Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
90-14 RESOLUTION
RESOLUTION NO.90-14 A RESOLUTION TO AMEND RESOLUTION NO. 218-13 TO APPROVE A CHANGE ORDER AND AUTHORIZE A PAYMENT IN THE AMOUNT OF $3,451.74 TO ROYAL COMMUNICATIONS, INC. FOR PHASE ONE OF THE ACCESS CONTROL PROJECT; TO AUTHORIZE A PAYMENT OF $25,459.11 TO ROYAL COMMUNICATIONS, INC. FOR EQUIPMENT ALREADY PURCHASED FOR PHASE TWO; TO CANCEL THE EXISTING CONTRACT WITH ROYAL COMMUNICATIONS, INC. FOR PHASES TWO AND THREE; TO APPROVE A CONTRACT WITH ELECTRA LINK, INC. THROUGH RFP 13-11 FOR PHASES TWO AND THREE OF THE ACCESS CONTROL PROJECT IN THE TOTAL AMOUNT OF $42,206.00; TO AUTHORIZE A TEN PERCENT (10%) PROJECT CONTINGENCY; AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a change order and authorizes payment to Royal Communications, Inc., in the amount of $3,451.74 for Phase One of the Access Control Project. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby authorizes a payment of $25,459.11 to Royal Communications, Inc. for equipment already purchased for installation at the Recycling and Trash Collection Division. Section 3. That the City Council of the City of Fayetteville, Arkansas, hereby cancels the existing contract with Royal Communications, Inc. pursuant to Section 6 of that contract. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract with Electra Link, Inc. through RFP 13-11 to complete Phase Two and Phase Three of the Access Control Project in the total amount of $42,206.00 and further approves a ten percent (10%) project contingency for each phase. Section 5. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached hereto as Exhibit "A". Page 2 Resolution 90-14 PASSED and APPROVED this 6 h day of May, 2014. APPROVED: IC ATTEST: By: 4w, S DNO RA E. SMITH, City ClerkmwKer R K / T "' 1 °\T Y �� ° f A YErTEVIL L E" "' W A NSP� ��eo City of Fayetteville Item Review Form Dale Vanderford Submitted By 2014-0196 Legistar File Number 05/06/14 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Action Required: Information Technology Department Amendment of Resolution# 218-13 to cancel an existing contract with Royal Communications, Inc. after a change order and final payment in the amount of $65,539.85 and approving a contract with Electra Link, Inc. through RFP 13-11, for Phase 2 and Phase 3 for installation for the Recycling and Trash Collection Division (Phase 2) and Fayetteville Executive Airport (Phase 3), authorizing a 10% contingency and approving a budget adjustment. Does this item have a cost? Y@S $111,966.85 $111,966.85 PD, Solid Waste, Aviation Cost of this request Category or Project Budget Program or Project Name various $0.00 PD, Solid Waste, Aviation Account Number Funds Used to Date Program or Project Category various $0.00 PD, Solid Waste, Aviation Project Number Remaining Balance Fund Name Budgeted Item? Yes Budget Adjustment Attached? YeS V20130812 Previous Ordinance or Resolution # 128-13FA Original Contract Number: NSA Comments: This request includes a final payment of $40,080.74 from PD and $25,459.11 from Recycling and Trash resulting in a final total payment to Royal Communications in the amount of $65,539.85. The revised contract amount for Recycling & Trash Collection totals $31,753 for Phase 2 and Fayetteville Executive Airport for $10,453 for Phase 3 to instol an access control and security system, plus a 10° ntingency for each phase. �' CITY OF Tay I Iq CITY COUNCIL AGENDA MEMO ARKANS MEETING DATE: 05/06/2014 TO: Fayetteville City Council and Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff FROM: Dale Vanderford DATE: Friday, April 18, 2014 SUBJECT: Amendment of Resolution 218-13 through RFP 13-11 RECOMMENDATION: Amend Resolution 218-13 to (1) approve a change order and authorize a payment in the amount of $3,451.74 with Royal Communications, Inc. (2) authorize a payment of $25,459.11 for equipment ordered for the Recycling and Trash Collection Division, (3) cancel the existing contract with Royal Communications, Inc., and (4) approve a contract with Electra Link, Inc. through RFP 13-11, for Phase 2 at the Recycling and Trash Collection Division ($31,752 plus 10% project contingency) and Phase 3 at the Fayetteville Executive Airport (10,452.09 plus 10% project contingency) for the installation of a new access control and security system, authorizing a 10% contingency, and approving a budget adjustment. The contract as presented also includes authorization for Electra Link, Inc. to do additional projects on an as needed basis for the next four (4) years. BACKGROUND: The City advertised for RFP 13-11, Access Control and Security System in July 2013. Proposals were received in August 2013 and a total of three firms responded. The selection committee voted to Royal Communications, Inc. first and Electra Link, Inc. second. In November 2013, the City passed Resolution 218-13 and approved a contract with Royal Communications, Inc. for three (3) initial phases of work plus additional work as needed for up to five (5) years. The contract approved by City Council included a clause stating "This contract may be terminated without penalty by the City of Fayetteville or Royal Communications, Inc. with thirty (30) days written notice." On Tuesday, April 08, 2014, the City sent written notice via e-mail to Royal Communications, Inc. informing its decision to cancel the contract under the stated clause. Royal Communications, Inc. completed Phase 1 for the Fayetteville Police Department. Due to the fact that Royal Communications, Inc. had already ordered equipment for Phase 2, Recycling and Trash Collection, the City recommends purchasing the equipment ordered from Royal Communications, Inc. and providing it to Electra Link, Inc. for installation. Below is a summary of Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 final payments due to Royal Communications, Inc. and new contract amounts with Electra Link, Inc. The charts below do not include the 10% contingency amounts which are also being requested for each phase. Royal Communications Summary of Final Payments Due Original Contract Amount - Police Dept. $ 61,629.00 :a +Change Order #1- Police Dept. $ 3,451.74 E -Less Payment Made $ 25,000.00 O =fU Tr+�I hr.tn frinrrr Dnti? n nnn+ I t dh nQA 7d & Trash - Equipment Purchased 1 $ 25,459.111 -Less Payments Made) $ - Electra Link, Inc. Summary of Phase 2 and Phase 3 Original Price $ 65,044.36 06 c QJ 'L - Less Adjustment for City supplied equipment $ 33,291.40 Total Bid Amount: Phase 2 $ 31,752;96 10riginal Price 1 $ 10,452.09 a L Less Adjustment for City supplied equipment $ - Q Total Bid Amount: Phase 3 $ 10,452. DISCUSSION: Amending Resolution 218-13 to award a contract with Electra Link, Inc. will allow the City to move forward with the needed access control and security system for the Recycling and Trash Collection Divison, Fayetteville Executive Airport, and other projects as needed for approximately the next four (4) years. BUDGET/STAFF IMPACT: A budget adjustment is attached to cover additional expenses for the Recycling & Trash Collection Division and Fayetteville Executive Airport. Any additional individual project over $20,000 will be presented for approval by the Fayetteville City Council. 2 RESOLUTION NO. A RESOLUTION TO AMEND RESOLUTION NO. 218-13 TO APPROVE A CHANGE ORDER AND AUTHORIZE A PAYMENT IN THE AMOUNT OF $3,451.74 TO ROYAL COMMUNICATIONS, INC. FOR PHASE ONE OF THE ACCESS CONTROL PROJECT; TO AUTHORIZE A PAYMENT OF $25,459.11 TO ROYAL COMMUNICATIONS, INC. FOR EQUIPMENT ALREADY PURCHASED FOR PHASE TWO; TO CANCEL THE EXISTING CONTRACT WITH ROYAL COMMUNICATIONS, INC. FOR PHASES TWO AND THREE; TO APPROVE A CONTRACT WITH ELECTRA LINK, INC. THROUGH RFP 13-11 FOR PHASES TWO AND THREE OF THE ACCESS CONTROL PROJECT IN THE TOTAL AMOUNT OF $42,206.00; TO AUTHORIZE A TEN PERCENT (10%) PROJECT CONTINGENCY; AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a change order and authorizes payment to Royal Communications, Inc., in the amount of $3,451.74 for Phase One of the Access Control Project. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby authorizes a payment of $25,459.11 to Royal Communications, Inc. for equipment already purchased for installation at the Recycling and Trash Collection Division. Section 3. That the City Council of the City of Fayetteville, Arkansas, hereby cancels the existing contract with Royal Communications, Inc. pursuant to Section 6 of that contract. Section 4. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract with Electra Link, Inc. through RFP 13-11 to complete Phase Two and Phase Three of the Access Control Project in the total amount of $42,206.00 and further approves a ten percent (10%) project contingency for each phase. Section 5. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached hereto as Exhibit "A". PASSED and APPROVED this 6 h day of May, 2014. APPROVED: LIONELD JORDAN, Mayor ATTEST: SONDRA E. SMITH, City Clerk/Treasurer RESOLUTION NO.218-13 A RESOLUTION AUTHORIZING THE FIRST THREE PHASES OF RFP #13- 11 WITH ROYAL COMMUNICATIONS, INC. FOR ACCESS CONTROL SYSTEM INSTALLATION FOR THE POLICE DEPARTMENT, SOLID WASTE AND RECYCLING AND FAYETTEVILLE EXECUTIVE AIRPORT - DRAKE FIELD, AUTHORIZING A TEN PERCENT (10%) PROJECT CONTINGENCY, AND APPROVING A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the first three phases of RFP #13-11 with Royal Communications, Inc. for access control system installation for the Police Department, Solid Waste and Recycling and Fayetteville Executive Airport -Drake Field, and further authorizes a ten percent (10%) project contingency. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 5t" day of November, 2013. APPROVED: al ATTEST: By: A ava� S 4u4x SONDAA E. SMITH, City Clerk/Treasurer �ottui�►rn,� '/�`m FAYETTEVILLE °�'_^ INVOICE Invoice Number: 7725A Invoice Date: Mar 25, 2014 COMMUNICATIONS Payment Terms.. CITY OF FAYETTEVILLE 13-526 NET 30 . .................. Ship 4/24/14 Check/Credit Memo No: CONTRACT PRICE FOR ACCESS CONTROL FOR POLICE STATION $61,629.00 CONTINGENCY ITEMS: ONE RACK MOUNT POWER SUPPLY CHANGED FROM WALL MOUNT ONE ADDITIONAL RACK MOUNT BATTERY ENCLOSURE S2 MICRONODE TWO 12 VOLT DC DOOR STRIKES CHANGED FROM THE 24 VOLT @ $174.00 EACH FOUR ADDITIONAL 12 VOLT 7 AM HOUR BATTERIES @ $19.71 EACH ONE EXTRA COMPOSITE CABLE PULLED FOR FUTURE USE LABOR HOURS TO INSTALL ABOVE ITEMS 18 @ $45.00 EA LESS PAYMENT RECEIVED OF $25,000.00 Subtotal Sales Tax Total Invoice Amount Payment/Credit Applied ,629.00 786.00 388.00 I 36.28; 348.00 I 78.84 I 104.62 1 810.00 -25,000.00 TTAI... �.- 40 080.74._. I Foren, Andrea From: Sent: To: Cc: Subject: Follow Up Flag: Flag Status: Good Afternoon. Doughty, Chris Tuesday, April 08, 2014 2:30 PM Greg Powell; mfleharty@royalc.net Vanderford, Dale; Foren, Andrea; Pennington, Blake; Hendricks, Devon; Brown, William; Marr, Don; Becker, Paul; Vice, Peggy RE: Solid Waste Access Control and Camera install Follow up Flagged This email is to serve as notice that we are exercising our right under Section 6 of the contract that was executed in October 2013, relating to RFP 13-11 "Access Control and Security Systems". We have elected to invoke the "30-day intent to cancel without cause" provision of the contract. Please be informed that this contract will be cancelled effective 5/8/2014. No additional work beyond completion of the PD project is authorized henceforth. Recognizing that materials were procured for the subsequent project in Solid Waste that we do not wish for Royal to complete, please prepare an invoice for the S2 and/or any other project specific materials (minus universal equipment i.e. readers, cabling, strikes, pir, etc.) using the agreed upon discounts/markups and make arrangements for delivery to me at the City of Fayetteville. I can be reached at this email address or at 479-575-8306. I have the invoice for the remainder of the Police Department project and will get that processed as soon as PD indicates all items have been completed. I want to make sure our obligation is completely satisfied and get you paid as quickly as possible. Sincerely, Chris Doughty Network Engineer Information Technology City of Fayetteville, Arkansas 479.575.8306 1 Mobile: 479.879.2029 Website I Facebook I Twitter ( YouTube From: Greg Powell [mailto:gpowell@royalc.net] Sent: Tuesday, April 08, 2014 8:23 AM To: Doughty, Chris Subject: Solid Waste Access Control and Camera install Chris, When can we start the install for the Access Control and Cameras for Solid Waste? I have equipment that is ready for installation. Thanks, Greg Powell Royal Communications 501-978-7492 Little Rock Office 479-725-0444 Springdale Office 501-993-4084 Cell CITY OF aVIye ele ARKANSAS CONTRACT Reference: RFP 13-11, Access Control and Security System Awarded Vendor: Electra Link, Inc. Term: 1 year with 3 automatic renewal options This contract executed this day of 2014, between the City of Fayetteville, Arkansas, and Electra Link, Inc. In consideration of the mutual covenants contained herein, the parties agree as follows: Electra Link, Inc. at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items per RFP 13-11 as stated in Electra Link, Inc. proposal, and in accordance with specifications attached hereto and made a part hereof under RFP 13-11. 2. The City of Fayetteville shall pay Electra Link, Inc. based on its proposal form in pricing as shown in RFP response and attached to this contract. Payments will be made after approval and acceptance of work, submission of detailed invoice, and submission of certified payroll. Payments will be made within a maximum 30 days after acceptance of invoice. Electra Link, Inc. agrees to make detailed invoicing related documentation available to the City upon request (for example, during a post - award audit), including but not limited to actual cost of material, etc. It is explicitly understood and agreed to by Electra Link, Inc. and the City of Fayetteville that the total amount of funding that the City of Fayetteville may use for this and four other similar contracts must be pre -approved by the Fayetteville City Council for all individual projects exceeding $20,000.00. The City will order any work to be done by Electra Link, Inc. by issuing a Purchase Order for such work or project which shall be the City's assurance that sufficient funds remain to pay for such work or project. Electra Link, Inc. shall not start work on any project unless and until it receives the City's Purchase Order for such work or project. No project shall be initiated over $20,000 without a valid and stamped 100% performance and payment bond. 4. The Contract documents which comprise this contract between the City of Fayetteville and Electra Link, Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Request for Proposal identified RFP 13-11 with all addendums, specifications & conditions. B. Electra Link, Inc. proposal response, including mark up on materials and hourly rates. 5. These Contract documents constitute the entire agreement between the City of Fayetteville and Electra Link, Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Electra Link, Inc. 6. Electra Link, Inc. shall not assign its duties under the terms of this agreement. 7. Electra Link, Inc. agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. a. Arkansas Department of Labor Prevailing Wage Rates - Electra Link, Inc. agrees to pay wage rates issued by the Arkansas Department of Labor for all projects exceeding $75,000. 8. Electra Link, Inc. shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Electra Link, Inc. shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. City of Fayetteville, Arkansas Contract: RFP 13-11, Access Control and Security System Page 1 of 2 TelecomMUnications Device for the Deaf TDD (479) 5 21-1316 113 West Mountain - Fayetteville, AR 72701 Worker's Compensation Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage Liability Statutory Amount $500,000 for each person injured. $1,000,000 for each accident. $500,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Electra Link, Inc. 9. Electra Link, Inc. to furnish proof of licensure and permits as required by all local and state agencies. 10. This contract may be terminated without penalty by the City of Fayetteville or Electra Link, Inc. with thirty (30) days written notice. 11. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 12. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ELECTRA LINK, INC. By: ba& P&ZWgV*i Dale Pearson C.O.O. Printed Name & Title ATTEST: 21755 IH-45 BLDG#10 Business Address Spring tx 77388 City, State & Zip Code Date Signed: CITY OF FAYETTEVILLE, ARKANSAS LIONELDJORDAN, Mayor Sondra Smith, City Clerk Date Signed: City of Fayetteville, Arkansas Contract: RFP 13-11, Access Control and Security System Page 2 of 2 Telecommunications Device for the Deaf TDD (479) s21-1316 113 West Mountain - Fayetteville, AR 72701 RFP 13-11, Addendum 4 Date: Monday, August 12, 2013 To: All Prospective Vendors From: Andrea Foren, CPPO, CPPB — 479.575.8220 — aforen(cci.fayetteville.ar.us RE: RFP 13-11, Access Control and Security System ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate section of the RFP. Failure to do so may subject Proposer to disqualification. • RFP 13-11 has the following modifications and clarifications listed below: 1. Modification on Section F: Proposal Pricing Form a. All Proposers shall include licensing badging in items A5 and A6, respectively. i. Reference Pricing Proposal Form issued with Addendum 3; Line Item A5 is hereby modified to read: Licensing and badging costs for upgrading from 16 to 64 portals. ii. Reference Pricing Proposal Form issued with Addendum 3; Line Item A5 is hereby modified to read: Licensing and badging costs for upgrading from 16 to 128 portals. 