disagreement with the purchasing agency within three (3) days after receipt of notice of the protest. e. Stay of Procurement. The head of the purchasing agency (or designee) shall immediately decide, upon receipt of the protest, whether or not the solicitation or award shall be stayed, or if the protest is timely received after the award, whether the performance of the contract should be suspended. The Issuing Office shall not proceed further with the IFB or with the award of the contract, and shall suspend performance under the contract if awarded, unless the agency head of the purchasing agency makes a written determination that the protest is clearly without merit or that award of the contract/purchase order without delay is necessary to protect the substantial interests of the Commonwealth. f. Procedures.

1) Contracting Officer Response. Within fifteen (15) days of the receipt of a protest, the contracting officer may submit a written response to the head of the purchasing agency (or designee). The response may include any documents or information that the contracting officer deems relevant to the protest.

2) Protesting Party Reply. Within ten (10) days of the date of the contracting officer response, the protesting party may file a written reply.

Page 4 3) Review. The head of the purchasing agency (or designee) shall:

a) Review the protest and any response or reply.

b) Request and review any additional documents or information he deems necessary to render a decision.

c) Give the protesting party and the contracting officer reasonable opportunity to review and address any additional documents or information requested by the agency head.

d) In his sole discretion, conduct a hearing.

e) Within sixty (60) days of the receipt of the protest, issue a written determination stating the reasons for the decision.

f) If additional time is required to investigate the protest, inform the protesting party of the additional time needed to render a determination and obtain the protesting party's consent.

4) "Clearly Without Merit" Determinations. If the head of the purchasing agency (or designee) determines, upon receipt, that the protest is clearly without merit and does not stay the procurement, the head of the purchasing agency (or designee) shall immediately issue the decision as required by Subparagraph h below. g. Settlement. The Issuing Office has the authority to settle and resolve bid protests. h. Decision. The head of the purchasing agency (or designee) shall promptly, but in no event later than sixty (60) days from the filing of the protest, issue a written decision. The decision shall:

1) State the reasons for the decision.

2) If the protest is denied, inform the protesting party of its right to file an appeal in Commonwealth Court within fifteen (15) days of the mailing date of the decision.

3) If it is determined that the solicitation or award was contrary to law, enter an appropriate order.

The agency head (or designee) shall send a copy of the decision to the protesting party and any other person determined by the agency head (or designee) to be affected by the decision.

I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)

This IFB is being made available by electronic means. If a Bidder electronically accepts the IFB, the Bidder acknowledges and accepts full responsibility to insure that no changes are made to the IFB. In the event of a conflict between a version of the IFB in the Bidder's possession and the Issuing Office's version of the IFB, the Issuing Office's version shall govern.

I.9 IFB-027.1 COSTARS Program (Oct 2013)

COSTARS Purchasers. Section 1902 of the Commonwealth Procurement Code, 62 Pa.C.S. § 1902 (“Section 1902”), authorizes local public procurement units and state-affiliated entities (together, “COSTARS Members”) to participate in Commonwealth procurement contracts that the Department of General Services (“DGS”) may choose to make available to COSTARS Members. DGS has identified this Contract as one which will be made available for COSTARS Members’ participation.

Page 5 A. Only those entities registered with DGS are authorized to participate as COSTARS Members in this Contract. A COSTARS Member may be either a local public procurement unit or a state-affiliated entity.

1. A “local public procurement unit” is:

• Any political subdivision (local government unit), such as a municipality, school district, or commission; • Any public authority (including authorities formed under the Municipality Authorities Act of 1955 or other authorizing legislation, such as the Public Transportation Law or the Aviation Code); • Any tax-exempt, nonprofit educational institution or organization; • Any tax-exempt, nonprofit public health institution or organization; • Any nonprofit fire, rescue, or ambulance company; and • Any other entity that spends public funds for the procurement of supplies, services, and construction (such as a council of governments, an area government, or an organization that receives public grant funds).

2. A state-affiliated entity is a Commonwealth authority or other Commonwealth entity that is not a Commonwealth agency. The term includes:

• The Pennsylvania Turnpike Commission; • The Pennsylvania Housing Finance Agency; • The Pennsylvania Municipal Retirement System; • The Pennsylvania Infrastructure Investment Authority; • The State Public School Building Authority; • The Pennsylvania Higher Education Facilities Authority, and • The State System of Higher Education.

The term does not include any court or other officer or agency of the unified judicial system, the General Assembly and its officers and agencies, any State-related institution, or any Commonwealth executive or independent agencies, boards, or commissions not listed above. Statewide "row" offices, including the Auditor General, Attorney General, and State Treasurer are not State-affiliated entities under the Procurement Code.

However, elements of the court system, the General Assembly, and independent agencies, boards, or commissions have been deemed eligible for COSTARS membership as entities that spend public funds for the procurement of supplies, services, and construction.

3. A complete list of local public procurement units and state-affiliated entities that have registered with DGS and that are authorized to procure items from the Contract can be found at: http://www.dgsweb.state.pa.us/COSTARSReg/Member.aspx

B. COSTARS Members have the option to purchase from this Contract, from any DGS contract established exclusively for COSTARS Members in accordance with the requirements of Section 1902 , from any other cooperative procurement contracts, or from their own procurement contracts established in accordance with the applicable laws governing such procurements. The Contractor understands and acknowledges that there is no guarantee that a COSTARS Member will place an order under this Contract, and that the decision to procure from this Contract is within the sole discretion of each COSTARS Member.

C. DGS is acting as a facilitator for COSTARS Members who may wish to purchase under this Contract. COSTARS Members that participate in this Contract and issue purchase orders (“POs”) to Contractors are third party beneficiaries who have the right to sue and be sued for breach of this Contract without joining the Commonwealth or DGS as a party. The Commonwealth will not intervene in any action between a Contractor and a COSTARS Member unless substantial interests of the Commonwealth are involved.

D. COSTARS Members electing to participate in this Contract will order items directly from the Contractor and be responsible for payment directly to the Contractor.

Page 6 E. Those Contractors electing to permit COSTARS Members to procure from this Contract shall pay the Required Administrative Fee applicable to the Contractor’s classification:

Contractor Classification Required Administrative Fee

Department of General Services Self-Certified Small Business Bidder $500

All Other Bidders $1,500

1. Each bidder electing to permit COSTARS Members to participate in the Contract must submit the COSTARS Program Election to Participate form with its bid submittal and pay the applicable Administrative Fee upon Contract award in order to sell the awarded items/services to COSTARS Members. If the bidder is a Department of General Services Self-Certified Small Business, a copy of its active Small Business Procurement Initiative (SBPI) certificate must be included with the bid submittal.

2. At the beginning of each Contract year and upon any Contract renewal, the Contractor shall submit a check for the required amount, payable to “Commonwealth of PA”. The Contractor must pay the Administrative Fee at each contract renewal date to continue to sell the awarded items/services to COSTARS Members. If the bidder is a Department of General Services Self-Certified Small Business, a copy of its active SBPI certificate must be included with the Administrative Fee for each contract year and upon each renewal.

F. DGS has registered the COSTARS name and logo (together, the “COSTARS Brand”) as a trademark with the Pennsylvania Department of State. Therefore, the Contractor may use the COSTARS Brand only as permitted under in this Subsection.

1. The Contractor shall pay the Administrative Fee covering its participation in the program, including without limitation any use of the COSTARS Brand, for each year of the Contract period. The fee is payable upon Contract award and prior to the renewal date for each succeeding Contract period.

2. DGS grants the Contractor a nonexclusive license to use the COSTARS Brand, subject to the following conditions:

a. The Contractor agrees not to transfer to any third party, including without limitation any of its subcontractors or suppliers, any privileges it may have to use the COSTARS Brand under this Contract.

b. The Contractor agrees not to use the COSTARS Brand to represent or imply any Commonwealth endorsement or approval of its products or services.

c. The Contractor is permitted to use the COSTARS Brand in broadcast, or Internet media solely in connection with this Contract and any other Contract with the Commonwealth under which it has agreed to make sales to COSTARS Purchasers. The Contractor may use the COSTARS Brand on business cards, brochures, and other print publications so long as the purpose is to identify the Contractor as a COSTARS vendor, and only so long as the required Contract fee is kept current.

d. Should this Contract terminate for any reason, the Contractor agrees promptly to remove the COSTARS Brand from any and all print and electronic media and to refrain from using the COSTARS Brand for any purpose whatsoever from the date of Contract termination forward.

e. The Contractor agrees to defend, indemnify, and hold harmless the Commonwealth of Pennsylvania and DGS from and against all claims, demands, liabilities, obligations, costs, and expenses of any nature whatsoever arising out of or based upon the Contractor’s use of the COSTARS Brand.

Page 7 f. The Contractor agrees it has no property rights in the use of the COSTARS Brand by virtue of this nonexclusive license. The Contractor expressly waives any claims, including without limitation due process claims that may otherwise be available under the law in the event of any dispute involving these terms of use.

G. The Contractor shall furnish to the DGS COSTARS Program Office a quarterly electronic Contract sales report detailing the previous quarter’s Contract purchasing activity, using the form and in the format prescribed by DGS. The Contractor shall submit its completed quarterly report no later than the fifteenth calendar day of the succeeding Contract quarter.

1. The Contractor shall submit the reports via the web-based COSTARS Suppliers’ Gateway at www.dgs.state.pa.us/costars . If a Contractor does not have access to the Internet, the Contractor shall send the reports, using the form and in the format prescribed by DGS, on compact disc via US Postal Service to the DGS COSTARS Program Office, Bureau of Procurement, 6th Floor Forum Place, 555 Walnut Street, Harrisburg, PA 17101-1914.

2. For each PO received, the Contractor shall include on the report the name and address of each COSTARS-Registered Purchaser that has used the Contract along with the sales date, and dollar volume of sales to the specific Purchaser for the reporting period.

3. DGS may suspend the Contractor’s participation in the COSTARS Program for failure to provide the Quarterly Sales Report within the specified time.

H. Additional information regarding the COSTARS Program is available on the DGS COSTARS Website at www.dgs.state.pa.us/costars

1. If the Contractor is aware of any qualified entity not currently registered and wishing to participate in the COSTARS Program, please refer the potential purchaser to the DGS COSTARS Website at www.dgs.state.pa.us/costars , where it may register by completing the online registration form and receiving DGS confirmation of its registration. To view a list of currently-registered COSTARS member entities, please visit the COSTARS website.

2. Direct all questions concerning the COSTARS Program to:

Department of General Services COSTARS Program 555 Walnut Street, 6th Floor Harrisburg, PA 17101 Telephone: 1-866-768-7827 E-mail: [email protected]

I.10 IFB-029.1 Prices (Dec 6 2006)

The bid submitted by the successful Bidder will be incorporated into any resulting Contract and the Bidder will be required to provide the awarded item(s) at the prices quoted in its Bid.

I.11 IFB-030.1 Approved Equal (Nov 2006)

Whenever an item is defined in this IFB by trade name and catalogue number of a manufacturer or vendor, the term 'or approved equal,' if not inserted therewith shall be implied. Any reference to a particular manufacturer's product either by trade name or by limited description is solely for the purpose of more clearly indicating the minimum standard of quality desired, except where a 'no substitute' is requested. When a 'no substitute' is requested, the Issuing Office will consider Bids for the referenced product only. The term 'or approved equal' is defined as meaning any other make which, in the sole opinion of the Issuing Office, is of such character, quality, and performance equivalence as to meet the standard of quality of products specified for which it is to be used equally as

Page 8 well as that specified. A Bidder quoting on a product other than the referenced product shall: a) furnish complete identification in its Bid of the product it is offering by trade name, brand and/or model number; b) furnish descriptive literature and data with respect to the substitute product it proposes to furnish; and c) indicate any known specification deviations from the referenced product.

I.12 IFB-031.1 Alternates (Oct 2013)

A Bidder who wants to offer an alternate must notify the Issuing Office in writing, at least five (5) days prior to the scheduled Bid opening, that the Bidder intends to offer an alternate in its Bid. An "alternate" is a product that deviates from the requirements of the specifications in its composition, qualities, performance, size dimension, etc. The written notification from the Bidder must include a complete description of the alternate and must identify the product's deviations from the specifications. Upon receipt of the notification, the Issuing Office will determine whether the alternate is acceptable. If the Issuing Office, in its discretion, determines that the alternate is acceptable, the Issuing Office will issue a change notice to the invitation for bids that revises the specifications. If no change notice is issued revising the specification, a Bid offering the alternate will not be considered for award. If an item or items in the IFB are designated “no substitute,” this provision does not apply and no alternate may be proposed by a bidder nor will any alternate be considered by the Issuing Office.

I.13 IFB-032.1 New Equipment (Nov 2006)

Unless otherwise specified in this invitation for bids, all products offered by Bidders must be new or remanufactured. A 'new' product is one that will be used first by the Commonwealth after it is manufactured or produced. A 'remanufactured' product is one which: 1) has been rebuilt, using new or used parts, to a condition which meets the original manufacturer's most recent specifications for the item; 2) does not, in the opinion of the Issuing Office, differ in appearance from a new item; and 3) has the same warranty as a new item. Unless otherwise specified in this invitation for bids, used or reconditioned products are not acceptable. This clause shall not be construed to prohibit Bidders from offering products with recycled content, provided the product is new or remanufactured.

I.14 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006) a. Bid Modification Prior to Bid Opening. Bids may be modified only by written notice or in person prior to the exact hour and date specified for Bid opening.

1) If a Bidder intends to modify its Bid by written notice, the notice must specifically identify the Bid to be modified and must be signed by the Bidder. The Bidder must include evidence of authorization for the individual who signed the modification to modify the Bid on behalf of the Bidder. The Bid modification must be received in a sealed envelope. The sealed envelope must identify the assigned Collective Number and the Bid Opening Time, and should state that enclosed in the envelope is a Bid modification

2) If a Bidder intends to modify its Bid in person, the individual who will modify the Bid must arrive in the Bid Opening Room prior to the Bid Opening Time, show a picture identification and provide evidence of his/her authorization to modify the Bid on behalf of the Bidder. If a Bidder intends to modify its Bid in person, the Bidder may do so only in the presence of an agency employee. (The agency employee will observe the actions taken by the individual to modify the Bid, but will not read the Bid or the modification). b. Bid Withdrawal Prior to Bid Opening. Bids may be withdrawn only by written notice or in person prior to the exact hour and date specified for Bid opening.

1) If a Bidder intends to withdraw its Bid by written notice, the notice shall specifically identify the Bid to be withdrawn and shall be signed by the Bidder. The Bidder must include evidence of authorization for the individual who signed the bid withdrawal to withdraw the bid on behalf of the Bidder. Except as provided in Subparagraph c, below, bid withdrawals received after the exact hour and date specified for the receipt of Bids shall not be accepted.

Page 9 2) If a Bidder intends to withdraw its Bid in person, the individual who will withdraw the Bid must arrive in the Bid Opening Room prior to the Bid Opening Time, show a picture identification and provide evidence of his/her authorization to withdraw the Bid on behalf of the Bidder. c. Bid Withdrawal After Bid Opening. Bidders are permitted to withdraw erroneous Bids after Bid opening only if the following conditions are met:

1) The Bidder submits a written request for withdrawal.

2) The Bidder presents credible evidence with the request that the reason for the lower Bid price was a clerical mistake as opposed to a judgment mistake and was actually due to an unintentional arithmetical error or an unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the Bid.

3) The request for relief and supporting evidence must be received by the Issuing Office within three (3) business days after Bid opening, but before award of the contract.

4) The Issuing Office shall not permit a Bid withdrawal if the Bid withdrawal would result in the award of the contract on another Bid of the same Bidder, its partner, or a corporation or business venture owned by or in which the bidder has a substantial interest.

5) If a Bidder is permitted to withdraw its Bid, the Bidder cannot supply any material or labor or perform any subcontract or other work agreement for the awarded contractor, without the written approval of the Issuing Office. d. Firm Bid. Except as provided above, a Bid may not be modified, withdrawn, or cancelled by any Bidder for a period of sixty (60) days following the time and date designated for Bid opening, unless otherwise specified by the Bidder in its Bid. If the lowest responsible Bidder, as determined by the Issuing Office, withdraws its Bid prior to the expiration of the award period or fails to comply with the requirements set forth in the IFB including but not limited to any requirement to submit performance or payment bonds or insurance certificates within the required time period, the Bidder shall be liable to the Commonwealth for all costs and damages associated with the re-award or re-bid including the difference between the Bidder's price and the actual cost that the Commonwealth pays for the awarded items. e. Clarification and Additional Information. After the receipt of Bids, the Issuing Office shall have the right to contact Bidders for the purpose of seeking:

1) Clarification of the Bid which confirms the Issuing Office's understanding of statements or information in the Bid or;

2) Additional information on the items offered; provided the IFB does not require the rejection of the Bid for failure to include such information.

I.15 I-IFB-034.1 Rejection of Bids (Nov 2006)

The Issuing Office reserves the right to reject any and all Bids, to waive technical defects or any informality in Bids, and to accept or reject any part of any Bid if the best interests of the Commonwealth are thereby served.

I.16 Submission-001.1 Representations and Authorizations (Oct 2013)

By submitting its proposal, each Offeror understands, represents, and acknowledges that:

A. All of the Offeror’s information and representations in the proposal are material and important, and the Issuing Office may rely upon the contents of the proposal in awarding the contract(s). The Commonwealth shall treat any misstatement, omission or misrepresentation as fraudulent concealment of the true facts relating to the Proposal submission, punishable pursuant to 18 Pa. C.S. § 4904.

Page 10 B. The Offeror has arrived at the price(s) and amounts in its proposal independently and without consultation, communication, or agreement with any other Offeror or potential offeror.

C. The Offeror has not disclosed the price(s), the amount of the proposal, nor the approximate price(s) or amount(s) of its proposal to any other firm or person who is an Offeror or potential offeror for this RFP, and the Offeror shall not disclose any of these items on or before the proposal submission deadline specified in the Calendar of Events of this RFP.

D. The Offeror has not attempted, nor will it attempt, to induce any firm or person to refrain from submitting a proposal on this contract, or to submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of complementary proposal.

E. The Offeror makes its proposal in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive proposal.

F. To the best knowledge of the person signing the proposal for the Offeror, the Offeror, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing on any public contract, except as the Offeror has disclosed in its proposal.

G. To the best of the knowledge of the person signing the proposal for the Offeror and except as the Offeror has otherwise disclosed in its proposal, the Offeror has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Offeror that is owed to the Commonwealth.

H. The Offeror is not currently under suspension or debarment by the Commonwealth, any other state or the federal government, and if the Offeror cannot so certify, then it shall submit along with its proposal a written explanation of why it cannot make such certification.

I. The Offeror has not made, under separate contract with the Issuing Office, any recommendations to the Issuing Office concerning the need for the services described in its proposal or the specifications for the services described in the proposal.

J. Each Offeror, by submitting its proposal, authorizes Commonwealth agencies to release to the Commonwealth information concerning the Offeror's Pennsylvania taxes, unemployment compensation and workers’ compensation liabilities.

K. Until the selected Offeror receives a fully executed and approved written contract from the Issuing Office, there is no legal and valid contract, in law or in equity, and the Offeror shall not begin to perform.

Page 11 PART II - REQUIREMENTS PART II - REQUIREMENTS II.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)

If the bidder is willing to sell the awarded items/services at the same prices and/or discounts, and in accordance with the contractual terms and conditions, to COSTARS members, the bidder should complete and return the COSTARS Program Election to Participate form which is an attachment to this IFB. If the bidder is asserting that it is a Department of General Services Certified Small Business, the bidder must submit its active certification with the bid response.

II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006).

With respect to an award of a federal contract, grant, or cooperative agreement exceeding $100,000 or an award of a federal loan or a commitment providing for the United States to insure or guarantee a loan exceeding $150,000 all recipients must certify that they will not use federal funds for lobbying and must disclose the use of non-federal funds for lobbying by filing required documentation. Offerors must complete and return the Lobbying Certification Form and the Disclosure of Lobbying Activities Form, which are attached to and made a part of this IFB. The completed and signed Lobbying Certification Form and the Disclosure of Lobbying Activities Form should be submitted with the Bid Response. Commonwealth agencies will not contract with outside firms or individuals to perform lobbying services, regardless of the source of funds.

II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006)

T he Commonwealth may, during its evaluation of the bids, require any bidder to submit cuts, illustrations, drawings, prints, test data sheets, specification sheets and brochures which detail construction features, design, components, materials used, applicable dimensions and any other pertinent information which the Issuing Office may require in order to evaluate the product(s) offered. The required information must be submitted within two (2) business days after notification from the Issuing Office. Failure to submit the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid as non-responsive.

II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007) This procurement is subject to the Reciprocal Limitations Act. Bidders must complete and submit with the Bid Response the State of Manufacture Chart , which is contained in GSPUR-89 ("Reciprocal Limitations Act Requirements") which is attached to and made part of this IFB. The completed State of Manufacture Chart should be submitted as part of the Bid Reponse

Page 12 PART III - SELECTION CRITERIA PART III - SELECTION CRITERIA III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006)

To be eligible for selection, a bid must be:

a. Timely received from a Bidder;

b. Properly signed by the Bidder.

III.2 III-IFB-006.1f Method of Award - All Bidders (April 2011)

Award will be made to all responsive and responsible bidders.

III.3 III-IFB-007.1 Awards (May 2011)

Unless all Bids are rejected, and except as otherwise provided by law, award will be made through the issuance of a contract/purchase order in accordance with the method of award. Unless otherwise specified by the Issuing Office in the IFB form the Commonwealth reserves the right to award by item or on a total Bid basis, whichever is deemed more advantageous to the Commonwealth. In cases of discrepancies in prices, the unit price will be binding unless the unit price is obviously in error and the extended price is obviously correct, in which case the erroneous unit price will be corrected. As a condition for receipt of award of a contract/purchase order, the Bidder must be registered in the Commonwealth of Pennsylvania's Vendor Master file. In order to register, bidders must visit the Pa Supplier Portal at https://www.pasupplierportal.state.pa.us/ or call the Customer Support Center at 877-435-7363 or 717-346-2676.

III.4 III-IFB-008.1 Tie Bids (Nov 2006)

All tie bids will be broken by the Issuing Office.

III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006)

Prompt payment discounts will not be considered in making an award. If prompt payment discounts are offered by any Bidder, however, the Issuing Office will take advantage of such offer.

III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006)

The Commonwealth reserves the right to purchase products or services covered under this Contract through a separate competitive bidding procedure, whenever Commonwealth deems it in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the product or service exists or when the price offered is significantly lower than the Contract price.

III.7 III-IFB-014.1 Rebates (Nov 2006)

Any rebate applicable at the time of bid should be taken into consideration by the bidder in calculating its bid price. Bidders must specifically state in their bid proposal, when applicable, that rebates have been considered in arriving at the bid price. Following award, the Commonwealth will assign to the awarded bidder, any rebates which the bidder stated that he took into consideration. If the bidder fails to include such a statement, the Commonwealth will receive the full benefit of the manufacturer's rebate.

Page 13 Page 14 PART IV - WORK STATEMENT PART IV - WORK STATEMENT IV.1 IFB-001.1a Specifications (Nov 2006)

The Commonwealth is seeking bids to procure the item(s) set forth in the attached document entitled "Specifications."

Page 15 PART V - CONTRACT TERMS and CONDITIONS PART V - CONTRACT TERMS and CONDITIONS V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006)

The Contract with the awarded bidder (who shall become the "Contractor") shall include the following terms and conditions:

V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012)

The initial term of the Contract shall be 02 year(s) and 00 month(s).

The term of the Contract shall commence on the Effective Date (as defined below) and shall end on the Expiration Date identified in the Contract, subject to the other provisions of the Contract.

The Effective Date shall be: a) the Effective Date printed on the Contract after the Contract has been fully executed by the Commonwealth (signed and approved as required by the Commonwealth contracting procedures) or b) the "Valid from" date printed on the Contract, whichever is later.

V.3 CONTRACT-002.2a Renewal of Contract Term (Nov 30 2006)

The Contract may be renewed for a maximum of 3additional 1 year term(s), so long as Commonwealth provides written notice to Contractor of its intention to extend the Contract by letter prior to the expiration of the term of the agreement, or any extension thereof. The Commonwealth may exercise the renewal as individual year or multiple year term(s). Any renewal will be under the same terms, covenants and conditions. No further document is required to be executed to renew the term of the contract.

V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006)

The Commonwealth reserves the right, upon notice to the Contractor, to extend any single term of the Contract for up to three (3) months upon the same terms and conditions.

V.5 CONTRACT-003.1a Signatures – Contract (Oct 2013)

The Contract shall not be a legally binding contract until the fully-executed Contract has been sent to the Contractor. No Commonwealth employee has the authority to verbally direct the commencement of any work or delivery of any supply under this Contract prior to the Effective Date. The Contractor hereby waives any claim or cause of action for any service or work performed prior to the Effective Date.

The Contract will not include an "ink" signature by the Commonwealth. The electronically-printed name of the Purchasing Agent represents the signature of that individual who has the authority, on behalf of the Commonwealth, to bind the Commonwealth to the terms of the Contract. If the Contract output form does not have "Fully Executed" at the top of the first page and does not have the name of the Purchasing Agent printed in the appropriate box, the Contract has not been fully executed.

The fully-executed Contract may be sent to the Contractor electronically or through facsimile equipment. The electronic transmission of the Contract shall require acknowledgement of receipt of the transmission by the Contractor. Receipt of the electronic or facsimile transmission of the Contract shall constitute receipt of the

Page 16 fully-executed Contract.

The Commonwealth and the Contractor specifically agree as follows: a. No handwritten signature shall be required in order for the Contract to be legally enforceable. b. The parties agree that no writing shall be required in order to make the Contract legally binding, notwithstanding contrary requirements in any law. The parties hereby agree not to contest the validity or enforceability of a genuine Contract or acknowledgement issued electronically under the provisions of a statute of frauds or any other applicable law relating to whether certain agreements be in writing and signed by the party bound thereby. Any genuine Contract or acknowledgement issued electronically, if introduced as evidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible as between the parties to the same extent and under the same conditions as other business records originated and maintained in documentary form. Neither party shall contest the admissibility of copies of a genuine Contract or acknowledgements under either the business records exception to the hearsay rule or the best evidence rule on the basis that the Contract or acknowledgement were not in writing or signed by the parties. A Contract or acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designated for such documents. c. Each party will immediately take steps to verify any document that appears to be obviously garbled in transmission or improperly formatted to include re-transmission of any such document if necessary.

V.6 CONTRACT-004.1a Definitions (Oct 2013) As used in this Contract, these words shall have the following meanings: a. Agency: The department, board, commission or other agency of the Commonwealth of Pennsylvania listed as the Purchasing Agency. If a COSTARS entity or external procurement activity has issued an order against this contract, that entity shall also be identified as "Agency". b. Contracting Officer: The person authorized to administer this Contract for the Commonwealth and to make written determinations with respect to the Contract. c. Days: Unless specifically indicated otherwise, days mean calendar days. d. Developed Works or Developed Materials: All documents, sketches, drawings, designs, works, papers, files, reports, computer programs, computer documentation, data, records, software, samples or any other tangible material without limitation authored or prepared by Contractor as the work product covered in the scope of work for the Project. e. Documentation: All materials required to support and convey information about the services required by this Contract. It includes, but is not necessarily restricted to, written reports and analyses, diagrams, maps, logical and physical designs, system designs, computer programs, flow charts, disks, and/or other machine-readable storage media. f. Services: All Contractor activity necessary to satisfy the Contract. V.7 CONTRACT-005.1a Purchase Orders (Oct 2013)

Commonwealth agencies may issue Purchase Orders against the Contract. These orders constitute the Contractor's authority to make delivery. All Purchase Orders received by the Contractor up to and including the expiration date of the Contract are acceptable and must be performed in accordance with the Contract. Each Purchase Order will be deemed to incorporate the terms and conditions set forth in the Contract.