2. Proposers are required to send only one copy of MSRP retail pricing sheets. Proposal submittal requirements are modified to the following: a. All Proposers shall submit ten (10) sets of their proposal as well as one (1) electronic copy on a properly labeled CD. or other electronic media device; however, Proposers only need submit one (1) hard copy of any MSRP retail pricing sheets. Current MSRP retail pricing sheets shall be included in the electronic copy. The use of Adobe PDF documents is strongly recommended. Files contained on the electronic media shall not be restricted against saving or printing. The electronic copy shall include an electronic replica of all papers submitted. Electronic copies shall not be submitted via e-mail. City of Fayetteville, Arkansas RFP 13-11, Addendum 4 Pa e 1 of 1 Telecommunications Device for the Deaf T13i7 (479).571-1316 113lNest Mountain -Fayetteville, AR 72701 RFP 13-11, Addendum 3 Date: Thursday, August 08, 2013 To: All Prospective Vendors N From: Andrea Foren, CPPB, CPPO — 479.575.8220 — aforen(a,ci.fayetteville.ar.us RE: RFP 13-11, Access Control and Security System This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate section of the RFP. Failure to do so may subject Proposer to disqualification. • RFP 13-11 has the following modifications and clarifications listed below: 1. Section F: Proposal Pricing Form is hereby replaced and attached. All Proposers shall use the revised pricing forms provided in Addendum 3. Failure to correctly submit accurate pricing forms can result in Proposal rejection. 2. Revision of the Proposal Pricing Form includes the following changes: a. Line Al for Police Department: Portal Licensing removed; PRICE PROPOSED FOR LINE ITEM Al SHALL NOT INCLUDE ADDITIONAL PORTAL LICENSING. b. Line A2 for Solid Waste: Portal Licensing removed; PRICE PROPOSED FOR LINE ITEM A2 SHALL NOT INCLUDE ADDITIONAL PORTAL LICENSING. c. Line A3 for Airport: Portal Licensing removed, add Feature Licenses; PRICE PROPOSED FOR LINE ITEM A3 SHALL NOT INCLUDE ADDITIONAL PORTAL LICENSING. d. Line A5 added: Licensing cost for upgrading from 16 to 64 portals. The City will evaluate portal needs and make a decision on which package to purchase. The City intends to purchase Line A5 or Line A6. e. Line A6 added: Licensing cost for upgrading from 16 to 128 portals. The City will evaluate portal needs and make a decision on which package to purchase. The City intends to purchase Line A5 or Line A6. City of Fayetteville, Arkansas RFP 13-11, Addendum 3 Pa e 1 of 4 Telecommunications (device for the Deaf TI)i) (479) 521-1316 113 West A/launtain -Fayetteville, AR 72701 City of Fayetteville RFP 13-11, Access Control and Security System SECTION F: Proposal Pricing Form — Revised per Addendum 3 All Proposers shall provide documentation clearly outlining total cost for each project per the attached "Proposal Pricing Form". Failure to submit the required "Proposal Pricing Form" could result in your proposal being rejected as non- responsive. All Proposers shall submit an MSRP sheet for all system components. Failure to submit the required MSRP retail pricing could result in your proposal being rejected as non -responsive. State of Arkansas Contractors License Number: '», , Schedule Ap',Pro ects to bg,com leted immediate u on,cantract; sward. Proposal Pncing:Form, Adclendum`3' r rr ur iv % Discount off MSRP Hourly Installation Hourly Installation Rate - Installation Item# Location Total Turn Key Price* for Additional Items Rate -Primary Assistant (per outside of spec** Installer (per hour)** hour)**** Police Department, all 4 locations: (including but not limited to all hardware, installation, configuration, partitioning, Al training, 5% bid bond, 100% performance $ % off $ per hour $ per hour and payment bond, etc.) PRICE SHALL NOT INCLUDE ADDITIONAL PORTAL LICENSING Solid Waste & Recycling: (including but not limited to all hardware, installation, configuration, and training, 5% bid bond, A2 100% performance and payment bond, $ % off $ per hour $ per hour etc.) PRICE SHALL NOT INCLUDE ADDITIONAL PORTAL LICENSING Airport: (including but not limited to all hardware, installation, configuration, and A3 training, 5% bid bond, 100% performance $ % off $ per hour $ per hour Q! and payment bond, Feature Licenses, as etc.) PRICE SHALL NOT INCLUDE ADDITIONAL PORTAL LICENSING s` 5% BID BOND SHALL BE SUBMITTED WITH PROPOSAL A4 SUM OF ITEMS Al, A2, AND A3 $ BASED'ON PRICE'IN ITEM A4 (SUM OF ITEMS Al, A2, &A3) $ A5 Licensing cost for upgrading from 16 to 64 portals: PRICING FOR UPGRADING FROM 16 TO 64 PORTALS $ A6 Licensing cost for upgrading from 16 to 128 portals: PRICING FOR UPGRADING FROM 16 TO 128 PORTALS :... *Pncing;Definitions *(i)Total Turn -Key Pricing: Complete Pricing based on provided specifications for the location. Five (5) percent Bid Bond shall be submitted for Item A4 (the sum total cost of Item Al, A2, and A3) —(ii) Discount off MSRP for Additional Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. (/@) Hourly Installation Rate - Primary Installer (per hourk Hourly rate to be charged to the Cityfor a Primary, supervisor, or master installerto provide installation services outside of the scope of the locations and specifications provided in this schedule. ;*"-"(iv) Hourly Installation Rate - Installation Assistant (per hourkHourly rate to be charged to the City for an assistant installerto provide installation services outside of the scope of the locations and specifications provided in this schedule. —(iv) Hourly Installation Rate - Installation Assistant (per hourkHourly rate to be charged to the City for an assistant installerto provide installation services outside of the scope of the locations and specifications provided in this schedule. City of Fayetteville, Arkansas RFP 13-11, Addendum 3 Pa e2of4 Telecommunications Device for the Deaf TDD (479) .521-t a16 113 West MOUntain -Fayetteville, AR 72701 Schedule B: To;be purchased and installed within 3-6 months of contract award Proposal Pricing Form, Addendum 3 IgIgIqlqlqlqlNAlqlqtqtqlqtqlqlq Iq gtglqtq gkglqlq gtglqlqiqtql Iq glglqlq gWllllq gpgqlq gttl j JJ J)) % Discount off MSRP for Hourly Installation Rate Hourly Installation Rate -Installation Item# Location Additional Items outside of - Primary Installer (per Assistant (per hour)* spec* hour)* m B1 City Shop / Fleet _% off $ per hour $ per hour m N B2 Parks & Recreations _% off $ per hour $ per hour t U M Pricing Definitions *(i) Discount off MSRP for Additional Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. *(k) Hourly Installation Rate - Primary Installer (per hour) Hourly rate to be charged to the City for a Primary, supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. *(iii) Hourly Installation Rate - Installation Assistant (per hourYHoudy rate to be charged to the City for an assistant installer to provide installation services outside ofthe 'scope of the locations and specifications provided in this schedule. % Discount off MSRP for lHourly Installation Rate Hourly Installation Rate -Installation Location Additional Items outside of Primary Installer (per Assistant (per hour)* spec* hour)* Animal Shelter I % off I $ per hour 1 $ per hour Fire Stations (7 locations)and Fire Marshall CZ Office (t location) % off $ per hour $ per hour *(i) Discount off MSRP for Additional Items outside of spec: Percentage discount off ofthe manufacturer's MSRP retail pricing sheet shall beused for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. *(ii) Hourly Installation Rate -Primary Installer (per hour t Hourly:rate to be charged to the City for a Primary, supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. (N) Hourly Installation Rate - Installation Assistant (per houriHoudy rate to be charged to the City for an assistant installer to provide installation services outside of the scope ofthe locations and specifications provided in this schedule. City of Fayetteville, Arkansas RFP 13-11, Addendum 3 Page 3,of 4 Telecommunications Device for the Deaf TDD (?79) .521-1316 's 13 West Mountain - Fayetteville, AR 72701 U,,,e purcha3dnd n 24-60 tnanths'a# 'F installed uurth rigr�#Tact aware# y, 6 r� __ .. % Discount off MSRP for Hourly Installation Rate r: Item# Location Additional Items outside of - Primary Installer (per Hourly Installation Rate - Installation Assistant (per hour)* spec* hour)* City Hall, Engineering/Planning, and Building D9 10 Maintenance %off $ per hour $ per hour , as: D2 water & Sewer Operations % off $ per hour $ _ per hour �a 6s� ,.."Pftptngbefinit►ons01,�.my K,'" (r) Discountoff MSRP forAdditlonal Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items , added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. *(ii) Hourly Installation Rate - Primary Installer (per hours Hourly rate to be charged to the City for a Primary, supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. (iii) Hourly Installation: Rate - Installation Assistant (per hourkHourly rate to be charged to the City for an assistant installerto provide installation services outside of the scope of the locationsand specifications provided in this schedule. �" \\a \"\3\ „} E'i,�f .'A � l�✓"6� � d�Y�CJ Z"Ei6 Al ��\� iy\ �`Y� \\�'vX�'YE Jl �➢r �,✓ L 'C j,G.'u)r. , a � TIM1. �tOdC1C E �...\ Item# Description Mark Up Percentage* E1 Material (Cost plus °k): Materials cost from $000-$100 E2 Material (Cost plus Materials cost from $101-$500 % E3 Material (Cost plus %):Materials cost from $501-$1000 % E4 Material (Cost plus °h); Materials cost from $1001-$5000 % , E5 Material (Cost plus %): Materials cost from $5001 and up % ti *Mark Up Percentage: Awarded proposer's-cost of material plus the mark up percentage provided per project location. This schedule shall be Used for miscellaneous items not listed on the provided MSRP discount. This schedule shall only apply to Schedule A in the event the City adds scope of work outside of the provided specifications. Awarded proposer shall provide the City with a materials listing showing separate mark up percentage added. Material listings are subject to verification and audit by the City. END OF ADDENDUM 3 - REVISED SECTION F City of Fayetteville, Arkansas RFP 13-11, Addendum 3 Pa e4of4 ieiecommunications Device for the Deaf TDD (479; 521-1316 113 west Mountain -Fayetteville, AR 72701 RFP 13-11, Addendum 2 Date: Wednesday, August 07, 2013 To: All Prospective Vendors !1 From: Andrea Foren, CPPB, CPPO — 479.575.8220 — aforen()ci.fayetteville.ar.us RE: RFP 13-11, Access Control and Security System This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate section of the RFP. Failure to do so may subject Proposer to disqualification. • RFP 13-11 has the following modifications and clarifications listed below: 1. Section F: Proposal Pricing Form is hereby replaced with the included revised Section F. All Proposers shall use the revised pricing forms provided in this Addendum. Failure to use correct pricing forms will result in Proposal rejection. 2. All Proposers shall be licensed by the State of Arkansas Contractor Licensing Board at time of bid. Proposals from unlicensed entities shall not be accepted or considered. 3. The following insurance shall be required of the awarded Proposer within ten (10) calendar days of an issued Notice to Proceed. Certificates of insurance are not required to respond with the RFP; however, the requirements are being provided so that all Proposers have a clear understanding what will be required with a contract award. Certificate of Insurance shall list the City as an additional insured. a. Worker's Compensation, Statutory amount b. General Automotive Insurance c. General Liability Insurance — minimum $500,000 4. Any individual project exceeding $75,000 will be subject to wage rates determined by the Arkansas Department of Labor. 5. Each proposal shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) percent of the amount bid. Bid bond shall be based on Item A4 (totaled by the sum of Item A1, A2 and A3). 6. A one hundred percent (100%) performance and payment bond is required with contract awarded and shall be file marked by the Washington County Circuit Clerk's Office upon receipt to the City. A State of Arkansas Contractor's License is required for all bids. a. The price of required 100% performance and payment bond shall be included in the Total Turn Key Price listed in Schedule Al, A2 and A3. b. For projects not applicable to Schedule A, the awarded Proposer shall provide a 100% performance and payment bond for any additional project exceeding $20,000 for Schedule B, C, and D. The City shall pay actual cost for bonds to Proposer. Proposer shall not add a mark up or fee in addition to the cost of the 100% performance and payment bond. 7. The awarded Proposer shall be subject to the following for all Police Department locations: City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Pa e 1 of 8 Telecommunications Device for the Deaf TDD (t 79) 521-1316 113 West Mountain - Fayetteville, AR 72701 a. All on -site persons will be required to sign a Vendor Confidentiality Agreement. b. Vendor Confidentiality Agreement shall be signed on -site at the Fayetteville Police Department. c. All on -site persons will be required to present a valid picture ID prior to signing such agreement. 8. The City of Fayetteville currently has S2 NetBox Extreme, licensed for 16 portals. Currently, 7 of these portals are in use. Remaining unused portals shall not be applied to locations listed in Schedule A. a. The remaining unused portals shall not be used or considered when determining licensing needs for Schedule A. Each location listed in Schedule A shall include all portal licensing needed for the complete project. b. The City does not anticipate a need to upgrade to an S2 NetBox Enterprise level of licensing. 9. S2 equipment and software, or equal as determined by the City, shall be used. In the event a Proposer provides pricing for items other than S2 and such equipment is deemed not equal, such Proposer shall not be allowed to revise their Proposal. 10. Any conduit needed shall be the responsibility of the City of Fayetteville. 11. City shall retain ownership of all removed hardware. 12. The City desires to record HD quality for a minimum of two weeks. System shall be capable of recording audio as well. 13. The City of Fayetteville intends to re -use existing fobs. Proposer shall not include pricing for fobs in proposal. 14. Multi -class readers shall be installed for all locations on all doors specified. 15. Proposer shall be responsible for connecting the new access control and security system with the existing City fire alarm system in accordance with fire code. Proposer shall coordinate with the City on testing the integration of the access control system with the existing fire alarm system. 16. The City intends to re -use existing strikes and mag locks on all specified doors? Proposers do not include pricing for replacing these items. In the event a strike or a mag lock needs to be replaced, this will be handled via pre - approved change order. 17. All Proposers shall include replacement of cabling between doors and controllers. 18. Installing door reader on wall using surface mount conduit is allowed on locations where door frame is solid concrete. Door readers can be wall mounted at other locations with flush mount to the door frame or adjacent wall. 19. At the Police Department, main location, two evidence room doors shall be identically keyed separate from all other Police Department doors. 20. Grade 1 commercial product replacement required on all hardware replacements. 21. Electric strike shall be installed on all Schlage equipped doors. 22. Proposer shall not include pricing for door closure installation on any doors. In the event the City desires a closure to be installed, this will be handled post -bid via pre -approved change order. 23. Police Department Mall location currently has electric strikes and re -usable existing door hardware. Both the Legacy and WRMC locations for the Police Department have Schlage door locks which will require replacement. 24. Pricing shall include base door configuration for each specified door. 25. Proposers are responsible for field verifying existing conditions. City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Pa e2of8 Telecommunications Device for the Deaf TDO t479i .521-131 b 113 West Mountain - Fayetteville, AR 72.701 26. Proposers can assume compatibility for existing Airport badging system. In the event existing badging system is not compatible, the City will be responsible for providing compatible equipment. 27. Awarded Proposer shall provide the City with a materials listing showing separate mark up percentage added. Material listings are subject to verification and audit by the City. 28. The City intends to award a single contract to one Proposer resulting from this RFP. 29. The City reserves the right to award additional projects on an as -needed basis. Pricing for additional as -needed projects shall be determined by the number of months past the contract award date in relation to the pricing schedules submitted. 30. Proposer shall be responsible for all permits required. Any permit issued by the City of Fayetteville will have permit fees waived; however, actual permit process shall still be completed. 31. Section G is hereby added via this addendum. Section G is a draft contract to be signed with the City by the selected ProposerNendor. City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Page 3 of 8 Telecommunications Device for the Deaf TDD (479; .521-'I 310 113 West Mountain -Fayetteville, Ali 72701 City of Fayetteville RFP 13-11, Access Control and Security System SECTION F: Proposal Pricing Form — Revised per Addendum 2 All Proposers shall provide documentation clearly outlining total cost for each project per the attached "Proposal Pricing Form". Failure to submit the required "Proposal Pricing Form" could result in your proposal being rejected as non -responsive. All Proposers shall submit an MSRP sheet for all system components. Failure to submit the required MSRP retail pricing could result in your proposal being rejected as non -responsive. State of Arkansas Contractors License Number: % Discount off MSRP Hourly installation Hourly Installation Rate -Primary Rate -Installation Item# Location Total Turn Key Price* for Additional Items Installer (per AssistanY(per outside of s p ec** hour)*** hour)' Police Department, all 4 locations: (including but not limited to all hardware, Al additional required licensing, installation, %off $ per $ per hour configuration, partitioning, training, 5% hour hour bid bond, 100% performance and payment bond, etc.) Solid Waste & Recycling: (including but not limited to all hardware, additional A2 required licensing, installation, $ % off $ per $ per hour configuration, and training, 5% bid bond, hour 100% performance and payment bond, etc.) ? Airport: (including but not limited to all 3 hardware, additional required licensing, $ j' A3 installation, configuration, and training, $ % off hour per $ per hour 5%° bid bond, 100% performance and )' payment bond, etc.) 5% BID BOND SHALL BE SUBMITTED WITH PROPOSAL 44 SUM OF ITEMS Al, A2, AND A3 $ BASED ON PRICE IN ITEM A4 (SUM OF ITEMS Al, A2, & A3) �' � *Pxicingbefinifiorrs' '(i)Total Turn -Key Pricing: Complete Pricing based on provided specifications for the location. Five (5) percent Bid Bond shall be submitted for ter A4 (the sum total cost of Item Al, A2, and A3) "(ii) Discount off MSRP for Additional Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be ised for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing >chedule showing MSRP. (iii) Hourly Installation Rate -Primary Installer (per hour): Hourly rate to be charged to the City for a Primary, supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. -(iv) Hourly Installation Rate - Installation Assistant (per hour):Hourly rate to be charged to the City for an assistant installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. "*'°*(iv) Hourly Installation Rate - Installation Assistant (per hour):Hourly rate to be charged to the City for an assistant installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Pa e4of8 Telecommunications Device for the Deaf TDD (479) 521-1316 113 %nest MOUntain - Fayetteville, Aft 72701 Schedule B:To be purchased and 'installed with in 3-6,r6onths�of contract award Proposal Pricing'Form, Addendum 2 ! 1l 1!1 % Discount off MSRP Hourly Installation Rate Hourly Installation Rate - Installation Item# Location for Additional Items - Primary Installer (per Assistant (per hour)* outside of spec* hour)* inB9 City Shop 1 Fleet % off $ per hour $ per hour Q B2 Parks & Recreations % off $ per hour $ per hour N*Pricing 'Definitions *(i) Discount off MSRP for Additional Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. *(ii) Hourly Installation Rate - Primary Installer (per hour): Hourly rate to be charged to the City fora Primary, supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. (iii) Hourly Installation Rate - Installation Assistant (per hour):Hourly rate to be charged to the,City for an assistant installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. % Discount off MSRP Hourly Installation Rate Hourly Installation Rate - Installation Item# Location for Additional Items -Primary Installer (per Assistant (per hour)* outside of spec* hour)* [i c1 Animal Shelter %off $ per hour $ per hour Fire Stations (7 locations) and Fire ( % off I $ per hour ( $ per hour Marshall Office (1 location) *(i) Discount off MSRP for Additional Items outside of spec: Percentage discount off ofthe manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. *(ii) Hourly Installation Rate- Primary Installer (per hour): Hourly rate to be charged to the City for a Primary, supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. (m) Hourly Installation Rate - Installation Assistant (per hour):Hourlyrate to be charged to the City #or an assistant installer to provide installation I , ; services outside of the scope of the locations and specifications provided in this schedule. City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Pa e5of8 Teleconimunitatiom Device for the Deaf TDD (r79) 5?1-1316 113 West Mountain -Fayetteville, AR 72701 �� � � � N �Schedrle�C� T� f�Q` trrc �ase�'an+� i ns adle�i�int�thtt�2 � E�f�ncsitt��sa' f cont:T�ct;� ���d � � !, j p % Discount off MSRP Hourly Installation Rate Hourly Installation Rate - Installation Item# Location for Additional Items - Primary Installer (per Assistant (per hour)* outside of spec* hour)* D1 City Hall, Engineering/Planning, and % off $ per hour $ per hour Building Maintenance NV. D2 Water & Sewer Operations % off $ per hour $ per hour *(i) Discount off MSRP for Additional Items outside of spec: Percentage' discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing v schedule showing MSRP. -, *00 Hourly Installation Rate - Primary Installer (per hour): Hourly rate to be charged to the City for a Primary, supervisor, or master installer to \ provide installation services outside ofthe scope of the locations and specifications provided in. this schedule. *(f(1) Hourly Installation Rate- Installation Assistant (per hour):Hourly rate to be charged to the City for an assistant installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. 6�2u.A �.�w44yhi\��p a.j *�v ,�y�y} (' �\1 p wwmt?F�',vv� �G ',o,S+a3�.'i�i,XG �it<.!//% '.�'tx\.w i a\'\�a4cs.sA�2s,',„y,.`�A.tFl�y�^.t'i. ,n a�,'�k 9 #Yf ✓ \ �\ O a G 3//NN Y \\2 '��z\ -. �'�',�,&.M.Z \ �'S�l`.@iv�^,\eC u. r'` `" -:s �^\`a 1 p !'3...ro�.", "..: �i,.�r ., r h?is y ar ..`..x�.s. 1, R .;.� TE � H..#,a_ .11 a :E \ r Item# Description Mark Up Percentage* E1 Material (Cost plus %): Materials costfrom $000-$100 % s u 1 E2 Material (Cost plus %): Materials cost from $1014500 % s� E3 Material (Cost plus %): Materials cost from $501-$1000 % t)- E4 Material (Cost plus %): Materials cost from $1001-$5000 % E6 Material (Cost plus %) Materials cost from $5001 and up % „,. aC �al\\� G�. W ar aswryz {'\c \ \3 y \ \� �: �6 cgs' �� �. ,...�"�..... b- �'�. �.��: ...,.r,'s_.,:.'.?.sr', .....r�\�.,;. >..,,,....a. �> ,�� .�:. \�`�°�R,'2...: .`, � � n l7lF \.\.i\�a.>:a�, ,,.,, *Mark Up Percentage: Awarded proposer's cost of material plus the mark up percentage provided per project location. This schedule shall be used for miscellaneous items not listed on the provided MSRP discount. This schedule shall only apply to Schedule A in the event the City adds scope of work outside of the provided specifications. Awarded proposer shall provide the City with a materials listing showing separate mark up percentage added. Material listings are subject to verification and audit by the City. END OF REVISED SECTION F City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Pa e6of8 Telecommunications Device for the Deaf TDD (4799 521-1-316 1131Nest Mountain - Fayetteville, AR 72701 City of Fayetteville RFP 13-11, Access Control and Security System SECTION G: Draft Contract CONTRACT Reference: RFP 13-11, Access Control and Security System Awarded Vendor: VENDOR NAME Term: 1 year with 4 automatic renewal options This contract executed this day of 2031, between the City of Fayetteville, Arkansas, and VENDOR NAME In consideration of the mutual covenants contained herein, the parties agree as follows: 1. VENDOR NAME at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items per RFP 13-11 as stated in VENDOR NAME proposal, and in accordance with specifications attached hereto and made a part hereof under RFP 13-11. 2. The City of Fayetteville shall pay VENDOR NAME based on its proposal form in pricing as shown in RFP response and attached to this contract. Payments will be made after approval and acceptance of work, submission of detailed invoice, and submission of certified payroll. Payments will be made within a maximum 30 days after acceptance of invoice. VENDOR NAME agrees to make detailed invoicing related documentation available to the City upon request (for example, during a post -award audit), including but not limited to actual cost of material, etc. 3. It is explicitly understood and agreed to by VENDOR NAME and the City of Fayetteville that the total amount of funding that the City of Fayetteville may use for this and four other similar contracts must be pre -approved by the Fayetteville City Council for all individual projects exceeding $20,000.00. The City will order any work to be done by VENDOR NAME by issuing a Purchase Order for such work or project which shall be the City's assurance that sufficient funds remain to pay for such work or project. VENDOR NAME shall not start work on any project unless and until it receives the City's Purchase Order for such work or project. 4. The Contract documents which comprise this contract between the City of Fayetteville and VENDOR NAME consist of this Contract and the following documents, attached hereto, and made a part hereof: A. Request for Proposal identified RFP 13-11 with all addendums, specifications & conditions. B. VENDOR NAME proposal response, including mark up on materials and hourly rates. 5. These Contract documents constitute the entire agreement between the City of Fayetteville and VENDOR NAME and may be modified only by a duly executed written instrument signed by the City of Fayetteville and VENDOR NAME. 6. VENDOR NAME shall not assign its duties under the terms of this agreement. 7. VENDOR NAME agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. a. Arkansas Department of Labor Prevailing Wage Rates - VENDOR NAME agrees to pay wage rates issued by the Arkansas Department of Labor for all projects exceeding $75,000. 8. VENDOR NAME shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, VENDOR NAME shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Paae 7 of 8 Telecommunications Crevice for the Deaf TJDD {479) .521-1316 113 West lvtountain -Fayetteville, AR 72.701 Workmen's Compensation Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage Liability Statutory Amount $500,000 for each person injured. $1,000,000 for each accident. $500,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by VENDOR NAME 9. VENDOR NAME to furnish proof of licensure and permits as required by all local and state agencies. 10. This contract may be terminated without penalty by the City of Fayetteville or VENDOR NAME with sixty (60) days written notice. 11. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 12. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. VENDOR NAME In Printed Name & Title ATTEST: Company Secretary Business Address City, State & Zip Code Date Signed: CITY OF FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor ATTEST: Sondra Smith, City Clerk Date Signed: City of Fayetteville, Arkansas RFP 13-11, Addendum 2 Pa e8of8 Telecommunications Device for the Deaf TDl7 (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 RFP 13-11, Addendum 1 Date: Tuesday, August 06, 2013 To: All Prospective Vendors n From: Andrea Foren, CPPB, CPPO — 479.575.8220 — aforen()ci.fayetteville.ar.us RE: RFP 13-11, Access Control and Security System This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate section of the RFP. Failure to do so may subject Proposer to disqualification. • RFP 13-11 has the following modifications and clarifications listed below: 1. The deadline to submit a proposal in reference to this RFP has been extended. All proposals are due before Friday, August 16, 2013 before 2:00 PM, local time. 2. The City is planning on issuing Addendum 2 this week with clarifications and modifications from the pre -proposal conference held last week. 3. Attached is a copy of the sign -in sheet from the pre -proposal conference held on Wednesday, July 31, 2013. City of Fayetteville, Arkansas RFP 13-11, Addendum 1 Pa e 1 of 1 TelecommUnlCation5 Device for the Deaf TDO MM .521-1316 €13 West Mountain - Fayetteville, AR 72701 Date: ��—/ 3 / r) DnAA Name Company 1 _(_� -� °// a i . -y ��� ci 2 4i L Asgs Gje C_ar _�v 3 GMCr r"WCU - CA -,),,/I 4�v 5 ffiK �¢� 100 Lie C 6 In 7 �yier 4JCJCfOVii�� i/1°�SCer-�C'G`n �i�'CfrniCS.al1L 1 o D&a (4-o Bra 5r 'Pv S 11 m_ Sc-nim5o GueeL �cMQL . L 12 — riet � ✓ d 13 14 15 16 17 18 19 20 Z:C) Title Phone , 91-35__-fig-� Sys r�.W7 , k7- 3!5ov City staff e-mail includes "@ci.fayetteville.ar.us" Email J_Ian �e 6/ n rgr 64C G� DO well P YOV el( C. n �� T.7r yJ�c_j gig-3S2- nu 9",J0•, U�G-, Ulpac.��, �n,c�sterl e�d�. cc T � G� (g ARKANSAS City of Fayetteville, Arkansas chasing Division — Room 306 113 W. Mountain 01 Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR PROPOSAL: RFP 13-11, Access Control and Security System RFP DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, CPPO, aforen aQci.fayettevilie. ar.us DATE OF ISSUE AND ADVERTISEMENT: Friday, July 19, 2013 REQUEST FOR PROPOSAL RFP 13-11, Access Control and Security System No late proposals shall be accepted. RFD's shall be submitted in sealed envelopes labeled with the project number and name as well as the name and address of the firm. All proposals shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of submitting, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Agent. Name of Firm: Contact Person: M Business Address: Title: Phone: G City: State: Zip: Signature: Date: City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 1 of 23 City of Fayetteville RFP 13-11, Access Control and Security System Advertisement City of Fayetteville, AR Request for Proposal RFP 13-11, Access Control and Security System The City of Fayetteville, Arkansas is requesting proposals for firms capable of providing access control and security equipment and services for projects spanning the next 5 years. To be considered, proposals shall be received at the City Administration Building, City Hall, Purchasing — Room 306, 113 West Mountain, Fayetteville, Arkansas, Friday, August 09, 2013 before 2:00:00 PM, local time. No late submittals shall be accepted. Forms & addendums can be downloaded from the City's web site at http://www.accessfayetteville.org. All questions regarding the process should be directed to Andrea Foren, CPPB, CPPO at aforen .ci.fayetteville.ar.us or (479)575-8220. Proposals submitted shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the project is located. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to reject any or all proposals and to waive irregularities therein, and all Proposers shall agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any Proposer because of such rejections, nor shall the Proposers seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Proposal in response to this invitation shall constitute an agreement of the Proposer to these conditions. CITY OF FAYETTEVILLE By: Andrea Foren, CPPO, CPPB Title: Purchasing Agent Ad date: 07/19/2013 City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 2 of 23 City of Fayetteville RFP 13-11, Access Control and Security System SECTION A: General Terms & Conditions 1. SUBMISSION OF A PROPOSAL SHALL INCLUDE: a. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFP in the most cost effective manner. b. A description of the Proposer's experience in providing the same or similar services as outlined in the RFP. This description should include the names of the person(s) who will provide the services, their qualifications, and the years of experience in performing this type of work. Also, include the reference information requested in this RFP. c. Statement should be no more than twenty five (25) pages; single sided, standard, readable, print on standard 8.5x11 papers. Proposers shall also submit a three (3) page (maximum) executive summary. The following items will not count toward the page limitations: appendix, cover sheet, 3-page executive summary, resumes (resumes shall be no more than 1 page per person), and forms provided by the City for completion. d. All Proposers shall submit eight (8) sets of their proposal as well as one (1) electronic copy on a properly labeled CD or other electronic media device. The electronic copy submitted should be contained into one (1) file. The use of Adobe PDF documents is strongly recommended. Files contained on the CD or electronic media shall not be restricted against saving or printing. The electronic copy shall be identical to the original papers submitted. Electronic copies shall not be submitted via e-mail to City employees by the Proposer. e. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the names of Proposer's will be available after the deadline until a contract has been awarded by the Fayetteville City Council. All interested parties understand proposal documents will not be available until after a valid contract has been executed. f. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing Division. g. Proposals shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. h. Proposals must follow the format of the RFP. Proposers should structure their responses to follow the sequence of the RFP. i. Proposers shall have experience in work of the same or similar nature, and must provide references that will satisfy the City of Fayetteville. Proposer may furnish a reference list of clients for whom they have performed similar services and must provide information as requested in this document. Proposer is advised that exceptions to any of the terms contained in this RFP or the attached service agreement must be identified in its response to the RFP. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall be received before the deadline time as shown by the atomic clock located in the Purchasing Division Office. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 3 of 23 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFP made or given prior to the award of the contract. 3. RIGHTS OF CITY OF FAYETTEVILLE IN REQUEST FOR PROPOSAL PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation with an individual Proposer does not require negotiation with others. b. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the City. c. The City of Fayetteville reserves the right to accept or reject any or all proposals. d. The City of Fayetteville reserves the right to cancel the entire request. e. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for proposal or in proposals submitted. f. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or proposal data without changing the terms of the proposal. g. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on the basis of the original proposals without negotiation. 4. EVALUATION CRITERIA: The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in this RFP. Proposers are not guaranteed to be ranked. 5. COSTS INCURRED BY PROPOSERS: All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement. 6. ORAL PRESENTATION: An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion. 7. CONFLICT OF INTEREST: a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Limited Authority of City Employee to Provide Services to the City". b. The Proposer shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 4 of 23 influence or appear to influence the Proposer's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the Proposer may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification. 8. WITHDRAWAL OF PROPOSAL: a. A proposal may be withdrawn at any time. 9. LATE PROPOSAL OR MODIFICATIONS: a. Proposal and modifications received after the time set for the proposal submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Proposers should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. b. The time set for the deadline shall be local time for Fayetteville, AR on the date listed. All proposals shall be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the atomic clock located in the Purchasing Division, Room 306 of City Hall, 113 W. Mountain, Fayetteville, AR. 10. LOCAL STATE AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this request for proposal. Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "Proposer certifies that his proposal is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT FOIA AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19- 101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 5 of 23 13. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for proposal apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by Proposers prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PAYMENTS AND INVOICING: The Proposer must specify in their proposal the exact company name and address which must be the same as invoices submitted for payment as a result of award of this RFP. Further, the successful Proposer is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original RFP. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through Proposer's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval. 17. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving sixty (60) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 18. ASSIGNMENT SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFP. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 6 of 23 City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the RFP, without exception shall constitute approval for purpose of this Agreement. 19. NON-EXCLUSIVE CONTRACT: Award of this RFP shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -phase contracts, this provision shall apply separately to each item. 20. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this RFP from the Proposer. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 21. SERVICES AGREEMENT: A written agreement, in substantially the form attached, incorporating the RFP and the successful proposal will be prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and signature of the Mayor. 22. INTEGRITY OF REQUEST FOR PROPOSAL (RFP) DOCUMENTS: Proposers shall use the original RFP form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Proposers may use an attachment as an addendum to the RFP form(s) if sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications or alterations to the original RFP documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection of such RFP response. Any such modifications or alterations a Proposer wishes to propose shall be clearly stated in the Proposer's RFP response and presented in the form of an addendum to the original RFP documents. 23. DEBARRED ENTITIES: All Proposers shall complete and return the enclosed "Debarment Certification Form" with their bid. The City of Fayetteville will not award a contract to any contractor that is debarred, suspended, or proposed for debarment by the federal government. 24. OTHER GENERAL CONDITIONS: a. Proposers must provide the City with their proposals signed by an employee having legal authority to submit proposals on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer. b. The City reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline. c. The request for statement of qualification is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by Proposer in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. d. If products, components, or services other than those described in this bid document are proposed, the Proposer must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 7 of 23 e. Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone (479.575.8220) or e-mail (aforen a(D.ci.fayetteville.ar.us). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal terms. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail(aforen(o),ci.fayetteville.ar.us) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. g. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. h. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a RFP's content or to exclude any relevant or essential data. i. Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be controlled by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. k. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. The following documents are included with this solicitation: N/A City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 8 of 23 City of Fayetteville RFP 13-11, Access Control and Security System SECTION B: Scope of Services and General Information 1.) BACKGROUND: a. It is the desire of the City to begin moving toward the goal of having a single access control and security platform for all facilities. The City of Fayetteville recently purchased an access control system for a new facility located at Drake Field. This system is capable of expanding and incorporating all city facilities and has the features and interoperability desired for this type of system. 2.) INTENT: a. The City of Fayetteville, Arkansas is interested in contracting with a company to provide access control and security system service and equipment for various City facilities over the next 5 years. 3.) APPROACH: a. Proposer shall provide pricing for the specific scopes of work for immediate projects and basic time and materials quotes for possible future projects. Proposers shall include a "time line" chart depicting project milestones (in calendar days) after the Notice to Proceed to indicate when all immediate required services will be provided. 4.) PRE -PROPOSAL CONFERENCE: a. The City of Fayetteville will hold a non -mandatory pre -proposal conference on Wednesday, July 31, 2013 at 10:00 AM, local time. This conference will be held at City Hall, Room 326 at 113 W. Mountain, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. 5.) GENERAL: It is the intent of the City to purchase and install each project listed below in the time frame provided; however, all projects are subject to administrative and budget approval. a. Project A: Police Department Access Control Project, (to be purchased and installed immediately upon contract award). a. Address: 100A W. Rock St., Fayetteville, AR 72701 b. Project B: Solid Waste & Recycling Access Control and Security System (to be purchased and installed immediately upon contract award ) a. Address: 1560 S. Happy Hollow Rd. , Fayetteville, AR 72701 c. Project C: Airport Gates and Badging (to be purchased and installed immediately upon contract award ) a. Address: 4500 S. School Ave. , Fayetteville, AR 72701 d. Project D Central Access Control System Upgrades: (to be purchased and installed immediately upon contract award ) e. Project E: City Shop/Fleet (to be purchased and installed in within approximately 3-6 months of contract award). a. Address: 1525 S. Happy Hollow Rd., Fayetteville, AR 72701 f. Project F: Parks Cameras and Access Control System (to be purchased and installed in within approximately 3-6 months of contract award) a. Address: 1455 S. Happy Hollow Rd., Fayetteville, AR 72701 g. Project G: Animal Shelter Cameras and Access Control System (to be purchased and installed in within approximately 24 months of contract award) a. 1640 S. Happy Hollow Rd., Fayetteville, AR 72701 h. Project H: Fire Department Access Control System (to be purchased and installed in within approximately 12-24 months of contract award). Could include 7 Fire Stations and 1 Fire Marshal Office. a. Addresses include: City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 9 of 23 i. Fire Station #1 (Central): 303 W. Center St., Fayetteville, AR 72701 ii. Fire Station #2: 708 N. Garland Ave., Fayetteville, AR 72701 iii. Fire Station #3: 1050 Happy Hollow Rd., Fayetteville, AR 72701 iv. Fire Station #4: 3385 Plainview Ave., Fayetteville, AR 72701 v. Fire Station #5: 2979 N. Crossover Rd., Fayetteville, AR 72701 vi. Fire Station #6: 900 S. Hollywood Ave., Fayetteville, AR 72701 vii. Fire Station #7: 835 N. Rupple Rd., Fayetteville, AR 72701 viii. Fire Marshal Office: 833 N. Crossover Rd., Fayetteville, AR 72701 Project I: City Hall, Engineering/Planning, and Building Maintenance Access Control System (to be purchased and installed in within approximately 24-36 months of contract award) a. Addresses include: i. City Hall: 113 W. Mountain, Fayetteville, AR 72701 ii. Engineering/Planning: 125 W. Mountain, Fayetteville, AR 72701 iii. Building Maintenance: 115 S. Church Ave., Fayetteville, AR 72701 Project J: Water/Sewer Operations and Wastewater treatment plant facilities Access Control System (to be purchased and installed in within approximately 24-36 months of contract award) a. Address: 2435 S. Industrial Dr., Fayetteville, AR 72701 6.) DETAILED PRICING: The City of Fayetteville is requires pricing to be submitted from each Proposer in the form provided in this RFP. Schedule time frames presented are subject to budget approval. Sales taxes shall NOT be included in pricing provided to the City. The City is not a tax exempt entity. Prices shall have taxes applied at the time of invoice for all taxable items. a. Schedule A: These projects are anticipated to have a Notice to Proceed issued as soon as possible after contract award. Pricing shall be provided based on the definitions provided below. Pricing for schedule A shall include all labor, materials, shipping, warranty, and complete installation for all services specified in this RFP. Sales tax shall not be included in pricing but will apply upon invoicing. The City of Fayetteville is not a sales tax exempt entity. b. Schedule B: These projects are anticipated to have a Notice to Proceed issued within 3-6 months after contract award. Pricing shall be provided based on the definitions provided below. c. Schedule C: These projects are anticipated to have a Notice to Proceed issued within 12-24 months after contract award. Pricing shall be provided based on the definitions provided below. d. Schedule D: These projects are anticipated to have a Notice to Proceed issued within 24-36 months after contract award. Pricing shall be provided based on the definitions provided below. e. Schedule E: Schedule E shall apply to Schedule B, C, and D ONLY. However, this schedule may also apply to Schedule A only in the event of pre -approved changes in scope of work varied from what is listed in this RFP. 7.) PRICING DEFINITIONS: The following terms shall apply to this RFP, including but not limited to the City's Proposal Pricing Form (included with this RFP). Sales taxes shall NOT be included in pricing provided to the City. The City is not a tax exempt entity. Prices shall have taxes applied at the time of invoice for all taxable items. a. Total Turn Key Price: Complete Pricing based on provided specifications for the location. b. Percent (%) Discount off of MSRP for additional items outside of spec: c. Hourly Installation Rate — Primary Installer (per hour): d. Hourly Installation Rate —Assistant Installer (per hour): City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 10 of 23 e. Mark Up Percentage (%): Mark up percentages shall only apply to applicable Schedules, as defined in the section above. The mark up percentage shall be added to the Proposers cost for the actual materials only for items not presented on the MSRP retail sheet. f. MSRP (Retail Pricing), Manufacturer's Suggested Retail Price: Pricing shall be provided on a MSRP sheet by each Proposer for all major core items needed for the overall system for all locations. The Proposer shall provide a current MSRP schedule/information with proposal. The Proposal Pricing Form provided to the City by each Proposer shall include a percentage off MSRP (% discount) the Proposer will provide to the City. g. Invoicing: Invoicing to the City shall be detailed, clear, and easily auditable in relation to the pricing submitted on the Proposal Pricing Form. 8.) SPECIFIC SCOPES OF WORK: a. PROJECT A: Police Department Access Control i. Proposer shall expand CITY'S S2 Access Control System to add the capability of a total of twenty-six (26) doors to the system; however, this RFP only includes installation of twenty-five (25) doors. ii. Removal of existing system. The City shall retain all parts removed of the existing system. All existing system hardware shall remain the property of the City of Fayetteville. iii. An electric door strike shall be installed on each of the existing access doors except for two door locations which will receive an electromagnetic lock (Main Police Station Upstairs and exterior door at the Downtown Legacy Building). All other door locations shall be installed with a mortised electric strike and face plate, with the exception of the Records door at the Main Police Station which will be installed with a surface mount electric strike due to the different door opening hardware on this door. A PIR motion devise shall be installed on the opposite side of the door from the card reader, to allow for proper door status reporting when any person exits through the door from the inside. The electric door strike shall allow for free egress from the inside through the door by turning a lever handle and pushing the door open. The two doors with mag locks shall have an exit button to push to exit through those doors. The PIR device shall signal and unlock the door when someone approaches it from the inside as a backup to the exit button in case of any mechanical failure. iv. This Scope of Work includes the addition of the following access controlled doors 1. Capability of up to twenty (20) doors at the Main Police Station location and only providing installation on nineteen (19) with proximity card readers. a. Proposer shall install two (2) new 8-door controllers and two (2) new 2-door controllers. This shall allow the connection of interior doors, the upstairs outside door, leaving two (2) additional doors for future expansion on the new controllers. b. Main station upstairs west exterior door shall include installation of a electromagnetic lock and no electric door strike. 2. Up to two (2) doors at the Downtown Legacy Building remote site. Proposer shall install one (1) new 2-door controller. a. Installation shall be made on the existing exterior door and have the capability of adding one (1) additional door/reader. b. This exterior door has a concrete wall construction around the door. Awarded Proposer shall run conduit, install lock with an interior Exit Button. Door strike shall not be installed on this door. c. Exterior door of this location shall include installation of a electromagnetic lock and no electric door strike. 3. Up to two (2) doors at the Washington Regional Medical Center remote site. Proposer shall install one (1) new 2-door controller. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 11 of 23 a. Installation shall be made on the existing interior door and have the capability of adding one (1) additional door/reader. 4. Up to two (2) future additional doors at the Northwest Arkansas Mall/COP Office remote site. a. Install one (1) 2-door controller for future door expansion of up to two (2) doors. vi. Proposal shall include installation of Door Control Panels in the computer room location and shall be connected to the network. The new door controllers shall have a dedicated power supply and a 12 VDC backup battery. Each door strike, mag lock, exit button and PIR device shall be powered separately from the controllers and the power supply for these units will be installed by the new controllers. The CITY shall be responsible for providing PROPOSER with AC power at the Door Control locations. S2 controllers shall be installed at each CITY site listed herein. Proposal shall provide for the integration to the PD fire alarm panel. vii. Changing-out/Replacing Existing Schlage Door Locking Systems 1. The replacement of the Schlage door locking systems including door handles/latches, key pads and cover plates shall be performed by a licensed locksmith. PROPOSER shall remove all eighteen (18) of the existing door locking mechanisms and replace them with new locking Lever Handles and Cover Plates. Replacement door hardware must match and conform to the design of the existing doors to the satisfaction of the CITY. 2. All removed items from the current Schlage locking door system shall become the property of the City of Fayetteville. v. Proposer shall provide all equipment and materials as specified herein and all labor and services required for the Expansion of the existing S2 Access Control system and Changing-out/Replacing the existing Schlage door locking systems for the Fayetteville Police Department (CITY). The City of Fayetteville Police Department is located at 100-A W. Rock Street in Fayetteville, Arkansas. This Scope of Work includes three remote site locations, including police offices at the Dickson Street Legacy Building, Washington Regional Medical Center and the Northwest Arkansas Mall. CONTRACTOR will deliver the project mechanically complete and ready for commissioning in accordance with the drawings, specifications, and this Scope of Work document. vi. Proposer shall be an existing Access Control Dealer/ Integrator for a minimum of three (3) years in the access control and security industry. vii. The replacement of the current Schlage door locking systems including door handles/latches, key pads and cover plates shall be performed by a licensed locksmith. Replacement door hardware shall match and conform to the aesthetics and design of the doors to the satisfaction of the City of Fayetteville. viii. Proposer in strict accordance with this Scope of Work document, exhibits, and the documents and clarifications referenced hereunder, shall furnish all qualified labor, supervision, management, materials (both permanent and consumable), QA/QC (both testing and reporting), all administrative functions, construction and transportation equipment, construction tools, material handling and control, all safety equipment, first -aid, medical support and emergency services, progress/quantity/cost and schedule reporting, insurance, and each item of expense necessary to perform the complete S2 System Expansion and Changing-out/Replacing the existing Schlage door locking systems installation on a non-exclusive, all inclusive lump sum basis. The WORK shall be performed in accordance with the latest applicable industry standards and codes, the specifications, and drawings provided under this Scope of Work, and to the full and complete satisfaction of the CITY. ix. Proposer shall provide all staff functions such as document control, material receiving and control, safety, quality assurance, job progress reporting, cost and schedule control, project turnover, etc. x. Proposer shall submit a preliminary installation schedule along with manpower loading plans, an equipment schedule and an indirect overhead personnel schedule with proposal. CITY and PROPOSER shall review such schedule and determine mutually agreeable dates for PROPOSER deliverables, which will effectively support the execution of the WORK. A detailed schedule incorporating agreed dates shall be submitted within two weeks of contract award. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 12 of 23 xi. The jobsite work schedule will be Monday -Friday, 5 days per week, from 8:00 AM — 4:30 PM. Proposer may propose other work schedules as appropriate to meet the schedule objectives, or as deemed necessary to man the project. xii. Proposer shall only work when allowed by the City of Fayetteville via prior authorization. xiii. PROPOSER shall furnish all equipment necessary to; receive, inspect, transport, load and unload PROPOSER supplied materials to and from the material staging area(s). xiv. Security and liability shall not be provided by CITY for materials/equipment left unattended xv. PROPOSER shall furnish all permanent materials required to complete the expansion of the Access Control System and Changing-out/Replacing the existing Schlage door locking systems portion of this project except as specifically noted in this scope. Materials to be furnished by PROPOSER shall be provided in accordance with the specifications listed throughout this scope and include but not be limited to, all: 1. Conduit and accessories, non -plenum wire, cable, fittings and accessories for interior and exterior wire pulls including low voltage wiring. 2. Wire and cable in quantities, types, and required sizes to connect all of the required equipment. Wring will be concealed and properly cable managed. 3. Miscellaneous mounting hardware for all devices and supports. 4. All consumable items such as tape, tie -wraps, Velcro, wire markers, wire nuts, etc. 5. All Access Control Software and multi-user licensing. 6. Provide all Access Control door hardware including, but not limited to 1200 lb. electromagnetic locks, mortised electric door strikes and face plates, surface mount door strikes, door controllers, request -to -exit buttons, PIRs, card readers, recessed door contact switches. Controllers must each have their own power supply and battery backup. PROPOSER shall utilize brands approved by CITY. 7. Interface boards and equipment/material for TCP/IP Communications between all door controllers over the network. 8. Door handles/latches, key pads and cover plates to replace existing Schlage systems. b. Solid Waste and Recycling i. Video Surveillance 1. Provide S2 NetVR Video Server(s) to support up to 24 cameras 2. Install Bosch Starlight cameras with mounts and IR Illuminators to 3 existing light poles around the Recycling drop-off 3. Run Outdoor CatSe and IR Illuminator power wire in existing conduit to the 3 camera locations. 4. Install Conduit from pull box to the center pole for the third camera. 5. Install camera near main gate for the purpose of capturing license plate numbers. Will need conduit from a nearby pull box and cat5e/illuminator wire from main control box. 6. Bosch Starlight Dome Camera with mount installed on light pole overlooking dumpsters at the Legacy Building 7. Install three Bosch Starlight cameras with mounts and IR illuminators at the North Street drop off location. 8. Install two Bosch Starlight cameras with mounts and IR illuminators at the Compost Facility. 9. Install two Bosch Starlight cameras with mounts and IR illuminators at the Solid Waste truck locations. ii. Access Control 1. Install 6 door Network Node to replace existing continental access panels in the security room. 2. Install 24V power supply. 3. Add reader and mag lock to security room door. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 13 of 23 4. Provide licensing and other necessary equipment for Badging. 5. Install Proximity Reader at existing gate and provide pricing for additional future gates. 6. Install all cabling required for gate control. 7. Installation of 2 door Network node and all necessary door hardware for full access control at the Legacy building dumpster location. 8. Installation of 2 door Network node and all necessary door hardware for full access control at the Compost facility. 9. Provide all cabling needed for system and cameras. 10. City will provide POE switch. 11. City will provide 110 AC power. c. Airport Gates and Badging i. Provide door controller(s) for terminal, fuel farm, and man gates located at and around the airport administration building. Utilize existing cabling, card readers, gate actuators, and enclosures. ii. Connect existing reader to existing S2 controller located at the Ernest Lancaster gate. iii. Provide Licensing for Badging iv. Provide Licensing for integration with existing Exacq Vision DVR and Panasonic cameras. v. Migrate existing badges and users to the new system. d. Central Access Control System Upgrades: i. For the City's access control system, only S2 solutions will be considered as provided by proposal ii. Licensing required for Database Partitioning to separate out Police Department and City Users as well as other divisions where applicable. iii. Licensing required to cover the number of doors being added to the system. iv. Upon satisfactory on-line operation of the system hardware and firmware, the entire installation including all subsystems shall be inspected to the satisfaction of the City. PROPOSER shall perform all tests, furnish all test equipment and consumable supplies necessary and perform any work as required to establish performance levels for the system in accordance with the specifications. Each device shall be tested as a working component of the completed system. All system controls shall be inspected for proper operation/response. e. Shop/Fleet Cameras i. Install 3 fixed Bosch Starlight Dome Cameras with mounts to monitor designated areas. ii. Install 2 PTZ Bosch Dome Camera for monitoring. iii. All Cameras will be recorded on the NetVR located at the Solid Waste Facility. iv. Furnish and install all cat5e cabling required to connect cameras. POE switch provided by the City. Parks Cameras and Access Control i. Video Surveillance 1. Install 2 Cameras to monitor designated areas 2. Cameras will be recorded on the NetVR located at the Solid Waste Facility. 3. Furnish and install CatSe cabling required to connect cameras to the network. POE switch provided by the City. ii. Access Control 1. Provide Network Node, cabling, readers, and all required door hardware for the 4 outside doors located on each side of the building. 2. Installation of 24V power supply. Animal Shelter Cameras and Access Control i. Video Surveillance 1. Install 2 Bosch Starlight Dome cameras with audio in the front office to monitor the 2 customer counters. 2. Install wide angle Bosch Starlight Dome Camera above rear outside door to monitor clinic and Kennel. 3. All Cameras will be recorded on the NetVR located at the Solid Waste Facility. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 14 of 23 4. Provide and install all cabling necessary to connect cameras to the network. (POE Switch will be provided by City) Access Control 1. Provide network node, cabling, readers, and all required door hardware for 4 outside doors. These include the front doors to the clinic, kennel, and main office as well as the back door to the main office. 2. Install 24V Power supply. h. Department Access Control System i. Replace all Schlage reader/door locks with applicable door controllers, readers, cabling, and misc. hardware necessary at all Fire Stations (total of 7) and the Fire Marshal's Office (single location). ii. Migrate existing users and fob information. City Hall and Surrounding buildings Access Control System i. Replace all Schlage reader/door locks with applicable door controllers, readers, cabling, and misc. hardware necessary at City Hall, Planning/Engineering, and Building Maintenance facilities. Water/Sewer Operations Access Control System i. Replace existing Hirsch door controllers utilizing all existing electric strikes, cabling, and readers at the Water/Sewer Operations facilities and the 2 wastewater treatment plants. ii. Configure badging and migrate all existing users to the new system. 9.) WARRANTY: All Proposers shall provide standard manufacturer's warranty on all products installed. Proposers shall provide information with proposal pertaining to all warranty descriptions. Warranty will be a considering factor in evaluation. 10.) EXPERIENCE: a. Personnel: i. Staff: The Proposer shall provide a description of staff and work force that will be assigned to effectively facilitate the requirements of this project. Description provided shall include, at a minimum, the number of permanent employees, part time employees, and an organizational chart reflecting their responsibilities. ii. Resumes: The Proposer shall provide maximum one -page resumes of key personnel intended to be utilized for this project. One -page resumes do not count towards page restrictions outlined in this RFP. Resumes shall include, at a minimum: Position Title • Tenure with Proposer • Manufacturers certification for equipment service & repair (by model) • Experience • Other related information b. Company: i. Experience: Proposer shall provide a detailed description of similar city and/or county projects or contracts that currently use the proposed system, completed and/or presently provided during the past five (5) years. Provide complete contact information, name, address, phone and emails for all references. ii. Company Principals: Provide a brief biographic overview of the Company's key principals. iii. Capabilities: Proposer shall provide a description of limitations relative to facilities, staff personnel, on -going projects/ contracts, etc. Specifically, provide in RFP response what priority will be placed on this project. 11.)COMPANY ORGANIZATION: a. Primary Business: Proposers shall describe company's primary business interest and/or operations including organization and affiliations. Include the magnitude of your operation as it relates to this project. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 15 of 23 b. Company History: Provide pertinent company historical information that will demonstrate your capability to successfully accomplish this project. c. Overview. It is the City's intent to evaluate the proposals based on technical merit and price and to choose the Proposer whose proposal provides the highest value to the City. The City reserves the right to waive any irregularities, reject any and/or all proposals, in whole or in part, when, in the City's opinion, such rejection is in the best interests of the City. d. Evaluation Method. Each proposal will be reviewed by a team of qualified individuals. Their proposal review and evaluation will be subjective; however, the weighting values are established to minimize subjectivity. The following delineates the value attributed to each section. 12.)IMPLEMENTATION: a. Onsite training shall include: i. Two (2) general users from the City ii. Up to four (4) system administrators to manage the system operation and configuration and set up users. b. The company selected shall provide 24/7 support with a maximum of 30 minute call back time after hours. 13.)CONTRACT FORMATION: a. If the negotiation produces mutual agreement, the draft contract as a part of this package will be constructed and forwarded to the Fayetteville City Council for approval. If negotiations with the highest ranking Proposer fail, negotiations shall be initiated with the next highest ranking Proposer until an agreement is reached. The City reserves the right to reject all offers and end the process without executing a contract. 14.)PROPOSAL CONTENT: a. Proposals should be prepared simply and economically, providing a straight forward, concise description its ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents should be typewritten on standard 8'/2" x 11" white papers and bound in one volume. Exceptions would be schematics, exhibits, or other information necessary to facilitate the City of Fayetteville's ability to accurately evaluate the proposal. Limit proposal to twenty-five (25) pages or less, excluding one -page team resumes. 15.)TERM OF CONTRACT: a. The initial term of the contract shall be for a period of one (1) year, starting with the date approved by the Fayetteville City Council. The contract shall be renewable by mutual consent, at a mutually agreed fee on an annual basis thereafter for four (4) additional years, for a total contract term of five (5) years. The contract may be terminated by either party by giving the other party written notice of such intent not less than sixty (60) days prior to the effective date of the termination. In the event of termination, claims for compensation owed the consultant by the City shall be limited to verifiable services rendered. 16.)DEMONSTRATION & ORAL PRESENTATION: a. Following the evaluation of the proposals, the Selection Committee may request that the top ranking firms make an oral presentation or be interviewed. If presentations are necessary, they will take place in Fayetteville, Arkansas. Notices will be sent by the Purchasing Division. b. A demonstration of the system may be required before a final decision is made. The purchasing agent will schedule all demonstrations. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 16 of 23 17.) SELECTION CRITERIA: SELECTION CRITERIA: The following criteria will be used by the City to evaluate and score responsive proposals. Proposers shall include sufficient information to allow the City to thoroughly evaluate and score their proposal. Each proposal submitted is not required to be ranked by the selection committee; however, all proposals will be evaluated. The contract may be awarded to the most qualified firm, per the evaluation criteria listed below, based on the evaluation of the selection committee. 1) 25% Qualifications in Relation to Specific Project to be Performed: Information reflecting qualifications of the firm. Indicated specialized experience and technical competence of the firm in connection with the type and complexity of the service required. Subcontractors, if used, must be listed with information on their organization. 2) 25% Experience, Competence, and Capacity for Performance: Information reflecting the names, titles, and qualifications (including experience and technical competence) of the major personnel assigned to this specific project. Provide detailed breakdown of subcontractor's staff to be used and how they are to be used to supplement your staff. This section of the evaluation criteria includes the amount of work presently underway for your firm; please present this in submittal. 3) 20% Proposed Method of Doing Work: A proposed work plan (description of how the project would be conducted as well as other facts concerning approach to scope you wish to present) indicating methods and schedules for accomplishing each phase of work. Include with this the amount of work presently underway. The Firm's ability and commitment to complete the project in the timeframe outlined by the City will also be taken into consideration. Evaluation of Integration into existing systems will also be a deciding factor. 4) 15% Past Performance: Previous evaluations shall be considered a significant factor. If previous evaluations with the City are not available, the professional firm's past performance records with City and others will be used, including quality of work, timely performance, diligence, ability to meet past budgets, and any other pertinent information. Firm will provide a list of similar jobs performed and person whom the City can contact for information. 5) 15% Price: Complete pricing to the City for all services described herein. The City shall pay an annual base fee. Annual fees shall not be dictated by subscribers. There shall be no additional "per user" charges. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 17 of 23 City of Fayetteville RFP 13-11, Access Control and Security System SECTION D: Vendor References The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated: COMPANY NAME: NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: FULL TIME PART TIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULL TIME PART TIME PLEASE LIST FOUR (4) GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed): 1. COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER E-MAIL ADDRESS 3. COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER E-MAIL ADDRESS City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 18 of 23 2. COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER E-MAIL ADDRESS 4. COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER E-MAIL ADDRESS City of Fayetteville RFP 13-11, Access Control and Security System SECTION E: Signature Submittal 1. Disclosure Information Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: 1) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explain): I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. 2. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Name of Firm: Name of Primary Contact: Title of Primary Contact: Phone#1 (cell preferred): Phone#2: E-Mail Address: 3. Please acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. I ADDENDUM NO. I SIGNATURE AND PRINTED NAME I DATE ACKNOWLEDGED I City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 19 of 23 4. PRICE BID: Proposers shall provide documentation clearly outlining total cost for each project per the attached "Proposal Pricing Form". Failure to submit the required "Proposal Pricing Form" could result in your proposal being rejected as non -responsive. 5. As an interested party on this project, you are required to provide debarment/suspension certification indicating in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. 6. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME: COMPANY: PHYSICAL ADDRESS: MAILING ADDRESS: PHONE.- E-MAIL: SIGNATURE: TITLE: DATE: City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 20 of 23 FAX: City of Fayetteville RFP 13-11, Access Control and Security System SECTION F: Proposal Pricing Form All Proposers shall provide documentation clearly outlining total cost for each project per the attached "Proposal Pricing Form". Failure to submit the required "Proposal Pricing Form" could result in your proposal being rejected as non -responsive. All Proposers shall submit an MSRP sheet for all system components. Failure to submit the required MSRP retail pricing could result in your proposal being rejected as non -responsive. G/oDiscount off MSRP Hourly Hourly Installation Item# location Total Turn Key Price* for Additional Items Installation Rate - Rate - Installation outside of spec* Primary Installer Assistant (per (per hour)* hour)* Al Police Department $ %Doff $ —Per $ per hour hour I A2 I Solid Waste & Recycling I $ _ 0 off ( $ Per I $ per I hour hour 11:IA3 I Airport I $ —) %off I $__ per I $ per hour hour Central Access Control System Upgrades T) Total Turn -Key Pricing: Complete Pricing based on provided specifications for the location. -,�J%ii) Discount off MSRP for Additional Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing. MSRP. J*(N) Hourly Installation Rate - Primary Installer (per hour): Hourly rate to be charged to the City fora Primary, supervisor, or I master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. TO Hourly Installation Rate - Installation Assistant (per-hour):Hourly rate to be charged to the City for an assistant installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 21 of 23 Schedule B: To be purchased and installed within 3-6 months of contract award 1 11 111 %° Discount off MSRP Hourly Installation Rate Hourly Installation Rate - Installation Item# Location for Additional Items - Primary Installer (per Assistant (per hour)* outside of spec* hour)* B 9 City Shop / Fleet % off $ _ per hour $ per hour fly' 7 B2 Parks & Recreations % off $ hour $ per hour _per ai> *Pr.,fcing Definitions *(i) Discount off MSRP for Additional Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. *(V) Hourly Installation Rate - Primary Installer (per hour): Hourly rate to be charged to the City for a Primary,; supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. *(N) Hourly Installation Rate - Installation Assistant (per hour) -Hourly rate to be charged to the City for an assistant installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. % Discount off MSRP lHourly Installation Rate Hourly Installation Rate- Installation Item# Location for Additional Items - Primary Installer (per Assistant (per hour)* outside of spec* hour)* Animal Shelter % off $ per hour $ per hour Q Fire Stations (7 locations) C2 and Fire Marshall Office % off $ per hour $ per hour 1"', (1 location) x *(i) Discount off MSRP for Additional Items outside of spec: Percentage discount off of the manufacturer's MSRP retail pricing sheet shall be used for any items added outside of the scope of the locations and specifications provided in this schedule. Proposers shall provide MSRP pricing schedule showing MSRP. V0 Hourly Installation Rate. Primary Installer (per hour): Hourly rate to be charged to the City fora Primary, supervisor, or master installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. *(N) Hourly Installation Rate - Installation Assistant (per hour) -.Hourly rate to be charged to the City for an assistant installer to provide installation services outside of the scope of the locations and specifications provided in this schedule. City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 22 of 23 Schedule E:. Miscellaneous Items for installation (for items not listed on MSRP) Item# Description Mark Up Percentage* E9 Material (Cost plus %): Materials cost from $000-$100 % UJ E2 Material (Cost plus %): Materials cost from $101-$500 % _ 1 3 Material (Cost Materials cost from $50141000 _ % N E4 Material (Cost plus %): Materials cost from $1001-$5000 % E5 Material (Cost plus %): Materials cost from $5001 and up % *Pricing Definitions *Mark Up Percentage: Awarded proposer's cost of material plus the mark up percentage provided. This schedule shall be used for miscellaneous items not listed on the provided MSRP discount. This schedule shall only apply to Schedule Ain the event the City adds scope of work outside of the provided specifications. This form includes Schedules A — E END OF FORM City of Fayetteville, AR RFP 13-11, Access Control and Security System Page 23 of 23 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar Version) Budget Year Division: Information Technology Adjustment Number 2014 Dept.: Finance & Internal Services Requestor: Don Marr BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Additional funds are requested in the Access Control and Security System project due to a change in vendor contract. RESOLUTION/ORDINANCE COUNCIL DATE: 5/6/2014 LEGISTAR FILE ID#: 2014-0196 BUDGET & INFORMATION MANAGEMENT USE 4/18/2 014 3 : 2 5 PM Budget Director TYPE: DESCRIPTION: GLDATE: POSTED: v.20140331 TOTAL 13,855 13,855 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub AT Account Name 5550.3960.5801.00 2,803 13030 6001 EX Fixed Assets 5500.5080.5801.00 11,052 13030 6001 EX Fixed Assets 5550.0955.4999.99 2,803 RE Use of Fund Balance 5500.0950.4999.99 11,052 RE Use of Fund Balance C:\Users\aforen\AppData\Roaming\L5\Temp\26b47134-Oc36-4a88-a4f3-1154ee7aO186 1 of 1 AL SAW" ` THE CABLE SYSTEM SPECIALISTS Date: 4-17-14 To: Chris Doughty From: Billy York Solid Waste and .R.ecvcUng Total of 12 Cameras, 8 Doors of Access Control and 2 Access Gates Video Surveillance Solid Waste and Recycling ® (1) Install and Program (Owner Provided) S2 NetVR100 8TB Server that will support up to 64 IP Cameras installed in Solid Waste Building to support new cameras at various below locations ® Recycling Drop Off (3) (Owner Provided) Vivotek IP Cameras installed on existing light poles to monitor area ® Main Gate (1) ) (Owner Provided) Vivotek IP Cameras installed on pole to catch vehicle license plates • Legacy Building Dumpster (1) (Owner Provided) Vivotek IP Camera installed on existing light pole overlooking dumpster ® North Street Drop Off (3) (Owner Provided) Vivotek IP Cameras installed on structure (pricing based on mounting cameras on building) • Compost Facility (2) (Owner Provided) Vivotek IP Cameras installed on structure (pricing based on mounting cameras on building) s Solid. Waste Truck Location (2) (Owner Provided) Vivotek I1) Cameras installed on structure (pricing based on mounting cameras on building) • CatSE indoor and outdoor cable to support cameras ® Commissioning Access Control Solid Waste: • (1) (Owner Provided) S2 6Door Network Controller with power supply installed in Solid Waste Building to support takeover of existing access control system 0 (1) A.ltronix 24VDC/I OAmp 8Door Lock Power Supplies to support power to locks • (5) takeover of existing access doors at Solid Waste Building ® Security Room Door (1) 6001b Maglock, Prox Reader, RTE Motion, RTE Button and Door Position Contact • Access Control Tappan Composite Cable to support new equipment to doors • Commissioning Houston - San Antonio Austin a Dallas p Oklahoma City - Tulsa www_electi:atink_c:om - 1-800-876-5668 Existing Gate: • (1) HID RP40 Prox Reader to allow badge access thru gate • (1) 12 X12 Back Box for existing gooseneck for mounting of the prox reader • Connect to existing gate controller • 18/6 Outside plant cable to support new gate • Commissioning Future Gate: • (1) (Owner Provided) S2 2Door Micro Node to be added in Solid Waste Building • (1) HID RP40 Prox Reader to allow badge access thru gate • (1) 48" Gooseneck with gang box to mount prox reader • Connect to existing gate controller • 18/6 Outside plant cable to support new gate • Commissioning Legacy Building Dumpster: • (1.) (Owner Provided) S2 2Door Micro Node installed in customer provided enclosure • (l) Altronix 24VDC/l OAmp 8Door Lock Power Supplies to support power to locks • (1) Exterior Door Rutherford 12001b Maglock, Prox Reader, RTE Button and Door Position Contact for new door installation • Access Control Tappan Composite Cable to support new equipment to doors • Cat5E to connect panels to network • Connect to existing Fire panel for emergency door release • Commissioning Compost Facility: • (1) (Owner Provided) S2 2Door Micro Node with power supply to support needed doors • (1) Altronix 24VDC/10Amp 8Door Lock Power Supplies to support power to locks • (2) Existing Interior Door HES 8000 Door Strike, Prox Reader, RTE Motion and Door Position Contact for new door installation • Access Control Tappan Composite Cable to support new equipment to doors • Cat5E to connect panels to network • Connect to existing Fire panel for emergency door release • Commissioning Project Total I $ 31,752.96 Proprietary information, not to be disclosed without permission from Electra Link, Inc. Page (2) Assumptions If required, management will provide all installation personnel with access badges, keys, and or escorts in order to perform the work in a timely manner. Customer will have a designated Project Manager to answer any/all questions that might arise during the project installation. Return trips for operational verification, of other vendor's equipment, will be at billable rates should there be no fault found with the cabling or device installation. Any customer requested work and or materials beyond the original scope of work described in this proposal and or the "Proposal Attachment" is subject to additional charges. Delays due to: closings, material availability, limited access or other events, which are the result of the customer, will be billed per hour for every hour the delay exists. No electronics including switches, routers, wireless access points, etc. or installation of same is included. No electrical/conduit work is included in this proposal. No bonding cost is included. Electrical power is to be supplied by others and will be available throughout the duration of this project. Proprietary information, not to be disclosed without permission from Electra Lurk, Inc. Page (3) Signature Printed Name Date Title Electra Link, Inc. will warrant and guarantee all workmanship and material, which it furnishes and installs, for a period of (1) One Year from the date of installation. This warranty obligates Electra Link, Inc., at its option, to either repair or replace the defective equipment or materials originally provided. In no event, shall Electra Link, Inc. be liable for incidental or consequential damages caused from, but not limited to, any loss of service or acts of god, nor shall Electra Link, Inc. held liable on any claim for damages exceed the total price of the installation. The warranty is contingent upon the proper use of the equipment and materials, and does not cover damages as the result of customer accident, misuse, or abuse. The warranty will become invalid if the results of the damage were inflicted by others or were the results of installation practices of others. "This pricing is valid for a period of "90" Calendar days from the date of this proposal" We are very interested in continuing a working relationship with you and your firm. If there is any way that I can assist you now or in the future or you require additional information, please give me a call at your first convenience. Thank you, Billy York Security Manager—OKC Cell# 405-200-3623 byork(a)electralink. com OK Lic.# 1880 ARK Lic.