Purchase Orders will not include an "ink" signature by the Agency. The electronically-printed name of the purchaser represents the signature of that individual who has the authority, on behalf of the Commonwealth, to authorize the Contractor to proceed.

Purchase Orders may be issued electronically or through facsimile equipment. The electronic transmission of a

Page 17 purchase order shall require acknowledgement of receipt of the transmission by the Contractor. Receipt of the electronic or facsimile transmission of the Purchase Order shall constitute receipt of an order. Orders received by the Contractor after 4:00 p.m. will be considered received the following business day. a. No handwritten signature shall be required in order for the Contract or Purchase Order to be legally enforceable. b. The parties agree that no writing shall be required in order to make the Purchase Order legally binding. The parties hereby agree not to contest the validity or enforceability of a Purchase Order or acknowledgement issued electronically under the provisions of a statute of frauds or any other applicable law relating to whether certain agreements be in writing and signed by the party bound thereby. Any Purchase Order or acknowledgement issued electronically, if introduced as evidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible as between the parties to the same extent and under the same conditions as other business records originated and maintained in documentary form. Neither party shall contest the admissibility of copies of Purchase Orders or acknowledgements under either the business records exception to the hearsay rule or the best evidence rule on the basis that the Purchase Order or acknowledgement were not in writing or signed by the parties. A Purchase Order or acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designated for such documents. c. Each party will immediately take steps to verify any document that appears to be obviously garbled in transmission or improperly formatted to include re-transmission of any such document if necessary.

Purchase Orders under ten thousand dollars ($10,000) in total amount may also be made in person or by telephone using a Commonwealth Purchasing Card. When an order is placed by telephone, the Commonwealth agency shall provide the agency name, employee name, credit card number, and expiration date of the card. Contractors agree to accept payment through the use of the Commonwealth Purchasing Card.

V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)

In performing its obligations under the Contract, the Contractor will act as an independent contractor and not as an employee or agent of the Commonwealth. The Contractor will be responsible for all services in this Contract whether or not Contractor provides them directly. Further, the Contractor is the sole point of contact with regard to all contractual matters, including payment of any and all charges resulting from the Contract.

V.9 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)

All item(s) shall be delivered F.O.B. Destination. The Contractor agrees to bear the risk of loss, injury, or destruction of the item(s) ordered prior to receipt of the items by the Commonwealth. Such loss, injury, or destruction shall not release the Contractor from any contractual obligations. Except as otherwise provided in this contract, all item(s) must be delivered within the time period specified. Time is of the essence and, in addition to any other remedies, the Contract is subject to termination for failure to deliver as specified. Unless otherwise stated in this Contract, delivery must be made within thirty (30) days after the Effective Date.

V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)

It shall be understood and agreed that any quantities listed in the Contract are estimated only and may be increased or decreased in accordance with the actual requirements of the Commonwealth and that the Commonwealth in accepting any bid or portion thereof, contracts only and agrees to purchase only the materials and services in such quantities as represent the actual requirements of the Commonwealth. The Commonwealth reserves the right to purchase materials and services covered under the Contract through a separate competitive procurement procedure, whenever Commonwealth deems it to be in its best interest.

V.11 CONTRACT-007.3 Prior Notice (Oct 2006)

The Contractor is required to notify the Commonwealth Delivery Location when shipment is to be made in order

Page 18 that a Commonwealth representative may be present to receive the Contract Item(s) when they are delivered.

V.12 CONTRACT-008.1a Warranty. (Oct 2006)

The Contractor warrants that all items furnished and all services performed by the Contractor, its agents and subcontractors shall be free and clear of any defects in workmanship or materials. Unless otherwise stated in the Contract, all items are warranted for a period of one year following delivery by the Contractor and acceptance by the Commonwealth. The Contractor shall repair, replace or otherwise correct any problem with the delivered item. When an item is replaced, it shall be replaced with an item of equivalent or superior quality without any additional cost to the Commonwealth.

V.13 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2013)

The Contractor warrants that it is the sole owner or author of, or has entered into a suitable legal agreement concerning either: a) the design of any product or process provided or used in the performance of the Contract which is covered by a patent, copyright, or trademark registration or other right duly authorized by state or federal law or b) any copyrighted matter in any report, document or other material provided to the Commonwealth under the contract.

The Contractor shall defend any suit or proceeding brought against the Commonwealth on account of any alleged patent, copyright or trademark infringement in the United States of any of the products provided or used in the performance of the Contract.

This is upon condition that the Commonwealth shall provide prompt notification in writing of such suit or proceeding; full right, authorization and opportunity to conduct the defense thereof; and full information and all reasonable cooperation for the defense of same.

As principles of governmental or public law are involved, the Commonwealth may participate in or choose to conduct, in its sole discretion, the defense of any such action.

If information and assistance are furnished by the Commonwealth at the Contractor's written request, it shall be at the Contractor's expense, but the responsibility for such expense shall be only that within the Contractor's written authorization.

The Contractor shall indemnify and hold the Commonwealth harmless from all damages, costs, and expenses, including attorney's fees that the Contractor or the Commonwealth may pay or incur by reason of any infringement or violation of the rights occurring to any holder of copyright, trademark, or patent interests and rights in any products provided or used in the performance of the Contract.

If any of the products provided by the Contractor in such suit or proceeding are held to constitute infringement and the use is enjoined, the Contractor shall, at its own expense and at its option, either procure the right to continue use of such infringement products, replace them with non-infringement equal performance products or modify them so that they are no longer infringing.

If the Contractor is unable to do any of the preceding, the Contractor agrees to remove all the equipment or software which are obtained contemporaneously with the infringing product, or, at the option of the Commonwealth, only those items of equipment or software which are held to be infringing, and to pay the Commonwealth: 1) any amounts paid by the Commonwealth towards the purchase of the product, less straight line depreciation; 2) any license fee paid by the Commonwealth for the use of any software, less an amount for the period of usage; and 3) the pro rata portion of any maintenance fee representing the time remaining in any period of maintenance paid for. The obligations of the Contractor under this paragraph continue without time limit. No costs or expenses shall be incurred for the account of the Contractor without its written consent.

V.14 CONTRACT-009.1d Ownership Rights (Oct 2006)

Page 19 The Commonwealth shall have unrestricted authority to reproduce, distribute, and use any submitted report, data, or material, and any software or modifications and any associated documentation that is designed or developed and delivered to the Commonwealth as part of the performance of the Contract.

V.15 CONTRACT-010.1a Acceptance (Oct 2006)

No item(s) received by the Commonwealth shall be deemed accepted until the Commonwealth has had a reasonable opportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to the specifications may be rejected upon initial inspection or at any later time if the defects contained in the item(s) or the noncompliance with the specifications were not reasonably ascertainable upon the initial inspection. It shall thereupon become the duty of the Contractor to remove rejected item(s) from the premises without expense to the Commonwealth within fifteen (15) days after notification. Rejected item(s) left longer than fifteen (15) days will be regarded as abandoned, and the Commonwealth shall have the right to dispose of them as its own property and shall retain that portion of the proceeds of any sale which represents the Commonwealth's costs and expenses in regard to the storage and sale of the item(s). Upon notice of rejection, the Contractor shall immediately replace all such rejected item(s) with others conforming to the specifications and which are not defective. If the Contractor fails, neglects or refuses to do so, the Commonwealth shall then have the right to procure a corresponding quantity of such item(s), and deduct from any monies due or that may thereafter become due to the Contractor, the difference between the price stated in the Contract and the cost thereof to the Commonwealth.

V.16 CONTRACT-010.2 Product Conformance (March 2012)

The Commonwealth reserves the right to require any and all Contractors to:

1. Provide certified data from laboratory testing performed by the Contractor, or performed by an independent laboratory, as specified by the Commonwealth.

2. Supply published manufacturer product documentation.

3. Permit a Commonwealth representative to witness testing at the Contractor's location or at an independent laboratory.

4. Complete a survey/questionnaire relating to the bid requirements and specifications.

5. Provide customer references.

6. Provide a product demonstration at a location near Harrisburg or the using agency location.

V.17 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012)

The Commonwealth shall have the right to not regard any rejected material as abandoned and to demand that the Contractor remove the rejected material from the premises within thirty (30) days of notification. The Contractor shall be responsible for removal of the rejected material as well as proper clean-up. If the Contractor fails or refuses to remove the rejected material as demanded by the Commonwealth, the Commonwealth may seek payment from, or set-off from any payments due to the Contractor under this or any other Contract with the Commonwealth, the costs of removal and clean-up. This is in addition to all other rights to recover costs incurred by the Commonwealth.

V.18 CONTRACT-011.1a Compliance With Law (Oct 2006)

The Contractor shall comply with all applicable federal and state laws and regulations and local ordinances in the performance of the Contract.

V.19 CONTRACT-013.1 Environmental Provisions (Oct 2006)

Page 20 In the performance of the Contract, the Contractor shall minimize pollution and shall strictly comply with all applicable environmental laws and regulations, including, but not limited to: the Clean Streams Law Act of June 22, 1937 (P.L. 1987, No. 394), as amended 35 P.S. Section 691.601 et seq.; the Pennsylvania Solid Waste Management Act, Act of July 7, 1980 (P.L. 380, No. 97), as amended, 35 P.S. Section 6018.101 et seq. ; and the Dam Safety and Encroachment Act, Act of November 26, 1978 (P.L. 1375, No. 325), as amended , 32 P.S. Section 693.1.

V.20 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2013)

Except as specifically waived by the Department of General Services in writing, any products which are provided to the Commonwealth as a part of the performance of the Contract must meet the minimum percentage levels for total recycled content as specified by the Environmental Protection Agency in its Comprehensive Procurement Guidelines, which can be found at http://www.epa.gov/epawaste/conserve/tools/cpg/index.htm .

V.21 CONTRACT-014.3 Recycled Content Enforcement (February 2012)

The Contractor may be required, after delivery of the Contract item(s), to provide the Commonwealth with documentary evidence that the item(s) was in fact produced with the required minimum percentage of post-consumer and recovered material content.

V.22 CONTRACT-015.1 Compensation (Oct 2006)

The Contractor shall be required to furnish the awarded item(s) at the price(s) quoted in the Purchase Order. All item(s) shall be delivered within the time period(s) specified in the Purchase Order. The Contractor shall be compensated only for item(s) that are delivered and accepted by the Commonwealth.

V.23 CONTRACT-015.2 Billing Requirements (February 2012)

Unless the Contractor has been authorized by the Commonwealth for Evaluated Receipt Settlement or Vendor Self-Invoicing , the Contractor shall include in all of its invoices the following minimum information:

- Vendor name and "Remit to" address, including SAP Vendor number; - Bank routing information, if ACH; - SAP Purchase Order number; - Delivery Address, including name of Commonwealth agency; - Description of the supplies/services delivered in accordance with SAP Purchase Order (include purchase order line number if possible); - Quantity provided; - Unit price; - Price extension; - Total price; and - Delivery date of supplies or services.

If an invoice does not contain the minimum information set forth in this paragraph, the Commonwealth may return the invoice as improper. If the Commonwealth returns an invoice as improper, the time for processing a payment will be suspended until the Commonwealth receives a correct invoice. The Contractor may not receive payment until the Commonwealth has received a correct invoice.

Contractors are required to establish separate billing accounts with each using agency and invoice them directly. Each invoice shall be itemized with adequate detail and match the line item on the Purchase Order. In no instance shall any payment be made for services to the Contractor that are not in accordance with the prices on the Purchase Order, the Contract, updated price lists or any discounts negotiated by the purchasing agency.

Page 21 V.24 CONTRACT-016.1 Payment (Oct 2006) a. The Commonwealth shall put forth reasonable efforts to make payment by the required payment date. The required payment date is: (a) the date on which payment is due under the terms of the Contract; (b) thirty (30) days after a proper invoice actually is received at the "Bill To" address if a date on which payment is due is not specified in the Contract (a "proper" invoice is not received until the Commonwealth accepts the service as satisfactorily performed); or (c) the payment date specified on the invoice if later than the dates established by (a) and (b) above. Payment may be delayed if the payment amount on an invoice is not based upon the price(s) as stated in the Contract. If any payment is not made within fifteen (15) days after the required payment date, the Commonwealth may pay interest as determined by the Secretary of Budget in accordance with Act No. 266 of 1982 and regulations promulgated pursuant thereto. Payment should not be construed by the Contractor as acceptance of the service performed by the Contractor. The Commonwealth reserves the right to conduct further testing and inspection after payment, but within a reasonable time after performance, and to reject the service if such post payment testing or inspection discloses a defect or a failure to meet specifications. The Contractor agrees that the Commonwealth may set off the amount of any state tax liability or other obligation of the Contractor or its subsidiaries to the Commonwealth against any payments due the Contractor under any contract with the Commonwealth. b. The Commonwealth shall have the option of using the Commonwealth purchasing card to make purchases under the Contract or Purchase Order. The Commonwealth's purchasing card is similar to a credit card in that there will be a small fee which the Contractor will be required to pay and the Contractor will receive payment directly from the card issuer rather than the Commonwealth. Any and all fees related to this type of payment are the responsibility of the Contractor. In no case will the Commonwealth allow increases in prices to offset credit card fees paid by the Contractor or any other charges incurred by the Contractor, unless specifically stated in the terms of the Contract or Purchase Order.

V.25 CONTRACT-016.2 ACH Payments (Aug 2007) a. The Commonwealth will make contract payments through the Automated Clearing House (ACH). Within 10 days of award of the contract or purchase order, the contractor must submit or must have already submitted their ACH information within their user profile in the Commonwealth's procurement system (SRM). b. The contractor must submit a unique invoice number with each invoice submitted. The unique invoice number will be listed on the Commonwealth of Pennsylvania's ACH remittance advice to enable the contractor to properly apply the state agency's payment to the invoice submitted. c. It is the responsibility of the contractor to ensure that the ACH information contained in SRM is accurate and complete. Failure to maintain accurate and complete information may result in delays in payments.

V.26 CONTRACT-017.1 Taxes (Dec 5 2006)

The Commonwealth is exempt from all excise taxes imposed by the Internal Revenue Service and has accordingly registered with the Internal Revenue Service to make tax free purchases under Registration No. 23-23740001-K. With the exception of purchases of the following items, no exemption certificates are required and none will be issued: undyed diesel fuel, tires, trucks, gas guzzler emergency vehicles, and sports fishing equipment. The Commonwealth is also exempt from Pennsylvania state sales tax, local sales tax, public transportation assistance taxes and fees and vehicle rental tax. The Department of Revenue regulations provide that exemption certificates are not required for sales made to governmental entities and none will be issued. Nothing in this paragraph is meant to exempt a construction contractor from the payment of any of these taxes or fees which are required to be paid with respect to the purchase, use, rental, or lease of tangible personal property or taxable services used or transferred in connection with the performance of a construction contract.

V.27 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006)

Page 22 The Contractor and the Commonwealth recognize that in actual economic practice, overcharges by the Contractor's suppliers resulting from violations of state or federal antitrust laws are in fact borne by the Commonwealth. As part of the consideration for the award of the Contract, and intending to be legally bound, the Contractor assigns to the Commonwealth all right, title and interest in and to any claims the Contractor now has, or may acquire, under state or federal antitrust laws relating to the products and services which are the subject of this Contract.

V.28 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006) a. The Contractor shall hold the Commonwealth harmless from and indemnify the Commonwealth against any and all third party claims, demands and actions based upon or arising out of any activities performed by the Contractor and its employees and agents under this Contract, provided the Commonwealth gives Contractor prompt notice of any such claim of which it learns. Pursuant to the Commonwealth Attorneys Act (71 P.S. Section 732-101, et seq.), the Office of Attorney General (OAG) has the sole authority to represent the Commonwealth in actions brought against the Commonwealth. The OAG may, however, in its sole discretion and under such terms as it deems appropriate, delegate its right of defense. If OAG delegates the defense to the Contractor, the Commonwealth will cooperate with all reasonable requests of Contractor made in the defense of such suits. b. Notwithstanding the above, neither party shall enter into any settlement without the other party's written consent, which shall not be unreasonably withheld. The Commonwealth may, in its sole discretion, allow the Contractor to control the defense and any related settlement negotiations.

V.29 CONTRACT-020.1 Audit Provisions (Oct 2006)

The Commonwealth shall have the right, at reasonable times and at a site designated by the Commonwealth, to audit the books, documents and records of the Contractor to the extent that the books, documents and records relate to costs or pricing data for the Contract. The Contractor agrees to maintain records which will support the prices charged and costs incurred for the Contract. The Contractor shall preserve books, documents, and records that relate to costs or pricing data for the Contract for a period of three (3) years from date of final payment. The Contractor shall give full and free access to all records to the Commonwealth and/or their authorized representatives.

V.30 CONTRACT-021.1 Default (Oct 2013) a. The Commonwealth may, subject to the Force Majeure provisions of this Contract, and in addition to its other rights under the Contract, declare the Contractor in default by written notice thereof to the Contractor, and terminate (as provided in the Termination Provisions of this Contract) the whole or any part of this Contract or any Purchase Order for any of the following reasons:

1) Failure to begin work within the time specified in the Contract or Purchase Order or as otherwise specified;

2) Failure to perform the work with sufficient labor, equipment, or material to ensure the completion of the specified work in accordance with the Contract or Purchase Order terms;

3) Unsatisfactory performance of the work;

4) Failure to deliver the awarded item(s) within the time specified in the Contract or Purchase Order or as otherwise specified;

5) Improper delivery;

6) Failure to provide an item(s) which is in conformance with the specifications referenced in the Contract or Purchase Order;

7) Delivery of a defective item;

Page 23 8) Failure or refusal to remove material, or remove and replace any work rejected as defective or unsatisfactory;

9) Discontinuance of work without approval;

10) Failure to resume work, which has been discontinued, within a reasonable time after notice to do so;

11) Insolvency or bankruptcy;

12) Assignment made for the benefit of creditors;

13) Failure or refusal within 10 days after written notice by the Contracting Officer, to make payment or show cause why payment should not be made, of any amounts due for materials furnished, labor supplied or performed, for equipment rentals, or for utility services rendered;

14) Failure to protect, to repair, or to make good any damage or injury to property;

15) Breach of any provision of the Contract;

16) Failure to comply with representations made in the Contractor's bid/proposal; or

17) Failure to comply with applicable industry standards, customs, and practice. b. In the event that the Commonwealth terminates this Contract or any Purchase Order in whole or in part as provided in Subparagraph a. above, the Commonwealth may procure, upon such terms and in such manner as it determines, items similar or identical to those so terminated, and the Contractor shall be liable to the Commonwealth for any reasonable excess costs for such similar or identical items included within the terminated part of the Contract or Purchase Order. c. If the Contract or a Purchase Order is terminated as provided in Subparagraph a. above, the Commonwealth, in addition to any other rights provided in this paragraph, may require the Contractor to transfer title and deliver immediately to the Commonwealth in the manner and to the extent directed by the Contracting Officer, such partially completed items, including, where applicable, reports, working papers and other documentation, as the Contractor has specifically produced or specifically acquired for the performance of such part of the Contract or Purchase Order as has been terminated. Except as provided below, payment for completed work accepted by the Commonwealth shall be at the Contract price. Except as provided below, payment for partially completed items including, where applicable, reports and working papers, delivered to and accepted by the Commonwealth shall be in an amount agreed upon by the Contractor and Contracting Officer. The Commonwealth may withhold from amounts otherwise due the Contractor for such completed or partially completed works, such sum as the Contracting Officer determines to be necessary to protect the Commonwealth against loss. d. The rights and remedies of the Commonwealth provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Contract. e. The Commonwealth's failure to exercise any rights or remedies provided in this paragraph shall not be construed to be a waiver by the Commonwealth of its rights and remedies in regard to the event of default or any succeeding event of default. f. Following exhaustion of the Contractor's administrative remedies as set forth in the Contract Controversies Provision of the Contract, the Contractor's exclusive remedy shall be to seek damages in the Board of Claims.

V.31 CONTRACT-022.1 Force Majeure (Oct 2006)

Neither party will incur any liability to the other if its performance of any obligation under this Contract is prevented or delayed by causes beyond its control and without the fault or negligence of either party. Causes beyond a party's control may include, but aren't limited to, acts of God or war, changes in controlling law, regulations, orders or the requirements of any governmental entity, severe weather conditions, civil disorders, natural disasters, fire, epidemics and quarantines, general strikes throughout the trade, and freight embargoes.

Page 24 The Contractor shall notify the Commonwealth orally within five (5) days and in writing within ten (10) days of the date on which the Contractor becomes aware, or should have reasonably become aware, that such cause would prevent or delay its performance. Such notification shall (i) describe fully such cause(s) and its effect on performance, (ii) state whether performance under the contract is prevented or delayed and (iii) if performance is delayed, state a reasonable estimate of the duration of the delay. The Contractor shall have the burden of proving that such cause(s) delayed or prevented its performance despite its diligent efforts to perform and shall produce such supporting documentation as the Commonwealth may reasonably request. After receipt of such notification, the Commonwealth may elect to cancel the Contract, cancel the Purchase Order, or to extend the time for performance as reasonably necessary to compensate for the Contractor's delay.

In the event of a declared emergency by competent governmental authorities, the Commonwealth by notice to the Contractor, may suspend all or a portion of the Contract or Purchase Order.

V.32 CONTRACT-023.1a Termination Provisions (Oct 2013)

The Commonwealth has the right to terminate this Contract or any Purchase Order for any of the following reasons. Termination shall be effective upon written notice to the Contractor. a. TERMINATION FOR CONVENIENCE: The Commonwealth shall have the right to terminate the Contract or a Purchase Order for its convenience if the Commonwealth determines termination to be in its best interest. The Contractor shall be paid for work satisfactorily completed prior to the effective date of the termination, but in no event shall the Contractor be entitled to recover loss of profits. b. NON-APPROPRIATION: The Commonwealth's obligation to make payments during any Commonwealth fiscal year succeeding the current fiscal year shall be subject to availability and appropriation of funds. When funds (state and/or federal) are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year period, the Commonwealth shall have the right to terminate the Contract or a Purchase Order. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the supplies or services delivered under the Contract. Such reimbursement shall not include loss of profit, loss of use of money, or administrative or overhead costs. The reimbursement amount may be paid from any appropriations available for that purpose. c. TERMINATION FOR CAUSE: The Commonwealth shall have the right to terminate the Contract or a Purchase Order for Contractor default under the Default Clause upon written notice to the Contractor. The Commonwealth shall also have the right, upon written notice to the Contractor, to terminate the Contract or a Purchase Order for other cause as specified in the Contract or by law. If it is later determined that the Commonwealth erred in terminating the Contract or a Purchase Order for cause, then, at the Commonwealth's discretion, the Contract or Purchase Order shall be deemed to have been terminated for convenience under the Subparagraph a.

V.33 CONTRACT-024.1 Contract Controversies (Oct 2011)

a. In the event of a controversy or claim arising from the Contract, the Contractor must, within six months after the cause of action accrues, file a written claim with the contracting officer for a determination. The claim shall state all grounds upon which the Contractor asserts a controversy exists. If the Contractor fails to file a claim or files an untimely claim, the Contractor is deemed to have waived its right to assert a claim in any forum. At the time the claim is filed, or within sixty (60) days thereafter, either party may request mediation through the Commonwealth Office of General Counsel Dispute Resolution Program.

b. If the Contractor or the contracting officer requests mediation and the other party agrees, the contracting officer shall promptly make arrangements for mediation. Mediation shall be scheduled so as to not delay the issuance of the final determination beyond the required 120 days after receipt of the claim if mediation is unsuccessful. If mediation is not agreed to or if resolution is not reached through mediation, the contracting officer shall review timely-filed claims and issue a final determination, in writing, regarding the claim. The final determination shall be issued within 120 days of the receipt of the claim, unless extended by consent of the

Page 25 contracting officer and the Contractor. The contracting officer shall send his/her written determination to the Contractor. If the contracting officer fails to issue a final determination within the 120 days (unless extended by consent of the parties), the claim shall be deemed denied. The contracting officer's determination shall be the final order of the purchasing agency.

c. Within fifteen (15) days of the mailing date of the determination denying a claim or within 135 days of filing a claim if, no extension is agreed to by the parties, whichever occurs first, the Contractor may file a statement of claim with the Commonwealth Board of Claims. Pending a final judicial resolution of a controversy or claim, the Contractor shall proceed diligently with the performance of the Contract in a manner consistent with the determination of the contracting officer and the Commonwealth shall compensate the Contractor pursuant to the terms of the Contract.

V.34 CONTRACT-025.1 Assignability and Subcontracting (Oct 2013) a. Subject to the terms and conditions of this paragraph, this Contract shall be binding upon the parties and their respective successors and assigns. b. The Contractor shall not subcontract with any person or entity to perform all or any part of the work to be performed under this Contract without the prior written consent of the Contracting Officer, which consent may be withheld at the sole and absolute discretion of the Contracting Officer. c. The Contractor may not assign, in whole or in part, this Contract or its rights, duties, obligations, or responsibilities hereunder without the prior written consent of the Contracting Officer, which consent may be withheld at the sole and absolute discretion of the Contracting Officer. d. Notwithstanding the foregoing, the Contractor may, without the consent of the Contracting Officer, assign its rights to payment to be received under the Contract, provided that the Contractor provides written notice of such assignment to the Contracting Officer together with a written acknowledgement from the assignee that any such payments are subject to all of the terms and conditions of this Contract. e. For the purposes of this Contract, the term "assign" shall include, but shall not be limited to, the sale, gift, assignment, pledge, or other transfer of any ownership interest in the Contractor provided, however, that the term shall not apply to the sale or other transfer of stock of a publicly traded company. f . Any assignment consented to by the Contracting Officer shall be evidenced by a written assignment agreement executed by the Contractor and its assignee in which the assignee agrees to be legally bound by all of the terms and conditions of the Contract and to assume the duties, obligations, and responsibilities being assigned. g. A change of name by the Contractor, following which the Contractor's federal identification number remains unchanged, shall not be considered to be an assignment hereunder. The Contractor shall give the Contracting Officer written notice of any such change of name.

V.35 CONTRACT-026.1 Other Contractors (Oct 2006)

The Commonwealth may undertake or award other contracts for additional or related work, and the Contractor shall fully cooperate with other contractors and Commonwealth employees, and coordinate its work with such additional work as may be required. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Commonwealth employees. This paragraph shall be included in the Contracts of all contractors with which this Contractor will be required to cooperate. The Commonwealth shall equitably enforce this paragraph as to all contractors to prevent the imposition of unreasonable burdens on any contractor.

V.36 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)

Page 26 The Contractor agrees: 1. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activity required under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf of the Contractor or subcontractor shall not, by reason of gender, race, creed, or color, discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates.

2. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate against or intimidate any employee involved in the manufacture of supplies, the performance of work, or any other activity required under the contract on account of gender, race, creed, or color.

3. The Contractor and each subcontractor shall establish and maintain a written sexual harassment policy and shall inform their employees of the policy. The policy must contain a notice that sexual harassment will not be tolerated and employees who practice it will be disciplined.