# E 2012 0043 Proprietary information, not to be disclosed without permission from Electra Link, Inc. Page (4) ,�zrec�^rst slow" The. Cbk S.w.. SIB 1ANC City of Fayetteville RFP 13-11 Access Control and Security System ElectraLink Proposal # Tab#1...........................................................Cover Sheet, Executive Summary, Narritive Quote Tab #2.................................................Electra Link COI and BID Bonds Tab #3..................................................City Bid Forms Tab #4..................................................Project Schedule Manpower Tab #5..................................................Security Project Personnel Qua lifications/Res umes/S2 Cert Tab #6............................. .................Company Information Tab #7..................................................Security Project References Houston Dallas Auslin 21755IH-45, Blt/g. #10 17819 Davenport Rd.., Suile 310 122.17 Waters Park Rd. Spring, Texas 78759 Dallas, Texas 75252 Austin, Texas 78759 281-350-60.96 281-350-82.95-Ftt_x .972-818-7225 .972-8.18-7219-.fax 512-835-6475 512-835-6481-Fax Response u Based on Prints Dated: RFP 13-11 August 14, 2013 To: City of Fayetteville '�C 7C��C ?: k?S'?C :CY?C'?C �'t 'X �C'>CX�C 7CX��fX�CXX�CX?CY7f X?C h'?CXYY�C 9CYTC City of .Fayetteville RFP 13-11 Access Control and Security System cce°s Cott From. The Cable Svsteni Specialist Houston Oklahoma City Tulsa 2.175511-1--45, Bldg. #10 417 South State Street 9906 East 43"' Street South Spring, Texas 78759 Edmond, Oklahoma Tulsa, Oklahoma 0-281-350-6096 .F-281-350-8295 0-405-715-1700 F-405-715-1703 0-918-828-0028 F918-828-0033 City of Fayetteville August IS, 20I3 Executive Summary Thank you for allowing Electra Link, Inc. (ELI) the opportunity to provide pricing for the installation of a Access Control and Security System for the CITY OF FAYETTEVILLE project located in Fayetteville, AR. Utilizing the information provided, we have developed a proposal that will meet or exceed the requirements of the CITY of FAYETTEVILLE. This proposal has been provided to assist the CITY OF FAYETTEVILLE AND their personnel in selecting a designer/installer of their communication cabling system and outlines the significant features and. advantages offered by Electra Link, Inc. We are looking forward to establishing a relationship with your firm that will be beneficial to us all. We realize that it is not what is promised, but what is delivered, which is important in the final analysis and we are confident that Electra Link, Inc. can deliver. The credibility of Electra Link, Inc., as a design and installation company, is based on first hand experiences. These experiences include the design and installation of over four thousand communication cabling systems covering a wide range of physical and logical topologies. The knowledge gained through 26 years of doing business, along with the in-house capabilities of our firm, will provide the CITY OF FAYETTEVIL.LE the security of knowing that careful supervision and management of all aspects of the installation will be maintained. The quality of workmanship is very important to any installation and the standards of Electra Link, Inc. are rigid. Company History Electra .Link, Inc. is a Texas Corporation, established on May 6, 1985. The main focus of our firm is the design, assembly and installation of Local and or Wide Area Network cabling systems supporting Data and Telecommunications and Security Systems Integration. Electra Link, Inc. has grown from a two -man operation into a company employing over three hundred fifty people today with annual sales representing an overall. growth rate in excess of five thousand percent. Our continuing growth is fueled by a solid commitment to provide each and every customer with the highest quality of installation available today. By maintaining our commitment to duality, craftsmanship, training and the maintenance of an inventory of state-of-the-art test equipment and tools, Electra .Link, Inc. has made consistent high quality installation a reality. Project Supervision Electra Link, Inc. will provide on -site project supervision for the complete duration of the project. The Project Manager will be oil -site every week. The assigned Job Foreman for this project will work in conjunction with the Project Manager and will participate in any scheduled project meetings and coordinate any change order requests. Our Project Manager will serve as the communication link while on -site or off -site between the CITY OF FAYETT'EVILLE and Electra Link, Inc. Proprietary information, not to be discloser) without permission from Electra Link, Inc. Page (2) City of Fayetteville August 15, 2013 Police .Dept. (4) Locations Total of 25 installed doors per RFP Project A litre J. Main Police Station; 09) Doors Installed Per RFP 13-11 specs Plectra Link will contract with Locktrends Locksmith out of Tulsa, OKfor all the installation of electronic strikes, face plates, lever handles and cover plates, Per RFP 13-11 Project A of the City of Fayetteville will consist of the following purchase and installation: (2) S2 gDoor Controllers with power supplies to support needed doors (2) S2 2-Door Controllers with power supplies to support needed doors (4) Altronix 24VDC11 OAmp 8Door Lock Power Supplies to suppoz-t power to locks (17) :HES 8000 boor Strike, Face Plate, Leven- handle, Cover Plate. Prox Reader. RTE (lotion and Door Position Contact to replace existing Schlage doors (1) Records .Boor 11.ES 9600 boor Stride, Face Plate, I..ever .1andle, Cover Plate, Prox Reader,, RTE Motion and Boor :Position Contact to replaceexistingSchlage Equipment (1) Upstairs Exterior Door Rutherford 12 t11b Magloc , ProxReader. RISE Motion: Rl`E Button and. Door Position Contact for new door installation s Access Control Tappan Composite Cable to support ne%- equipment to doors Cat:5E: to connect panels to network Connect to existing Fire panel for emergency door release: Partronzng License r,. � ;o2nn�_zsszo:nzz�g� .( ratz.�zt�g 1 Year Software Upgrade, `Support and llard"any Warranty Downtown Leaac V Building: 2 Door Installed per RFP .13-11 secs Per RFP 13-11 Project A of the City of Fayetteville will consist of the following purchase and installation: (1) S2 2Door Controller with power supply to support needed doors (1) A.ltronix 2 VDC11O_=kinp 8Door Lock Power Supplies to support power to locks (2) Exterior Door Rutherford 1.2001b M:aglock., Prox Reader, R l E Motion, R l l a Button and Door Position. Contact for new door installation Access Control Tappan Composite Cable to support new ecluipznent to doors Cat5E to connect panels to network Connect to existing Fire panel for eniergency door release Commisszonzzlg/"1 razz zng 1 Year Software. t.rpgrade, Sapport and Hardware Warranty Proprietary information, not to be disclosed without permission from Electra Link, Inc. Page (3) City of Fayetteville August ,15,2013 Washington Regional Medical Center (2) Door Installed per RFP 13-11 specs Per RFP 1 33-11 Project A of the City of Fayetteville will consist of the following purchase and installation: 0 (1) S22Door Controller with power supply to support needed doors * (1) Altronix 24VDC/-1OAmp 8.Door L.ock Power Supplies to support power to locks 0 (2) Existing Interior Door ITE'S 8000 Door Strike, Prox Reader. R."J., I-EI'Motion and Door Position Contact for new door installation # Access Control Tappan Composite Cal.)Ie to support new equipment to doors 0 Cat5E,to connect panels to network * Connect to existing Fire panel for emergency door release al * Commissioning/Training, 0 1 Year Software Upgrade, Support and I lardware Warranty Northwest Arkansas Mall/COP Oftke (2) Doors Per RFP 13-11 Project A of the City of Fayetteville will consist of the following purchase and installation: 0 (1) S"')Door Controller NAI-Ith power supply to sup 1� - . port needed doors 0 (1) Altronix 24VDC/lOAnnp 8Door Lock. Power Supplies to support povNier to locks 0 (2) Existing Interior Doi.I.IES 8000 Door Strike, Prox Reader-R'FE-1 ;Motion and Door Position Contact for new door installation * Access Control, Tappan Composite Cable to support new equipment to doors * Cat to connect panels to network * Connect to emergency existing Fire panel for door release Z:> I * Coin,.ti-iissioning),/"I'raii.iin,-, t� 10 1 Year Software [pgrade, Support and I-lardware Warrantv Project Pricing ...... ....... .... ........... .. . ..... ..... . .... Material Total 50,650,44 Labor Total $ 12,120.00 Expenses $ 2,133.33 Sub Total $ 64,903.77 Taxes $ - Sub Total $ 64,903.77 Bonding $ 1,622.59 Project Total $ 66,526.37 Proprietary information, not to be disclosed without permission from Electra Link, 111c, Page (4) GO of Fayetteville August 15, 2013 Solid Waste and Recycling Total of 12 Cameras, 8 Doors of Access Control and 2' Access Gates Per RFP Project B i and ii i. Video Surveillance Per RFP 13-11 Project B of the City of Fayetteville will consist of the following purchase and installation: a (1) S2 Net'VRI00 8'rB Server that will support tip to 64 IP Cameras installed in Solid -Iaste Building to SUpport new cameras at various below locations 0 Recycling Drop Off (3 )) Bosch. NDN-73-3 ) Starlight Cameras with mounts and Bosch IR Illuminators installed on existing light poles 0 Main Gate (1) Bosch NEIR-L2RI -21 license plate camera with mounts and Bosch IR Illuminators installed on pole to catch vehicle license plates # Legacy Building Dumpster (I ' ) Bosch. NDN-733 ) Starlight Camera with mount installed on existing. light pole overlooking dumpster * North Street Drop Off Q Bosch NDN-733 ) Starlight Cameras with mounts and Bosch IR, Illuminators installed on structure (pricing based on mounting cameras on building) * Cornnost Facility (2) Bosch'NDN-73 )33 Starlight Carneras vatb.mounts and Bos-1 IR Illuminators installed on. structure (pricing based onn-iounting carneras an. building) a Solid Waste Truck Location (2) Bosch NDN-733 Starlight Cameras with mounts and. Bosch. 1111.11uxninatc�rs installed on structure (pricing based on mounting cameras oT building) * C,-it-';E indoor and outdoor cable; to support catneras 0 14/4- outdoor cable to support power to IR illutninators * Commissioningai"I railning ii. Access Control Per RFP 13 -11 Project B of the City of Fayetteville will consist of the following purchase and installation: Solid Waste: * (1) S2 6Door Network Controller with power supply, installed in. Solid Waste Building to support takeover of existing access control system 1� I * (1) Altronix 24VDC/1 OAmp 8Door Lock Power Supplies to SUPP01-t POWel- 'to locks * (5) takeover ot' existino access doors at Solid Waste Building * SecLiriq, Roorn Door (1) 6001b Maglock. Prox Reader. RT' Motion, RTE Button and Door Position Contact and Composite Cable need to support new door Existing Gate: * (1) S12 2-Door Expansionl3lade to be added to Networ.k Controller in Solid WasteStulding * (1) HID R.P40.Prox Reader to allow badge access thni gate * H) 48", Gooseneck with gang box to mount prox reader * Connect to existino gate te controller te 8.16 Outside plant cable to stipport new gate Proprietary information, not to be disclosed without permission. ram Electra Link, Inc. .Page (5) City of Fayetteville Atigiist 15, 2013 Future Gate: * (1) S/2 2Door Expansion Blade to be added to Networl( Controller in Solid Waste Building * (I) 1111) RP40 Prox, Reader to allow badge access thru gate 0 (1) 48" Gooseneck earth gang box to mount prox.reader 0 Connect to existing gate controller 19 18/6 Outside plant cable to support new gate Legacy Bitilding Dumpster: • S2 2Door Micro Node installed in customer provided enclosure • (1) Altronix 24VDC/ I O.Aanp 8Door Lock Power Supplies to support power to locks • (1).Exterior Door Rutherford 12001b Maglock, Prox Reader, R11", Button and Door Position Contact for new door installation • Access Control Tappan Composite Cable to support new equipment to doors • CatSE to connect panels to network • Connect to existing Fire panel for emergency door release • Cominissioning/Training I Year Software Upgrade. Support and. Hardware Warranty Compost Facility: 0 (1) S2. 2.Door Controller with power supply, to support needed doors * (1) Altronix 2.4VDC./l OAmp 8Door Lock Power Supplies to support power to tacks 0 (2) Existing Interior Door I IES 8000 Door Strike,11'rox Reader, RTE Motion and.Door Position Contact for ncNA, door installation I 0 Access Control Tappan Composite (.able to sup -port new equipinent to doors a Cat5E to connect panels tonevmvork 0 Connect to existing Fire panel for emergency door release 1. Year Software Upgrade, Support and Hardware Warranty Project Pricing Material Total $ 44,051.25 Labor Total $ 16,740.00 Expenses $ 2,666.67 Sub Total $ 63,457.92 Taxes $ - Sub Total, $ 63,457.92 Bonding $ 1,586.45 Project Total $ 65,044,36 Proprietary information, not to be disclosed ivitlioiitpermission front Electra Link-, Inca Page (6) City of Fayetteville August 15, 2013 Airport Gates and Badging Per RFP Project C:i-v Per RFP 13-11 Project C of the City of Fayetteville will consist of the following purchase and installation: Earnest Lancaster Gate: Connect existing card reader to existing S2 Nficro Node Commissioning Fuel Farm Gate: (1) S2 2Door Micro Nodeinstalled in existing housing Connect existing card reader and gate controller- to S2 panel 0 Conitnissioning� Terminal and Man Gate: (1) S2 2Door Net;ork Node installed in. existing panel location. (1.) Altronix. 24V C"IOAtia.p 8Door Lock Power Supplies to support povN,er• to lochs Connect: existing cardreaders and gate controllers to S2 panel. Commissioning 11 Exacq V isiOD NVl:Y'. integration License Database Conversion and Badging connection Project Pricing Material Total $ 6,136.05 Labor Total $ 3,350.00 Expenses $ 711.11 Sub Total $ 10,197.16 Taxes $ - Sub Total $ 10,197.16 Bonding $ 254.93 Project Total $ 10,452.09 Proprietary information, not to be disclosed without permission front Electra Link, Inc. Page (7) City of Fayetteville August I5, 2013 Pathways Electra .Link, Inc. In order to conform to the project specifications the J-Hooks will be spaced no more than 48-inches apart to prevent sag between the J-Hook locations in excess of twelve (12) inches and to keep the cables off the ceiling tiles, lighting system, HVAC duct work or any other trade that might generate or induce interference on the UTP cabling. At termination points (TR's) where cables converge, all cables will be exposed and routed in a neat, orderly and workmanlike manner. Quality Assurance and Testing Electra Link, Inc. will provide all tools and test equipment required for installation and testing. Test equipment, testing personnel will be identified, and all test results will include the name of the person actually performing each test to ensure accountability. Electra Link, Inc. will guarantee 100% of all cables installed are free of defects and meet the manufactrirer's specifications. Any cable components or installation. practices that do not racet recognized industry standards or those recommended by the manufacturer would be replaced at no additional cost to the Owner. Electra Link, Inc. is a certified corporate member of the Building Industry Consulting Service International. (BICSI) and also has nine (9) Registered Communications Distribution Designers (RCDD) on staff. The RCDD program is fast becoming recognized. as the industry wide standard of design excellence for the data and telecommunications industry. Documentation To support future expansion, reconfiguration and maintenance, CITY OF ..FAYETTEYILLE Will be provided complete records of system characteristics. This document will consist of laminated. CAD As -Built Drawings of each floor indicating main cable routes, labeling/numbering scheme, I/O locations, Telcom Room location, cable certification reports and any important construction. details. The As -Built will be installed in each TR room with a .Plexiglas cover. This document will be delivered within thirty (30) days of project completion. Warranty As a certified S2/Bosch installer, Electra Link, Inc. can offer the City of Fayetteville an extended product warranty and application warranty (provided the installation meets installation requirements). Electra Link, Inc. also offers a One Year Warranty on workmanship for this project, based on all adds, moves and changes being performed by Electra Link, Inc. Proprietary information, not to be disclosed without permission from Electra .Link, Inc. Page (8) City of Fayetteville August 1 S, 2013 Insurance Electra Link, Inc. will furnish to its customers' certificates showing evidence of coverage indicated above prior to beginning any project. Such certificates will indicate that policies will not be reduced or canceled without thirty days written notice. Assumptions ✓ COF providing all conduit and outdoor enclosures needed ✓ Existing equipment maglock, prox readers, etc. will compat with S2 system ✓ Work to be performed during normal business hours. ✓ If required, City of Fayetteville will provide all installation personnel with access badges, keys, and or escorts in order to perform the work in a timely manner. ✓ City of Fayetteville will have a designated Project Manager to answer any/all questions that might arise during the project installation. ✓ Any customer requested work and or materials beyond the original scope of work described in this proposal and or the "Proposal Attachment" is subject to additional charges. ✓ Delays due to: closings, material availability, limited access or other events, which are the result of the customer, will be billed per hour for every hour the delay exists. No electrical or conduit work is included in this proposal. ✓ J-hook pathways will be established per BICSI standards where possible. Under floor cabling will be placed directly on the floor. ✓ No electronics including switches, routers, cameras, wireless access points, etc. are included. ✓ All racks and cabinets will be provided by others. Electra Link, Inc. is looking forward to working with TLaE CITY OF FAYETTEI1ILLE on the proposed project. If there is anything else I can assist you on now or in the future please give me a call at your convenience. Respectfully Submitted, Billy York Electra I:,ink, Inc. bvork(cr?electral ink. com 405-715-1700 (office) 417 S. State Street Edmond, OK 73003 www.electralink.com Proprietary information, not to be iliseloserl ►sitltotat pertztission from Electra Link, 1ne. Pitge (9) ELECT-2 OP ID: DK ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE(M2/20 08/1/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 281-370-6064 Spring Insurance Agency Fax: 281-370-2925 6605 Cy resswood Dr. Suite 400 Spring, TX 77379 Spring Insurance Agy NT NAMEACT Kay Dockins PHONE 832-494-1963 AID No): 281-370-2925 A/C No Ell: ADDREEARLSSS: Y � p g• d rin ika s nsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Acadia Ins Co 38911 INSURED Electra Link, Inc. 21755 IH45, Bldg. 10 Spring, TX 77388 INSURER B: Navigators Ins Co INSURERC: INSURER D INSURER E INSURER F : KFVii. 