4. The Contractor and each subcontractor shall not discriminate by reason of gender, race, creed, or color against any subcontractor or supplier who is qualified to perform the work to which the contract relates.

5. The Contractor and each subcontractor shall, within the time periods requested by the Commonwealth, furnish all necessary employment documents and records and permit access to their books, records, and accounts by the contracting agency and the Bureau of Small Business Opportunities (BSBO), for purpose of ascertaining compliance with provisions of this Nondiscrimination/Sexual Harassment Clause. Within fifteen (15) days after award of any contract, the Contractor shall be required to complete, sign and submit Form STD-21, the “Initial Contract Compliance Data” form. If the contract is a construction contract, then the Contractor shall be required to complete, sign and submit Form STD-28, the “Monthly Contract Compliance Report for Construction Contractors”, each month no later than the 15th of the month following the reporting period beginning with the initial job conference and continuing through the completion of the project. Those contractors who have fewer than five employees or whose employees are all from the same family or who have completed the Form STD-21 within the past 12 months may, within the 15 days, request an exemption from the Form STD-21 submission requirement from the contracting agency.

6. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in every subcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor.

7. The Commonwealth may cancel or terminate the contract and all money due or to become due under the contract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment Clause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in the Contractor Responsibility File.

V.37 CONTRACT-028.1 Contractor Integrity Provisions (Oct 2013)

It is essential that those who seek to contract with the Commonwealth of Pennsylvania (“Commonwealth”) observe high standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence in the integrity of the Commonwealth procurement process.

In furtherance of this policy, Contractor agrees to the following:

1. Contractor shall maintain the highest standards of honesty and integrity during the performance of this contract and shall take no action in violation of state or federal laws or regulations or any other applicable laws or regulations, or other requirements applicable to Contractor or that govern contracting with the Commonwealth.

2. Contractor shall establish and implement a written business integrity policy, which includes, at a minimum, the requirements of these provisions as they relate to Contractor employee activity with the Commonwealth and Commonwealth employees, and which is distributed and made known to all Contractor employees.

3. Contractor, its affiliates, agents and employees shall not influence, or attempt to influence, any Commonwealth employee to breach the standards of ethical conduct for Commonwealth employees set forth in the Public Official and Employees Ethics Act, 65 Pa.C.S. §§1101 et seq.; the State Adverse Interest Act, 71 P.S. §776.1 et seq.; and the Governor’s Code of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq ., or to breach any other state or

Page 27 federal law or regulation.

4. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a Commonwealth official or employee or to any other person at the direction or request of any Commonwealth official or employee.

5. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a Commonwealth official or employee or to any other person, the acceptance of which would violate the Governor’s Code of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq. or any statute, regulation, statement of policy, management directive or any other published standard of the Commonwealth.

6. Contractor, its affiliates, agents and employees shall not, directly or indirectly, offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for the decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty by any Commonwealth official or employee.

7. Contractor, its affiliates, agents, employees, or anyone in privity with him or her shall not accept or agree to accept from any person, any gratuity in connection with the performance of work under the contract, except as provided in the contract.

8. Contractor shall not have a financial interest in any other contractor, subcontractor, or supplier providing services, labor, or material on this project, unless the financial interest is disclosed to the Commonwealth in writing and the Commonwealth consents to Contractor’s financial interest prior to Commonwealth execution of the contract. Contractor shall disclose the financial interest to the Commonwealth at the time of bid or proposal submission, or if no bids or proposals are solicited, no later than Contractor’s submission of the contract signed by Contractor.

9. Contractor, its affiliates, agents and employees shall not disclose to others any information, documents, reports, data, or records provided to, or prepared by, Contractor under this contract without the prior written approval of the Commonwealth, except as required by the Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, or other applicable law or as otherwise provided in this contract. Any information, documents, reports, data, or records secured by Contractor from the Commonwealth or a third party in connection with the performance of this contract shall be kept confidential unless disclosure of such information is: a. Approved in writing by the Commonwealth prior to its disclosure; or b. Directed by a court or other tribunal of competent jurisdiction unless the contract requires prior Commonwealth approval; or c. Required for compliance with federal or state securities laws or the requirements of national securities exchanges; or d. Necessary for purposes of Contractor’s internal assessment and review; or e. Deemed necessary by Contractor in any action to enforce the provisions of this contract or to defend or prosecute claims by or against parties other than the Commonwealth; or f. Permitted by the valid authorization of a third party to whom the information, documents, reports, data, or records pertain: or g. Otherwise required by law.

10. Contractor certifies that neither it nor any of its officers, directors, associates, partners, limited partners or individual owners has been officially notified of, charged with, or convicted of any of the following and agrees to immediately notify the Commonwealth agency contracting officer in writing if and when it or any officer, director, associate, partner, limited partner or individual owner has been officially notified of, charged with, convicted of, or officially notified of a governmental determination of any of the following: a. Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property.

Page 28 b. Commission of fraud or a criminal offense or other improper conduct or knowledge of, approval of or acquiescence in such activities by Contractor or any affiliate, officer, director, associate, partner, limited partner, individual owner, or employee or other individual or entity associated with: (1) obtaining; (2) attempting to obtain; or (3) performing a public contract or subcontract.

Contractor’s acceptance of the benefits derived from the conduct shall be deemed evidence of such knowledge, approval or acquiescence. c. Violation of federal or state antitrust statutes. d. Violation of any federal or state law regulating campaign contributions. e. Violation of any federal or state environmental law. f. Violation of any federal or state law regulating hours of labor, minimum wage standards or prevailing wage standards; discrimination in wages; or child labor violations. g. Violation of the Act of June 2, 1915 (P.L.736, No. 338), known as the Workers’ Compensation Act, 77 P.S. 1 et seq. h. Violation of any federal or state law prohibiting discrimination in employment. i. Debarment by any agency or department of the federal government or by any other state. j. Any other crime involving moral turpitude or business honesty or integrity.

Contractor acknowledges that the Commonwealth may, in its sole discretion, terminate the contract for cause upon such notification or when the Commonwealth otherwise learns that Contractor has been officially notified, charged, or convicted.

11. If this contract was awarded to Contractor on a non-bid basis, Contractor must, (as required by Section 1641 of the Pennsylvania Election Code) file a report of political contributions with the Secretary of the Commonwealth on or before February 15 of the next calendar year. The report must include an itemized list of all political contributions known to Contractor by virtue of the knowledge possessed by every officer, director, associate, partner, limited partner, or individual owner that has been made by: a. Any officer, director, associate, partner, limited partner, individual owner or members of the immediate family when the contributions exceed an aggregate of one thousand dollars ($1,000) by any individual during the preceding year; or b. Any employee or members of his immediate family whose political contribution exceeded one thousand dollars ($1,000) during the preceding year.

12. Contractor shall comply with requirements of the Lobbying Disclosure Act, 65 Pa.C.S. § 13A01 et seq., and the regulations promulgated pursuant to that law. Contractor employee activities prior to or outside of formal Commonwealth procurement communication protocol are considered lobbying and subjects the Contractor employees to the registration and reporting requirements of the law. Actions by outside lobbyists on Contractor’s behalf, no matter the procurement stage, are not exempt and must be reported.

13. When Contractor has reason to believe that any breach of ethical standards as set forth in law, the Governor’s Code of Conduct, or in these provisions has occurred or may occur, including but not limited to contact by a Commonwealth officer or employee which, if acted upon, would violate such ethical standards, Contractor shall immediately notify the Commonwealth contracting officer or Commonwealth Inspector General in writing.

14. Contractor, by submission of its bid or proposal and/or execution of this contract and by the submission of

Page 29 any bills, invoices or requests for payment pursuant to the contract, certifies and represents that it has not violated any of these contractor integrity provisions in connection with the submission of the bid or proposal, during any contract negotiations or during the term of the contract.

15. Contractor shall cooperate with the Office of Inspector General in its investigation of any alleged Commonwealth employee breach of ethical standards and any alleged Contractor non-compliance with these provisions. Contractor agrees to make identified Contractor employees available for interviews at reasonable times and places. Contractor, upon the inquiry or request of the Office of Inspector General, shall provide, or if appropriate, make promptly available for inspection or copying, any information of any type or form deemed relevant by the Inspector General to Contractor's integrity and compliance with these provisions. Such information may include, but shall not be limited to, Contractor's business or financial records, documents or files of any type or form that refers to or concern this contract.

16. For violation of any of these Contractor Integrity Provisions, the Commonwealth may terminate this and any other contract with Contractor, claim liquidated damages in an amount equal to the value of anything received in breach of these provisions, claim damages for all additional costs and expenses incurred in obtaining another contractor to complete performance under this contract, and debar and suspend Contractor from doing business with the Commonwealth. These rights and remedies are cumulative, and the use or non-use of any one shall not preclude the use of all or any other. These rights and remedies are in addition to those the Commonwealth may have under law, statute, regulation, or otherwise.

17. For purposes of these Contractor Integrity Provisions, the following terms shall have the meanings found in this Paragraph. a. “Confidential information” means information that a) is not already in the public domain; b) is not available to the public upon request; c) is not or does not become generally known to Contractor from a third party without an obligation to maintain its confidentiality; d) has not become generally known to the public through a act or omission of Contractor; or e) has not been independently developed by Contractor without the use of confidential information of the Commonwealth. b. “ Consent” means written permission signed by a duly authorized officer or employee of the Commonwealth, provided that where the material facts have been disclosed, in writing, by pre-qualification, bid, proposal, or contractual terms, the Commonwealth shall be deemed to have consented by virtue of execution of this contract. c. “ Contractor” means the individual or entity that has entered into this contract with the Commonwealth, including those directors, officers, partners, managers, and owners having more than a five percent interest in Contractor. d. “Financial interest” means:

(1) Ownership of more than a five percent interest in any business; or

(2) Holding a position as an officer, director, trustee, partner, employee, or holding any position of management. e. “Gratuity” means tendering, giving or providing anything of more than nominal monetary value including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. The exceptions set forth in the Governor’s Code of Conduct, Executive Order 1980-18 , the 4 Pa. Code §7.153(b), shall apply. f. “Immediate family” means a spouse and any unemancipated child. g. “Non-bid basis” means a contract awarded or executed by the Commonwealth with Contractor without seeking bids or proposals from any other potential bidder or offeror. h. “Political contribution” means any payment, gift, subscription, assessment, contract, payment for services, dues, loan, forbearance, advance or deposit of money or any valuable thing, to a candidate for public office or to a political committee, including but not limited to a political action committee, made for the purpose of influencing any election in the Commonwealth of Pennsylvania or for paying debts incurred by or for a candidate or committee before or after any election.

Page 30 V.38 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010)

For the purpose of these provisions, the term contractor is defined as any person, including, but not limited to, a bidder, offeror, loan recipient, grantee or lessor, who has furnished or performed or seeks to furnish or perform, goods, supplies, services, leased space, construction or other activity, under a contract, grant, lease, purchase order or reimbursement agreement with the Commonwealth of Pennsylvania (Commonwealth). The term contractor includes a permittee, licensee, or any agency, political subdivision, instrumentality, public authority, or other public entity in the Commonwealth.

1. The Contractor certifies, in writing, for itself and its subcontractors required to be disclosed or approved by the Commonwealth, that as of the date of its execution of this Bid/Contract, that neither the Contractor, nor any such subcontractors, are under suspension or debarment by the Commonwealth or any governmental entity, instrumentality, or authority and, if the Contractor cannot so certify, then it agrees to submit, along with its Bid/Contract, a written explanation of why such certification cannot be made.

2. The Contractor also certifies, in writing, that as of the date of its execution of this Bid/Contract it has no tax liabilities or other Commonwealth obligations, or has filed a timely administrative or judicial appeal if such liabilities or obligations exist, or is subject to a duly approved deferred payment plan if such liabilities exist.

3. The Contractor's obligations pursuant to these provisions are ongoing from and after the effective date of the Contract through the termination date thereof. Accordingly, the Contractor shall have an obligation to inform the Commonwealth if, at any time during the term of the Contract, it becomes delinquent in the payment of taxes, or other Commonwealth obligations, or if it or, to the best knowledge of the Contractor, any of its subcontractors are suspended or debarred by the Commonwealth, the federal government, or any other state or governmental entity. Such notification shall be made within 15 days of the date of suspension or debarment.

4. The failure of the Contractor to notify the Commonwealth of its suspension or debarment by the Commonwealth, any other state, or the federal government shall constitute an event of default of the Contract with the Commonwealth.

5. The Contractor agrees to reimburse the Commonwealth for the reasonable costs of investigation incurred by the Office of State Inspector General for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the Commonwealth that results in the suspension or debarment of the contractor. Such costs shall include, but shall not be limited to, salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for investigative costs for investigations that do not result in the Contractor's suspension or debarment.

6. The Contractor may obtain a current list of suspended and debarred Commonwealth contractors by either searching the Internet at http://www.dgs.state.pa.us/ or contacting the:

Department of General Services Office of Chief Counsel 603 North Office Building Harrisburg, PA 17125 Telephone No: (717) 783-6472 FAX No: (717) 787-9138

V.39 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006) a. Pursuant to federal regulations promulgated under the authority of The Americans With Disabilities Act, 28 C.F.R. Section 35.101 et seq., the Contractor understands and agrees that it shall not cause any individual with a disability to be excluded from participation in this Contract or from activities provided for under this Contract on the basis of the disability. As a condition of accepting this contract, the Contractor agrees to comply with the "General Prohibitions Against Discrimination," 28 C.F.R. Section 35.130, and all other regulations promulgated under Title II of The Americans With Disabilities Act which are applicable to all benefits, services, programs, and activities provided by the Commonwealth of Pennsylvania through contracts with outside contractors.

Page 31 b. The Contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth of Pennsylvania from all losses, damages, expenses, claims, demands, suits, and actions brought by any party against the Commonwealth of Pennsylvania as a result of the Contractor's failure to comply with the provisions of Subparagraph a. above.

V.40 CONTRACT-031.1 Hazardous Substances (Oct 2013)

The Contractor shall provide information to the Commonwealth about the identity and hazards of hazardous substances supplied or used by the Contractor in the performance of the Contract. The Contractor must comply with Act 159 of October 5, 1984, known as the "Worker and Community Right to Know Act" (the "Act") and the regulations promulgated pursuant thereto at 4 Pa. Code Section 301.1 et seq. a. Labeling. The Contractor shall ensure that each individual product (as well as the carton, container or package in which the product is shipped) of any of the following substances (as defined by the Act and the regulations) supplied by the Contractor is clearly labeled, tagged or marked with the information listed in Subparagraphs (1) through (4):

1) Hazardous substances: a) The chemical name or common name, b) A hazard warning, and c) The name, address, and telephone number of the manufacturer.

2) Hazardous mixtures: a) The common name, but if none exists, then the trade name, b) The chemical or common name of special hazardous substances comprising .01% or more of the mixture, c) The chemical or common name of hazardous substances consisting 1.0% or more of the mixture, d) A hazard warning, and e) The name, address, and telephone number of the manufacturer.

3) Single chemicals: a) The chemical name or the common name, b) A hazard warning, if appropriate, and c) The name, address, and telephone number of the manufacturer.

4) Chemical Mixtures: a) The common name, but if none exists, then the trade name, b) A hazard warning, if appropriate, c) The name, address, and telephone number of the manufacturer, and d) The chemical name or common name of either the top five substances by volume or those substances consisting of 5.0% or more of the mixture. A common name or trade name may be used only if the use of the name more easily or readily identifies the true nature of the hazardous substance, hazardous mixture, single chemical, or mixture involved.

Page 32 Container labels shall provide a warning as to the specific nature of the hazard arising from the substance in the container.

The hazard warning shall be given in conformity with one of the nationally recognized and accepted systems of providing warnings, and hazard warnings shall be consistent with one or more of the recognized systems throughout the workplace. Examples are:

· NFPA 704, Identification of the Fire Hazards of Materials. · National Paint and Coatings Association: Hazardous Materials Identification System. · American Society for Testing and Materials, Safety Alert Pictorial Chart. · American National Standard Institute, Inc., for the Precautionary Labeling of Hazardous Industrial Chemicals.

Labels must be legible and prominently affixed to and displayed on the product and the carton, container, or package so that employees can easily identify the substance or mixture present therein. b. Material Safety Data Sheet. The contractor shall provide Material Safety Data Sheets (MSDS) with the information required by the Act and the regulations for each hazardous substance or hazardous mixture. The Commonwealth must be provided an appropriate MSDS with the initial shipment and with the first shipment after an MSDS is updated or product changed. For any other chemical, the contractor shall provide an appropriate MSDS, if the manufacturer, importer, or supplier produces or possesses the MSDS. The contractor shall also notify the Commonwealth when a substance or mixture is subject to the provisions of the Act. Material Safety Data Sheets may be attached to the carton, container, or package mailed to the Commonwealth at the time of shipment. V.41 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006)

The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the Commonwealth shall have the right to terminate the Contract without liability or in its discretion to deduct from the Contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.

V.42 CONTRACT-033.1 Applicable Law (Oct 2006)

This Contract shall be governed by and interpreted and enforced in accordance with the laws of the Commonwealth of Pennsylvania (without regard to any conflict of laws provisions) and the decisions of the Pennsylvania courts. The Contractor consents to the jurisdiction of any court of the Commonwealth of Pennsylvania and any federal courts in Pennsylvania, waiving any claim or defense that such forum is not convenient or proper. The Contractor agrees that any such court shall have in personam jurisdiction over it, and consents to service of process in any manner authorized by Pennsylvania law.

V.43 CONTRACT- 034.1b Integration (Nov 30 2006)

This Contract, including the Invitation for Bids, the Contractor's bid, all referenced documents, and any Purchase Order constitutes the entire agreement between the parties. No agent, representative, employee or officer of either the Commonwealth or the Contractor has authority to make, or has made, any statement, agreement or representation, oral or written, in connection with the Contract, which in any way can be deemed to modify, add to or detract from, or otherwise change or alter its terms and conditions. No negotiations between the parties, nor any custom or usage, shall be permitted to modify or contradict any of the terms and conditions of the Contract. No modifications, alterations, changes, or waiver to the Contract or any of its terms shall be valid or binding unless accomplished by a written amendment signed by both parties.

V.44 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006)

In the event there is a conflict among the documents comprising this Contract, the Commonwealth and the Contractor agree on the following order of precedence: the Contract; the IFB; and the Contractor's Bid in Response

Page 33 to the IFB.

V.45 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011)

The terms and conditions of this Contract shall be the exclusive terms of agreement between the Contractor and the Commonwealth. All quotations requested and received from the Contractor are for obtaining firm pricing only. Other terms and conditions or additional terms and conditions included or referenced in the Contractor's quotations, invoices, business forms, or other documentation shall not become part of the parties' agreement and shall be disregarded by the parties, unenforceable by the Contractor and not binding on the Commonwealth.

V.46 CONTRACT-035.1a Changes (Oct 2006)

The Commonwealth reserves the right to make changes at any time during the term of the Contract or any renewals or extensions thereof: 1) to increase or decrease the quantities resulting from variations between any estimated quantities in the Contract and actual quantities; 2) to make changes to the services within the scope of the Contract; 3) to notify the Contractor that the Commonwealth is exercising any Contract renewal or extension option; or 4) to modify the time of performance that does not alter the scope of the Contract to extend the completion date beyond the Expiration Date of the Contract or any renewals or extensions thereof. Any such change shall be made by the Contracting Officer by notifying the Contractor in writing. The change shall be effective as of the date of the change, unless the notification of change specifies a later effective date. Such increases, decreases, changes, or modifications will not invalidate the Contract, nor, if performance security is being furnished in conjunction with the Contract, release the security obligation. The Contractor agrees to provide the service in accordance with the change order. Any dispute by the Contractor in regard to the performance required by any notification of change shall be handled through Contract Controversies Provision.

V.47 CONTRACT-037.1a Confidentiality (Oct 2013)

(a) The Contractor agrees to protect the confidentiality of the Commonwealth’s confidential information. The Commonwealth agrees to protect the confidentiality of Contractor’s confidential information. In order for information to be deemed confidential, the party claiming confidentiality must designate the information as “confidential” in such a way as to give notice to the other party (notice may be communicated by describing the information, and the specifications around its use or disclosure, in the SOW). Neither party may assert that information owned by the other party is such party’s confidential information. The parties agree that such confidential information shall not be copied, in whole or in part, or used or disclosed except when essential for authorized activities under this Contract and, in the case of disclosure, where the recipient of the confidential information has agreed to be bound by confidentiality requirements no less restrictive than those set forth herein. Each copy of such confidential information shall be marked by the party making the copy with any notices appearing in the original. Upon termination or cancellation of this Contract or any license granted hereunder, the receiving party will return to the disclosing party all copies of the confidential information in the receiving party’s possession, other than one copy, which may be maintained for archival purposes only, and which will remain subject to this Contract’s security, privacy, data retention/destruction and confidentiality provisions (all of which shall survive the expiration of this Contract). Both parties agree that a material breach of these requirements may, after failure to cure within the time frame specified in this Contract, and at the discretion of the non-breaching party, result in termination for default pursuant to the DEFAULT provision of this Contract, in addition to other remedies available to the non-breaching party.

(b) Insofar as information is not otherwise protected by law or regulation, the obligations stated in this Section do not apply to information:

(1) already known to the recipient at the time of disclosure other than through the contractual relationship;

(2) independently generated by the recipient and not derived by the information supplied by the disclosing party.

(3) known or available to the public , except where such knowledge or availability is the result of unauthorized

Page 34 disclosure by the recipient of the proprietary information;

(4) disclosed to the recipient without a similar restriction by a third party who has the right to make such disclosure; or

(5) required to be disclosed by law , regulation, court order, or other legal process.

There shall be no restriction with respect to the use or disclosure of any ideas, concepts, know-how, or data processing techniques developed alone or jointly with the Commonwealth in connection with services provided to the Commonwealth under this Contract.

(c) The Contractor shall use the following process when submitting information to the Commonwealth it believes to be confidential and/or proprietary information or trade secrets:

(1) Prepare an un-redacted version of the appropriate document, and

(2) Prepare a redacted version of the document that redacts the information that is asserted to be confidential or proprietary information or a trade secret, and

(3) Prepare a signed written statement that states:

(i) the attached document contains confidential or proprietary information or trade secrets;

(ii) the Contractor is submitting the document in both redacted and un-redacted format in accordance with 65 P.S. § 67.707(b); and

(iii) the Contractor is requesting that the document be considered exempt under 65 P.S. § 67.708(b)(11) from public records requests.

(4) Submit the two documents along with the signed written statement to the Commonwealth.

V.48 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006)

If, prior to the delivery of the awarded item(s) by the Contractor, a price reduction is announced by the original equipment manufacturer, a comparative price reduction will be given to the Commonwealth by the Contractor.

V.49 CONTRACT-051.1 Notice (Dec 2006)

Any written notice to any party under this Contract shall be deemed sufficient if delivered personally, or by facsimile, telecopy, electronic or digital transmission (provided such delivery is confirmed), or by a recognized overnight courier service (e.g., DHL, Federal Express, etc.) with confirmed receipt, or by certified or registered United States mail, postage prepaid, return receipt requested, and sent to following:

a. If to the Contractor: the Contractor's address as recorded in the Commonwealth's Supplier Registration system.

b. If to the Commonwealth: the address of the Issuing Office as set forth on the Contract.

V.50 CONTRACT-052.1 Right to Know Law (Feb 2010) a. The Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, (“RTKL”) applies to this Contract. For the purpose of these provisions, the term “the Commonwealth” shall refer to the contracting Commonwealth agency. b. If the Commonwealth needs the Contractor’s assistance in any matter arising out of the RTKL related to this Contract, it shall notify the Contractor using the legal contact information provided in this Contract. The Contractor, at any time, may designate a different contact for such purpose upon reasonable prior written notice to the

Page 35 Commonwealth. c. Upon written notification from the Commonwealth that it requires the Contractor’s assistance in responding to a request under the RTKL for information related to this Contract that may be in the Contractor’s possession, constituting, or alleged to constitute, a public record in accordance with the RTKL (“Requested Information”), the Contractor shall: 1. Provide the Commonwealth, within ten (10) calendar days after receipt of written notification, access to, and copies of, any document or information in the Contractor’s possession arising out of this Contract that the Commonwealth reasonably believes is Requested Information and may be a public record under the RTKL; and 2. Provide such other assistance as the Commonwealth may reasonably request, in order to comply with the RTKL with respect to this Contract. d. If the Contractor considers the Requested Information to include a request for a Trade Secret or Confidential Proprietary Information, as those terms are defined by the RTKL, or other information that the Contractor considers exempt from production under the RTKL, the Contractor must notify the Commonwealth and provide, within seven (7) calendar days of receiving the written notification, a written statement signed by a representative of the Contractor explaining why the requested material is exempt from public disclosure under the RTKL. e. The Commonwealth will rely upon the written statement from the Contractor in denying a RTKL request for the Requested Information unless the Commonwealth determines that the Requested Information is clearly not protected from disclosure under the RTKL. Should the Commonwealth determine that the Requested Information is clearly not exempt from disclosure, the Contractor shall provide the Requested Information within five (5) business days of receipt of written notification of the Commonwealth’s determination. f. If the Contractor fails to provide the Requested Information within the time period required by these provisions, the Contractor shall indemnify and hold the Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth. g. The Commonwealth will reimburse the Contractor for any costs associated with complying with these provisions only to the extent allowed under the fee schedule established by the Office of Open Records or as otherwise provided by the RTKL if the fee schedule is inapplicable. h. The Contractor may file a legal challenge to any Commonwealth decision to release a record to the public with the Office of Open Records, or in the Pennsylvania Courts, however, the Contractor shall indemnify the Commonwealth for any legal expenses incurred by the Commonwealth as a result of such a challenge and shall hold the Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth, regardless of the outcome of such legal challenge. As between the parties, the Contractor agrees to waive all rights or remedies that may be available to it as a result of the Commonwealth’s disclosure of Requested Information pursuant to the RTKL. i. The Contractor’s duties relating to the RTKL are continuing duties that survive the expiration of this Contract and shall continue as long as the Contractor has Requested Information in its possession.

Page 36 SPECIFICATIONS LESS LETHAL & DUTY GEAR, EQUIPMENT & SUPPLIES IFB 6100027247

CONTRACT SCOPE/OVERVIEW: The Commonwealth of Pennsylvania (COPA), Department of General Services is issuing this Invitation for Bids (IFB) to establish a contract for Law Enforcement Tactical Weapons, Equipment and Supplies. The resulting contract will cover the requirements of all using agencies including, but not limited to, Pennsylvania State Police, Department of Corrections, Fish and Boat Commission, Game Commission, Department of Conservation and Natural Resources, Pennsylvania Board of Probation and Parole and the Attorney General’s Office. The estimated annual usage and spend for this contract is $1,100,000.

The Commonwealth’s requirements for Law Enforcement Tactical Weapons, Equipment and Supplies have been broken down into ten (10) categories of products. Those requirements include products from a specified list of Manufacturers. The categories of products and Manufacturers have been identified on Attachment A, Bid Sheet.

BIDDING: On Attachment A, Bid Sheet, bidders must enter a percentage (%) discount from Manufacturer’s current published price list for each category of Manufacturers’ products they intend to provide. Bidders may offer one or varied discounts across the categories for a manufacturer’s line, but may only offer one discount per category within that manufacturer’s line. The discount must contain a numeric figure not to exceed two (2) decimal places, i.e. 28.75%. Bidders are to complete and submit with their bid, Attachment A, Bid Sheet, in order for their bid to be considered responsive. Bidders are not required to bid on all categories or manufacturers lines.

MANUFACTURERS’ PUBLISHED PRICE LIST: On Tab 3 of Attachment A, Bid Sheet, bidders must identify, by name and date, the current Manufacturer’s published price lists for which their bid discounts are to be applied. Upon request Bidders/Contractors will be required to provide copies of the Manufacturer’s published price lists.

METHOD OF AWARD: The Contract will be a multiple award to all responsive and responsible bidders for the Manufacturers identified in Attachment A. Award of a Contract to a bidder is not a guarantee of business. Using agencies will solicit quotes from the awarded Contractors who can provide the required Manufacturer’s products. The using agency will select a Contractor based on a Best Value Determination. All awarded Contractors will be responsible for receiving all Contract purchase orders and submitting invoices for reimbursement in accordance with the Contract Terms and Conditions.

BEST VALUE DETERMINATION: Using agencies will be required to issue a Request for Quotations (RFQ) from all Contractors who can provide the required Manufacturer’s products. Price will be used as the primary best value factor but other considerations such as delivery times and availability may also be considered. The using agency must specify the Best Value Determination criteria on the RFQ. In response to an RFQ Contractors may quote a price which is lower than or equal to the discount from manufacturer’s price list which is identified on their contract; Contractors may not quote a higher price.

MINIMUM DELIVERY: There is no minimum delivery requirement for this contract.

Page 1 of 3 SPECIFICATIONS LESS LETHAL & DUTY GEAR, EQUIPMENT & SUPPLIES IFB 6100027247

EXCLUSIONS: The products listed below are considered exclusions and are not covered under this contract.

• Firearms and Ammunition • Uniforms: Duty or otherwise. • Clothing, including but not limited to, coats, shirts, pants, hats, caps, etc. • Boots and Shoes • Eye wear • Cleaning Kits and accessories

MANUFACTURER’S AUTHORIZATION: If a bidder is not the Manufacturer of the offered products, the bidder must upon request provide a letter signed by the Manufacturer stating that the bidder is authorized to sell said Manufacturer‘s products and that the Manufacturer will honor any responsibilities under the warranty for products sold by the bidder.

PRICING AND PRODUCT UPDATES: The Bidder(s) % discount and identified price lists will be in effect for the initial term of the Contract, as identified in the Contract Terms and Conditions. At renewal time Contractors are permitted to request an adjustment to the percentage discount or submit new manufacturer’s price lists reflecting new and/or discontinued products. Any percentage discount adjustments on existing or new price list submittals cannot decrease from the awarded percentage discounts, however, can increase yielding greater percentage discounts. In addition, Contractors may at renewal time adjust which Manufacturers they represent, which are identified in this contract. All Contract adjustments must be submitted in writing to the Contracting Officer in accordance with Renewal of Contract Terms.

RECEIVING: It is required that the Contractors communicate and confirm special delivery requirements and/or instructions. Delivery scheduling must be communicated on an individual basis, per agency, due to various receiving hours and warehouse requirements. Non-compliance of this communication will result in possible rejection of delivery.

SECURITY: (For Department of Corrections’ Deliveries Only.) All Contractors or their sub-Contractors who utilize regular delivery transportation must submit clearance checks through the original Contractor for all drivers (regardless if delivery is inside or outside of the fence). Common carriers will not be required to render clearance checks; however, they are subject to search and escort procedures. ALL CARRIERS reporting to outside warehouses must secure their vehicle (windows closed and doors locked), sign in at warehouse and wait for further directions from Correctional staff. http://www.cor.state.pa.us/portal/server.pt/community/clearance_request/20648

CONFIRMATION OF PURCHASE ORDER (PO): Awarded Contractor is responsible for acknowledging receipt of PO within twenty-four (24) hours. Acknowledgement must be given to ordering agency via email or fax.

Page 2 of 3 SPECIFICATIONS LESS LETHAL & DUTY GEAR, EQUIPMENT & SUPPLIES IFB 6100027247

ADD/DELETE: DGS reserves the right to add or delete product categories and/or Manufacturers to this Contract at Commonwealth discretion. In the event that a new category or Manufacturer should be added or deleted, the following procedures will be followed.

a) ADDITION: A supplemental bid will be issued to add new categories or Manufacturers. b) DELETION: Contractors will be notified in writing of any categories or Manufacturers which are being deleted from the Contract.

USAGE REPORTS: Upon request Contractors will be required to provide usage reports on contract spend. These reports at a minimum will be required to include: Ordering agency, product type (description), quantity purchased, unit price, and extended unit price.

CONTRACTING OFFICE: This contract is administered by the Commonwealth of Pennsylvania, Department of General Services, Bureau of Procurement. All inquiries should be referred to:

Jeff Henry, Contracting Officer Department of General Services Bureau of Procurement 6th Floor 555 Walnut Street Harrisburg, PA 17101-1914 Telephone: (717) 346-3847 Facsimile: (717) 783-6241 Email: [email protected]

Page 3 of 3 IFB 6100027247 Less Lethal & Duty Gear, Equipment & Supplies Attachment A, Bid Sheet Tab 1, Bidder Information

MARKL SUPPLY COMPANY, INC. LEE MARKL, SR. Company Name: Point of Contact:

Company Address:

904 PERRY HIGHWAY

PITTSBURGH, PA 15229-1169

[email protected] 412-358-9660 X204 E-mail Address: Phone Number:

412-358-8552 151767 Fax Number: SAP Vendor Number: IFB 6100027247 Less Lethal & Duty Gear, Equipment & Supplies Attachment A, Bid Sheet Tab 2, Categories & Discounts INSTRUCTIONS:

1. Bidders can be a Manufacturer/OEM or an authorized dealer or representative.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

3. Enter the discount from manufacturers current pulished price list in the product category columns for the Manufacturers products you intend to provide. Bidders may offer one or varied discounts across the categories for a manufacturer’s line, but may only offer one discount per category within that manufacturer’s line. The discount must contain a numeric figure not to exceed two (2) decimal places, i.e. 28.75%.

4. This form must be completed and returned with your bid. Failure to complete and return this form will result in rejection of the bid.

MARKL SUPPLY COMPANY, INC. 151767 COMPANY NAME: SAP VENDOR NUMBER:

Oleoresin Chemical Capsicum (OC) Weapons Helmets, Electroshock Munitions, Duty Belts, NAME OF Products, Tactical Scopes & Binoculars & Cases, Bipods, Shields (Non Restraints Weapons & Deployment Holsters & MANUFACTURER/OEM Deployment Lights Sights Rangefinders Shooting Ballistic) Gas Accessories Equipment & Pouches Equipment & Sticks & Slings Masks & Batons Accessories Accessories Taser

Karbon Arms

SABRE 20%

Deftech

Combined Tactical Systems 20% 10% 20% Surefire 25% Steamlight 35% Trijicon 20% EOTech 20% 15%

Red Dot

Leupold

Steiner

Nikon

Monadnock

Peltor

MSA

FNH USA

Pelican

DLS Weapons Storage IFB 6100027247 Less Lethal & Duty Gear, Equipment & Supplies Attachment A, Bid Sheet Tab 2, Categories & Discounts INSTRUCTIONS:

1. Bidders can be a Manufacturer/OEM or an authorized dealer or representative.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

3. Enter the discount from manufacturers current pulished price list in the product category columns for the Manufacturers products you intend to provide. Bidders may offer one or varied discounts across the categories for a manufacturer’s line, but may only offer one discount per category within that manufacturer’s line. The discount must contain a numeric figure not to exceed two (2) decimal places, i.e. 28.75%.

4. This form must be completed and returned with your bid. Failure to complete and return this form will result in rejection of the bid.

MARKL SUPPLY COMPANY, INC. 151767 COMPANY NAME: SAP VENDOR NUMBER:

Oleoresin Chemical Capsicum (OC) Weapons Helmets, Electroshock Munitions, Duty Belts, NAME OF Products, Tactical Scopes & Binoculars & Cases, Bipods, Shields (Non Restraints Weapons & Deployment Holsters & MANUFACTURER/OEM Deployment Lights Sights Rangefinders Shooting Ballistic) Gas Accessories Equipment & Pouches Equipment & Sticks & Slings Masks & Batons Accessories Accessories Blackhawk 30% 30% 25% Safariland

Harris Bipods

Avon Protection

Gould & Goodrich 50% ASP 25% 25% 20% Hatch

Aimpoint 20% Condor 30% 30% Eagle Industries

Tactical Tailor

RIPP Restraints International, Inc 15% Jersey Tactical

Peerless 25% IFB 6100027247 Less Lethal & Duty Gear, Equipment & Supplies Attachment A, Bid Sheet Tab 3 - Manfufacturers' Published Price Lists INSTRUCTIONS:

1. Identify, by name and date, the current Manufacturer’s published price list for which your bid discounts are to be applied.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

COMPANY NAME: MARKL SUPPLY COMPANY, INC. SAP VENDOR NUMBER: 151767

NAME OF NAME AND DATE OF MANUFACTURERS' CURRENT PUBLISHED PRICE LIST(S) MANUFACTURER/OEM

Taser

Karbon Arms

SABRE Sabre 2014 LE Retail Price List eff. 1/1/14

Deftech

Combined Tactical Systems CTS Less Lethal 2014 Agency Price List; CTS Penn Arms 2014 Agency Price List; CTS Thompson 2014 Retail Price List

Surefire Surefire 2014 Retail Price List

Steamlight Streamlight 2014 MSRP Price List eff. 3/1/14

Trijicon Trijicon 2014 Retail Price List

EOTech EOTech 2014 Retail Price List eff. 1/1/14

Red Dot

Leupold

Steiner

Nikon

Monadnock

Peltor

MSA IFB 6100027247 Less Lethal & Duty Gear, Equipment & Supplies Attachment A, Bid Sheet Tab 3 - Manfufacturers' Published Price Lists INSTRUCTIONS:

1. Identify, by name and date, the current Manufacturer’s published price list for which your bid discounts are to be applied.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

COMPANY NAME: MARKL SUPPLY COMPANY, INC. SAP VENDOR NUMBER: 151767

NAME OF NAME AND DATE OF MANUFACTURERS' CURRENT PUBLISHED PRICE LIST(S) MANUFACTURER/OEM

FNH USA

Pelican

DLS Weapons Storage

Blackhawk BLACKHAWK! 2014 Retail Price List 1/1/14

Safariland

Harris Bipods

Avon Protection

Gould & Goodrich Gould & Goodrich 2014 Suggested Retail Price List eff. 1/1/14; G&G/Markl Supply 2014 Specialty Item Price List

ASP ASP 2014 Retail Price Schedule

Hatch

Aimpoint Aimpoint, Inc. 2014 Price List, North America eff. 1/1/14

Condor Condor Outdoor Products, Inc. MSRP Price List, eff. 1/13/2014

Eagle Industries

Tactical Tailor

RIPP Restraints International, Inc RIPP Restraints International, Inc. Price List eff. 5/1/2014

Jersey Tactical IFB 6100027247 Less Lethal & Duty Gear, Equipment & Supplies Attachment A, Bid Sheet Tab 3 - Manfufacturers' Published Price Lists INSTRUCTIONS:

1. Identify, by name and date, the current Manufacturer’s published price list for which your bid discounts are to be applied.

2. Type your Company Name and SAP Vendor Number in the spaces provided.

COMPANY NAME: MARKL SUPPLY COMPANY, INC. SAP VENDOR NUMBER: 151767

NAME OF NAME AND DATE OF MANUFACTURERS' CURRENT PUBLISHED PRICE LIST(S) MANUFACTURER/OEM

Peerless Peerless Handcuff Company MSRP Price List eff. 1/1/2012 STATE OF MANUFACTURE CHART

THIS FORM MUST BE COMPLETED AND RETURNED WITH THE BID

The Reciprocal Limitations Act 146 requires the Department to give Pennsylvania resident bidders a preference against a non-resident bidder from any state that gives or requires a preference to bidders from that state. The amount of preference shall be equal to the amount of preference applied by the state of the non-resident bidder. More information on this Act, or how to claim preference, can be obtained at our internet site at www.dgs.state.pa.us, by faxing a request to 717 787 -0725, or by calling Vendor Services at 717 787-2199 or 4705.

All bidders must complete the following chart by listing the name of the manufacturer and the state (or foreign country) of manufacture for each item. If the item is domestically produced, the bidder must indicate the state in the United States where the item will be manufactured. This chart must be completed and submitted with the bid or no later than two (2) business days after notification from the Department of General Services to furnish the information. Failure to complete this chart and provide the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid.

ITEM NUMBER NAME OF MANUFACTURER STATE (OR FOREIGN COUNTRY) OF MANUFACTURE Sabre MO Combined Systems PA

Surefire CA Streamlight PA Trijicon MI EOTech MI Blackhawk IA Gould & Goodrich NC ASP WI Aimpoint VA Peerless MA

BIDDER’S RESIDENCY

A. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the address given on the first page of this invitation for bid shall be used by the Department of General Services. If that address is incorrect, or if no address is given, the correct address should be provided in the space below:

Correct Address:

MARKL SUPPLY COMPANY, INC.

904 Perry Highway

Pittsburgh, PA 15229

Revised 6/8/98

LOBBYING CERTIFICATION FORM

Certification for Contracts, Grants, Loans, and Cooperative Agreements

The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure of Lobbying Activities, which can be found at:

http://www.whitehouse.gov/sites/default/files/omb/assets/omb/grants/sflllin.pdf

(3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed under Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for such failure.

SIGNATURE: ______

TITLE: ______President ______DATE: ____02/09/2014______

BOP-1307 Revised 11/7/2013

Department of General Services GSPUR-89 Rev. 11/01/12

RECIPROCAL LIMITATIONS ACT REQUIREMENTS

Please Complete Applicable Portion of Pages 3 & 4 and Return with Bid.

NOTE: These Requirements Do Not Apply To Bids Under $10,000.00

I. REQUIREMENTS

A. The Reciprocal Limitations Act requires the Commonwealth to give preference to those bidders offering supplies produced, manufactured, mined or grown in Pennsylvania as against those bidders offering supplies produced, manufactured, mined or grown in any state that gives or requires a preference to supplies produced, manufactured, mined or grown in that state. The amount of the preference shall be equal to the amount of the preference applied by the other state for that particular supply.

The following is a list of states which have been found by the Department of General Services to have applied a preference for in- state supplies and the amount of the preference:

STATE PREFERENCE

1. Alaska 7% (applies only to timber, lumber, and manufactured lumber products originating in the state) 2. Arizona 5% (construction materials produced or manufactured in the state only) 3. Hawaii 10% 4. Illinois 10% for coal only 5. Iowa 5% for coal only 6. Louisiana 4% meat and meat products 4% catfish 10% milk & dairy products 10% steel rolled in Louisiana 7% all other products 7. Montana 5% for residents * 3% for non-residents* *offering in-state goods, supplies, equipment and materials 8. New Mexico 5% 9. New York 3% for purchase of food only 10. Oklahoma 5% 11. Virginia 4% for coal only 12. Washington 5% (fuels mined or produced in the state only) 13. Wyoming 5%

B. The Reciprocal Limitations Act requires the Commonwealth to give preference to those bidders offering printing performed in Pennsylvania as against those bidders offering printing performed in any state that gives or requires a preference to printing performed in that state. The amount of the preference shall be equal to the amount of the preference applied by the other state for that particular category of printing.

The following is a list of states which have been found by the Department of General Services to have applied a preference for in- state printing and the amount of the preference:

STATE PREFERENCE

1. Hawaii 15% 2. Idaho 10% 3. Louisiana 3% 4. Montana 8% 5. New Mexico 5% 6. Wyoming 10%

C. The Reciprocal Limitations Act, also requires the Commonwealth to give resident bidders a preference against a nonresident bidder from any state that gives or requires a preference to bidders from that state or exclude bidders from states that exclude nonresident bidders. The amount of the preference shall be equal to the amount of the preference applied by the state of the nonresident bidder. The following is a list of the states which have been found by the Department of General Services to have applied a preference for in-state bidders and the amount of the preference:

STATE PREFERENCE

1. Alaska 5%(supplies only) 2. Arizona 5%(construction materials from Arizona resident dealers only) 3. California 5%(for supply contracts only in excess of $100,000.00)

Department of General Services GSPUR-89 Rev. 11/01/12

Page 1 of 4

4. Connecticut 10%(for supplies only) 5. Montana 3% 6. New Mexico 5%(for supplies only) 7. South Carolina 2%(under $2,500,000.00) 1%(over $2,500,000.00) This preference does not apply to construction contracts nor where the price of a single unit exceeds $10,000. 8. West Virginia 2.5%(for the construction, repair or improvement of any buildings 9. Wyoming 5%

STATE PROHIBITION

1. New Jersey For supply procurements or construction projects restricted to Department of General Services Certified Small Businesses, New Jersey bidders shall be excluded from award even if they themselves are Department of General Services Certified Small Businesses.

D. The Reciprocal Limitations Act also requires the Commonwealth not to specify, use or purchase supplies which are produced, manufactured, mined or grown in any state that prohibits the specification for, use, or purchase of such items in or on its public buildings or other works, when such items are not produced, manufactured, mined or grown in such state. The following is a list of the states which have been found by the Department of General Services to have prohibited the use of out-of-state supplies:

STATE PROHIBITION

1. Alabama Only for printing and binding involving ”messages of the Governor to the Legislature“, all bills, documents and reports ordered by and for the use of the Legislature or either house thereof while in session; all blanks, circulars, notices and forms used in the office of or ordered by the Governor, or by any state official, board, commission, bureau or department, or by the clerks of the supreme court . . ./and other appellate courts/; and all blanks and forms ordered by and for the use of the Senate and Clerk or the House of Representatives, and binding the original records and opinions of the Supreme Court . . . /and other appellate courts/ 2. Georgia Forest products only 3. Indiana Coal 4. Michigan Printing 5. New Mexico Construction 6. Ohio Only for House and Senate bills, general and local laws, and joint resolutions; the journals and bulletins of the Senate and house of Representatives and reports, communications, and other documents which form part of the journals; reports, communications, and other documents ordered by the General Assembly, or either House, or by the executive department or elective state officers; blanks, circulars, and other work for the use of the executive departments, and elective state officers; and opinions of the Attorney General. 7. Rhode Island Only for food for state institutions.

*If the bid discloses that the bidder is offering to supply one of the above-listed products that is manufactured, mined, or grown in the listed state, it shall be rejected. Contractors are prohibited from supplying these items from these states.

II. CALCULATION OF PREFERENCE

In calculating the preference, the amount of a bid submitted by a Pennsylvania bidder shall be reduced by the percentage preference which would be given to a nonresident bidder by its state of residency (as found by the Department of General Services in Paragraph C above). Similarly, the amount of a bid offering Pennsylvania goods, supplies, equipment or materials shall be reduced by the percentage preference which would be given to another bidder by the state where the goods, supplies, equipment or materials are produced, manufactured, mined or grown (as found by the Department of General Services in Paragraphs A and B above).

Page 2 of 4

Department of General Services GSPUR-89 Rev. 11/01/12

THIS FORM MUST BE COMPLETED AND RETURNED WITH THE BID

III. STATE OF MANUFACTURE

All bidders must complete the following chart by listing the name of the manufacturer and the state (or foreign country) of manufacture for each item. If the item is domestically produced, the bidder must indicate the state in the United States where the item will be manufactured. This chart must be completed and submitted with the bid or no later than two (2) business days after notification from the Issuing Office to furnish the information. Failure to complete this chart and provide the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid.

STATE (OR FOREIGNCOUNTRY) ITEM NUMBER NAME OF MANUFACTURER OF MANUFACTURE RIPP Restraints Intl. FL

Condor CA

See additional list.

IV. BIDDER’S RESIDENCY

A. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the address given on the first page of this invitation to bid shall be used by the Commonwealth. If that address is incorrect, or if no address is given, the correct address should be provided in the space below:

Correct Address: MARKL SUPPLY COMPANY, INC.

904 PERRY HIGHWAY

PITTSBURGH, PA 15229

Page 3 of 4

Department of General Services GSPUR-89 Rev. 11/01/12

B. In order to claim the preference provided under Section I.B., Pennsylvania resident bidders must complete the following or have such information on file with the Issuing Office:

1. Address of bidder’s bona fide establishment in Pennsylvania at which it was transacting business on the date when bids for this contract/requisition were first solicited: 904 Perry Highway, Pittsburgh, PA 15229

2. a. If the bidders is a corporation:

(1) The corporation X is or is not incorporated under the laws of the Commonwealth of Pennsylvania. (a) If the bidder is incorporated under the laws of the Commonwealth of Pennsylvania, provide date of incorporation: 10/1989

(b) If the bidder is not incorporated under the laws of the Commonwealth of Pennsylvania, it must have a certificate of authority to do business in the Commonwealth of Pennsylvania from the Pennsylvania Department of State as required by the Pennsylvania Business Corporation Law (15 P.S. §2001). Provide date of issuance of certificate of authority:

(2) The corporation X is or is not conducting business in Pennsylvania under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, it must register the fictitious name with the Secretary of the Commonwealth and the office of the prothonotary of the county wherein the registered office of such corporation is located as required by the Fictitious Corporate Name Act, as amended 15 P.S. §51 et seq. Corporate bidders conducting business under an assumed or fictitious name must provide date of registry of the assumed or fictitious name: 1985

b. If the bidder is a partnership:

(1) The partnership is or is not conducting business in Pennsylvania under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, it must file with the Secretary of the Commonwealth and the office of the prothonotary the county wherein the principal place of business is located as required by the Fictitious Name Act of May 24, 1945, P.L. 967, as amended 54 P.S. §28.1. Partnerships conducting business under an assumed or fictitious name must provide the date of filing of the assumed or fictitious name with the Secretary of the Commonwealth:

(2) The partnership is or is not a limited partnership formed under the laws of any jurisdiction other than the Commonwealth of Pennsylvania. If the bidder is an Out-of-state limited partnership, it must register with the Pennsylvania Department of State as required by the Act of July 10, 1981, P.L. 237, as amended, 59 Pa. C.S.A. §503. Out-of-state limited partnerships must provide the date of registry with the Pennsylvania Department of State:

c. If the bidder is an individual:

He or she is or is not conducting business under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, he or she must file with the Secretary of the Commonwealth and the office of the prothonotary in the county wherein the principal place of business is located as required by the Fictitious Name Act of May 24, 1945, P.L. 967, as amended, 54 P.S. §28.1. Individuals conducting business under an assumed or fictitious name must provide the date of filing of the assumed or fictitious name with the Secretary of the Commonwealth:

Page 4 of 4

SOLICITATION ADDENDUM

Date: 2/4/14 Subject: Less Lethal and Duty Gear Solicitation Number: 6100027247 Due Date/Time: 2/7/14 1:00 Addendum Number: 1

To All Suppliers:

The Commonwealth of Pennsylvania defines a solicitation “Addendum” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals).

List any and all changes: Adding several Manufacturer on Attachment A : Aimpoint, Condor, Eagle Industries, Tactical Tailor, RIPP Restraints International Inc., Jersey Tactical & Peerless.

Type of Solicitation: Electronic Bid (SRM) - Review the Questions section of your solicitation response to ensure you have responded, as required, to any questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written.

Respectfully,

Name: Jeff Henry Title: Commodity Specialist Phone: 717-346-3847 Email: [email protected]

BOP-1305 Published 12/05/2013

SOLICITATION ADDENDUM

Date: 2/5/14 Subject: Less Lethal and Duty Gear Solicitation Number: 6100027247 Due Date/Time: 2/7/14 1:00 Addendum Number: 2

To All Suppliers:

The Commonwealth of Pennsylvania defines a solicitation “Addendum” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals).

List any and all changes:

1. Changed Bid Submission date from 2/7/2014 to 2/11/2014.

2. QUESTION: Would you please clarify for me on this if this contract award is based on the same principal as the PA Costars contract; that if you submit a bid for a specific brand/line item that you are awarded this line as well as any other distributor who bids the same line. Or is this contract to be awarded to a single bidder for that specific line based on the best discount offered to the State.

ANSWER: Please refer to the Specifications, Section, Method of Award: "The Contract will be a multiple award to all responsive and responsible bidders for the Manufacturers identified in Attachment A…"

3. QUESTION: II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission and II.4 II- IFB-017.1b Reciprocal Limitations Act – Electronic Submittal Both of these sections refer to having to include documents with the electronic bid submission. However I did not find any additional documents included with the online bid to complete, save, and upload to this contract. Can you please advise?

ANSWER: This Addendum #2 has added Attachments BOP-1307, Lobbying Certification Form, and GSPUR- 89, Reciprocal Limitations Act Requirements, to the bid. All bidders are required to complete both of these attachments and submit them with their bid.

4. QUESTION: Confirmation to Price Sheets. Reviewing the information for bid submission, it appears that you do not need us to submit copies of the actual price lists with the electronic submission. Just the list of manufacturers bid, the discounts offered in each category, and on part two, the manufacturer price list name and date. Can you please reconfirm that price lists do not need to be supplied with the bid.

ANSWER: Please refer to the Specifications, Section, Manufacturer's Published Price List, for clarification.

BOP-1305 Published 12/05/2013

5. QUESTION: We currently hold a PA COSTARS Contract for Emergency Loose Responders and Supplies #012-080. Do we simply need to include a copy of our renewal confirmation and payment receipt of $1500.00, or in order to extend this contract do we need to pay additional fees etc.?

ANSWER: Under the COSTARS Program, the fees are required to be paid for each applicable contract, per contract year. If you are awarded a contract as a result of this bid, #6100027247, and choose to participate in the COSTARS program you will be required to pay the applicable COSTARS fee.

6. QUESTION: If I am a manufacturer can I bid direct then name a distributor of the product or if I bid direct do have to sell direct?

ANSWER: Please refer to the Specifications, Section, Method of Award, which indicates: "All awarded Contractors will be responsible for receiving all Contract purchase orders and submitting invoices for reimbursement in accordance with the Contract Terms and Conditions." Therefore, as an awarded Contractor you can be a manufacturer or distributor; however, as the awarded Contractor you are responsible for receiving all orders from Commonwealth agencies and for submitting invoices for reimbursement to the Commonwealth.

Type of Solicitation: Electronic Bid (SRM) - Review the Questions section of your solicitation response to ensure you have responded, as required, to any questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written.

Respectfully,

Name: Jeff Henry Title: Commodity Specialist Phone: 717-346-3847 Email: [email protected]

BOP-1305 Published 12/05/2013

SOLICITATION ADDENDUM

Date: 2/10/14 Subject: Less Lethal and Duty Gear Solicitation Number: 6100027247 Due Date/Time: 2/11/14 1:00 Addendum Number: 3

To All Suppliers:

The Commonwealth of Pennsylvania defines a solicitation “Addendum” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals).

List any and all changes:

QUESTION-Regarding the State of Manufacturer Chart document that was listed on the EMarketplace. This is set up more for a bid that is requesting specific items, not an entire manufacturer price list of items. Does this document need to be completed and submitted with the bid? I’m sure that each manufacturer produces their products in more than one location State/Country depending on the product.

ANSWER-YES, the State of Chart DOES NEED to be submitted with the bid. If there are several states for each manufacturer you can state on the chart “SEE ATTACHED” and then attach a sheet with all of the manufacturers and their manufacturing states.

Type of Solicitation: Electronic Bid (SRM) - Review the Questions section of your solicitation response to ensure you have responded, as required, to any questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written.

Respectfully,

Name: Jeff Henry Title: Commodity Specialist Phone: 717-346-3847 Email: [email protected]

BOP-1305 Published 12/05/2013