1i" V Nl lnnn _m- 91UVCtCAVG0 v".,u Ivr.,�....,o.......... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS. LTR TYPE OF INSUR GENERAL LIABILITY WDLANCE BR POLICY NUMBER MMIDIDIYYYY MMIDDNYYY LIMITS EACH OCCURRENCE $ 1,000,00 PREMISES Ea occurrence $ 100,00 C X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FRI OCCUR CPA9045966-31 01/01/2013 01/01/2014 MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2,000,00 COMBINED SINGLE LIMIT Ea accident $ 1,000,00 j POLICY X PRO LOC AUTOMOBILE LIABILITY BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEUTO.DULED AUTOS NON -OWNED X HIRED AUTOS AUTOS CPA9045966-31 01/01/2013 01/01/2014 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ B UMBRELLA LIAB iiX EXCESS LIAB OCCUR CLAIMS -MADE H012EXC7138901V 01/0112013 01/0112014 EACH OCCURRENCE $ 10,000,00 X AGGREGATE $ 10,000,00 DED RETENTION $ WORKERS COMPENSATION X T WCRY LIMITSTATU- S ER OTH- $ E.L. EACH ACCIDENT $ 1,000,00 A AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes. describe under DESCRIPTION OF OPERATIONS below NIA CA9045971-31 01/01/2013 01/01/2014 E.L. DISEASE - EA EMPLOYE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 A Rented/Leased CPA9045966 01/01/2013 01101/2014 Limit 20,00 Equipment DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) CERTIFICATE HOLDER GANULLLAIIVN City of Fayettville, Arkansas Purchasing Division Room 306 ATTN: Andrea Foren 113 W. Mountain Fayetteville, AR 72701 CITYFAY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD GREAT AMERICAN INSURANCE COMPANY WHO Bond No. BID BOND Approved by The American Institute of Architectst A.I.A. Document No. A310 Febtuaty, 1970 Edition KNOW ALL MEN BY THESE PRESENTS: that we Electra Link, Inc as Principal. hereinafter called Principal, and GREAT AMERICAN INSURANCE COMPANY, a corporation duly organized under the laws of the State of Ohio, with Administrative Offices at 580 Walnut Street, Cincinnati, Ohio 45202, as Surety, hereinafter called the Surety, are held firmly bound unto City of Fayetteville as Obligee, hereinafter called Obligee, in the sum of Five Percent of Amount Bid----------------------------- Dollars ($ -------- 5%-------- For the payment of which sum well and truly to be made, and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ..Access Gontrol &-Security System NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for die prompt payment of labor and material famished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another Party to perform the Work covered by said bid, then this obligation shall be null and void, othenvise to remain in full force and effect. Signed and sealed this 16th day of August , 2013 hi the presence of: Electra Link, Inc. (Principal) (Seal) By: (Title) GREAT AMERICAN INSURANCE COMPANY (Seal) (Sure ) �duwk) By: Peg y onza (Attorney -in -Fact) Bid Bond F9630a GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET 0 CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.0 15621 POWER OFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power RAY HUGHSTON PEGGY GONZALEZ ALL OF ALL CHRISTOPHER J. HUGHSTON MARY EDWARDS BROWNSVILLE, $75,000,000.00 DAVID C. HUGHSTON TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 5TH day of DECEMBER 1 2011 Attest GREAT AMERICAN INSURANCE COMPANY - - .. _... _. _.. .. ........... Assistant Secretary Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KiTCHIN (977-377-2405) On this 5TH day of DECEMBER 2011 before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. �o�y;; •�, NOTARY PUBLIC, STATE OF OHIO MY COMMISSION EXPIRES 02-20-16 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorised, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 16th day of August , 2013 Assistant Secretary S1029AC (4/11) City of Fayettevi3e RFF 13-11, Access Control and Security System SECTION E: Signature Submittal 1. Disclosure Information Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists; this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: no 1) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explain): I certify that', as an officer of this organization, or per the attached letter of authorization; am duly authorized to certify the information provided herein are accurate and true:. and my organization shall comply with all State and Federal Equal n cM xs an,- Nsr `ssc : ? za 5 a—d ^�w+G ,s �e EnJ Gnu 2, At the discretion of the City, one or more firms may be asked fir more detailed information before finao ranking of the firms, =whicri may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Name of Firm: Electra Link, Inc. Name of Primary Contact: Billy York Title of 11 Primary Contact: Security Manager Oklahoma/Arkansas Phone#1 (cell preferred): 405-200-3623 Phone#2: 405-715-1700 E-Mail Address: byork@electralink.com 3. Please acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED bIAME GATE ACKNOWLEDGED #2 Billy York 8-7-13 #3 Billy York 8-8-13 #4 Billy York 8-12-13 City of Fayetteville: AR RFP 13-11, Access Control and Security System Page 19 of 23 4.RR|CE 8�ir_' ^ Proposers shall provide documentation clearlyoutlinbg total cost for each project per the attached "Proposal PricingFonn^. Failure brsubmit the required "Proposal Pricing Form" could result inyour proposal being ' rejected asnon~mspunsk/w. � 5. As an interested party on this project, you are required to provide debarment1suspension certification indicadrig in � compliance with the below Federal Executive Order. Certification can badone bycompleting and signing this form, � Federal Executive Order (E.Oj 12548 "Debarment and Suspension' requires that all contractors receiving individual ' e*mrdo` using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, | nuopendad, proposed for debarment, declared ine|igib\e, or voluntarily excluded by any Federal department oragency � from doing business with the Federal Government. ` 6. Signature certifies that neither you nor your principal is presently dobonad, uumpended, proposed for debarment, / declared ineligible, orvo|vn�ah|yoxc|udedhnmpa�iuipetionin�histnonoadk�nby�nyhadens|d����mentoragenuy. . ' i � Questions regarding this form should bedirected tothe City qfFayetteville Purchasing Division. � NAME: Billy York Electra Link, In S�8E��8�aS�eG Tulsa, PHY|����LA�>D�E���� Street . OK7414O M AiL(NG A[}[}R E S'S. same 918-828-0033 E-MAIL: oom � SIGNATURE, i ' - TITLE: , � DATE: 8'1413 ` ! ' � � ` > ^ City of Fayetteville, AR RFP15-11.Access Control and Security System Page 2Oof23 , {City ^ of |� RFP 13-1 1. Access Control and Security' System SECTION O: Vendor References The following information isrequired from all fimaso al statements ofqualification may bereviewed and properly evaluated: COMPANY NAME: NUMBER DFYEARS lNBUSINESS: HOW LONG |NPRESENT L0CATON� TDTALNUK8BERQFCURRENTEN}PLOYEES: FULL TIME PART TIME NUMBER DFEMPLOYEES PLANNED FOR THIS CONTRACT: FULL TIME ___~ PART TIME PLEASE LIST FOUR (4) GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (S)YEARS (All fields must be comoleted�,: I, 2. COMPANY NAME COMPANY NAME CITY, STATE, ZIP ONTACT PER-1 SON TELEPHONE - 1 COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER E-MAIL ADDRESS City of Fayetteville, 8R RFP|341^Access Control and Security System Page 18cf 23 CITY, STATE, ZIP CONTACT PERSON' TELEPHONE FAX NUMBER E-MA|LADD�E�8 ----------------- 4. COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER E-MAIL ADDRESS City of Fayetteville RFP 13-11, Access Control and Security System SECTION F: Proposal Pricing Form — Revised per Addendum 3 All Proposers shall provide documentation clearly outlining total cost for each project per the attached "Proposal Pricing Form". Failure to submit the required 'Proposal Pricing Form" could result in your proposal being rejected as non- responsive. AN Proposers shall submit an MSRP sheet for all system components. Failure to submit the required MSRP retail pricing could result in your proposal being rejected as non -responsive. State of Arkansas Contractors License Number- E 2012 0043 m I gJ Ems Discount 6ffMsRP Hourtyinstallation Location Total Turn Key PrI46- forAdditionalAms date -Primary Asgistahl(per outside-vispec** install- (per hour) "** PoTIco.DqparUnot4,. all 4 locations, {Including but IlMiteid td'all h6rdwaft, irtstolww, ,r! " 04 1 VW , Fau artitl6rom ro , ONP 66,527.00 30 55 45 Al training, ,51A,bid boddi, 1114% performance Jerbour $_p*rbQw Atidpaymai06iiid ofO PRICr=$HALL NOT INC, LubEW66ii6iP,0ATAL Solid Waste 8Wscytllng, (including but -not' conliguraffoo, and Ilmining,. 504 bld bond, 65,045.00 30 55 45 A2 100% parformanceand payrnaM bond, $ $ pox hour perhbur PRICE SK11 NOT INCLUDE ADOMONAL PORTAL: LICENISJUG Airport: (Including but not. limited to all hard re, Installation,, ton figuration..and A3 bid $ 10,452.00 30 olf 55 ;porhcur :�- 45 per hour w payment GrA, bohd, Feature Licenses, etc.) PRICe:SRALL NOT INOW DE ADDITIONAL lit", ATAL LICENSING — . . . . . . . . . . . . I "N' 10,070.00 badging for 2 locations users AS Licensing cost for upgrading from 16. to 64 portals: PRICING FORWORADINOYROM IS TO 4PORTALS 14,482,00 badging for 2 locations users AO LlcenWlnq cost for upgrading from 16 to 428.0ortals. PRICING FOR,UPGRADING FROM 1610128 PORTALS M -C WIMMI = M 5 based for the Iodation. Fire (5) percent Bid Bond shall be submitted for Iterft A4 (th6 � 'sum, Coniptete Pricing on provided specifications ttjJ;0.oust of Jt*!hA!.AZ and A4) —0) M6&int off WSR01brAdditichal ofWW Poroentajp discount off of the manufacturees MSRP retallpricing shee(shall-be.used for any items . . . ..... ... .... ovid M RP061ng's0eduleshowlqi;M$RP. added outside ofthescope of the locations and specificaltionsprpyided in this sebeidu Is.. Proposers shall pr W *ITM) HoUM to Ilatiali Rita - Prioaci InsiAllgi (0trhgU& Hourly rate to be 0arged! to the city foe � Primary, supervisor, or m"ter Instaurt6prov(d4 ' EnsWatI66 services outside, of the scope ofthe locations: and specifications provided In this acheduls. . . ..... . .. vv) liolitu lewigim R-t. - iotqVrate to be charged to the Citylbr an assistant installerto provide, iostaltatic" services outside of the stops ofthe locations and specifications provided in thivsche4ute. _04 outsidspIthe e scope, of the locations And specifications provided in this schedule. , City of Fayetteville, Arkansas RFP 13-11, Addendum 3 Pa e2of4 Tel €rtn €ire aye 1evkv for the Deaf T,'A)(479,$2l-l3t6 Discount off MSRP for Hourty inst atinn Rate Hourly tnsfaitapcn mate-ltistatlatiori Rem# Location Additional items otdsido of =Primary] tristalter (firer Asststar�t (per hoar}' sped �x tf Oib/Shop I Fleet 30. %.Off $ 55 per � 45 Psrb r t2. _ Parks &Recreations 3© 9c{4 55 pernotu # ._�45 pertau masterinstailarto pro4idein#atl*n % Discount off MSKP for i^iatiiriyRaEe Hour3�Ofn�tstt�#itrzK,Ratr-9rsfa#ladot ni Location Addatloh9tteniaoutsideol` �PdmaryPixrsfaiter. ter Assist 001 iir ucJ .(perfiour)lk i ArinialShelter 30 %Oly 65 par hour 45 Perhaur 2 fire Stations (7locations}and Fire Marshall 30 Ao $ 55 per hour k45 poriioair ice (.A location) scope instalter,ta' pro+ ida installation City of Fayetteville, Arkansas RFP 13-11, Addendum 3 Pa e3of4 lei or�rr�.t➢ltat� f �c fortlp- Deaf Tt47 52i-t3st 113'mestMoumain-°fe ttevlfWAR7Z70T i Discount"flff MSRP €or" Hourly Installation Rate Hourly Installation Rate -Installation Location Additional Items outsideo€ -Primaryln§&Ver(per Assistant(per hour)" sped- hourr G1tyH31; EngineerlaOJanning, and Building 30 % S. 55 per'houi S 45 per hour Maintenance Ydater$,Sewerdperabons 30 %air 5 55 per Itour 5 45 parhour in this l�eacripola� Material (Costplus %): Materials cvstfrom $UOD-$100 Material"(costplus%): klate'rims costirrm S1014500 matertat (cost plus 14}. taterials cost from Mi-$1bbO lilatei al (cost plus %I: Materials cast from tfiiL11460SQ, Materiat (Gcst plus%): Materials cost from,$SpQi andup master;instailer Mark IV#'P'8rctntaige* 25 25 % 25 25 20 t: Awarded proposes' t ist of materio) pets'the i r t iip"paroertltagi pCotii ct per iirolecCizto3tian. This seheduld shah tie used for tot ksten &f tiie'provldad MSRP discount. This schadule shas only applyto schedule A ht the,event.the"city addssd4pa of"rk autside of ctirrns: AAArded proposer snail provide the city-Wih a materials Ilst&ig sfidWing separate iriatk" up percentage added. Materiai llsiings are and audit the Gijr; City of Fayetteville, Arkansas RFP 13-11, Addendum 3 Page 4 of 4 a r�r€n? 3tts � s.efzaril .rJ df TW(479)5M-1316 18ftstMountain --yeti nil%,AR72701 Citv of Favetteville RFP 13-11 Access Control and Security System Electra Link Proposal # Project Schedule 7�e {�ai�lt Si�xcnn 5necisftu Electra Link has been in business since 1985 based out of Houston, Texas. The Oklahoma branch was opened in 2009 and has grown to support over 100 employees in the Oklahoma area. Our local branch has managed and installed projects as big as 12 million. We are an installation and service company that has touched every market from single tenant spaces to full high rise buildings and multi -million dollar data centers. We pride ourselves knowing that we self perform all work and can stand behind our installations. Electra Link Tulsa/Oklahoma City currently has: Full Time Techs-45 Project Managers-4 Material Procurement: Upon receipt of contract Electra Link will order material for the all 2 breakouts and keep a running stock of material for at least (1) facilities until project completion to minimize lead times. All material with the will be stored locally for ease of access. Schools in progress will have material stored onsite. It would be requested to have a room available for storage on a working campus. Cable Installation: Electra Link will request to work 2 Guys on 4 (10hr) Shifts to cable Police Dept. Locations estimated 3 day completion. Upon completion of Police Dept. Locations Electra Link will move same crew to Solid Waste and Recycling Locations on 4 (10hr) shifts estimated 1 week completion Pathways and Support: All structured cabling and security cabling will be supported with J-hooks at a maximum span of five feet increments. Structured cabling and security cabling will be separated a minimum of six inches apart. All cabling shall meet and/or exceed all BICSI and ANSI recommendations. Hardware During the start of project Electra Link will walk each door with hardware supplier/installer and verify that specified hardware is adequate for door type. Upon finding exact part needs the Locksmith (Locktrends) contracted by Electra Link will begin installation and replacement of door hardware at Police Facilities Hardware installer will be working one on one to turn over doors to the new system leaving no controlled door without security as we transition from the old system to the new. Estimated door hardware replacement time (2) days. The Cable Svstem Specialist Camera Installation Camera installation will start immediately after cabling installation with a (2) man crew with duration of approximately one week per facility. Assuming servers are available we will start importing and programming cameras immediately Access Control Systems Police Department 4 Locations A week before the Locksmith from Locktrends is onsite Electra Link proposes the following scenario • Prewire all Police Dept. Facilities (3-4 days) • Install and Terminated all S2 Panels (2 days) Connect all S2 Panels to Customers Network and add them to existing Extreme Server (I day) • Program Data Base with all needed information (Dependent on size of database that needs moved) • Once ready Locktrends will be called to start converting over door hardware (2 days) • Electra Link will have 4 technicians following locksmith converting doors one at a time. Estimated completion once Locksmith starts conversion is complete (2-3days) Solid Waste and Recycling • Prewire all sites ( 1.5 weeks) • Install and Terminate all S2 Panels and Cameras ( 1 week) • Connect all S2 Panels and NVRs to customers Network and add them to existing Extreme server (1 day) Program Data Base with all needed information (Dependent on size of database that needs moved) Install all access controlandcamerafield devices (1 week) Airport: • Prewire all sites (1 day) • Install and Terminate all S2 Panels and Cameras ( 2days) • Connect all S2 Panels and NVRs to customers Network and add them to existing Extreme server (1 day) • Program Data Base with all needed information (Dependent on size of database that needs moved) Dedicated Manpower for COF: Cable Installation 2 Camera Installer -2 Security Installers-2 Programmer-1 Project Manger-1 Proprietary information, not to he disclosed without perini5sionfroth Ekctrtl Lhill, Inc. Ptkg,e (2) J�W &�li'%i q,q�. The Cable System Specialist Proprietary information, not to be disclosed without permission from Electra LMA, .I m Page (3) -qVWX.WC771A tv of Favetteville RFP 13-11 Access Control and SecuritV System. Electra Link Proposal PROPOSAL FORM PART QUALIFICATIONS Proiect Manager Eric York Security/Construction Experience 13 years Present Commitments: Umarex, McElroy Manufacturing Estimator Billy York Security/Construction experience 14 years Present Commitments: Chickasaw Nation, ONG, Umarex Proiect Site Supervisor Shane Pittser Security/Construction experience 8 years Present Commitments: McElroy, Rogers County CH Programmer Jeremy Moser Security/Construction Experience 12 years Present Commitments: McElroy, Rogers County CH Certifications of all the above S2 AMAG DSX Bosch ONSSI Axis ExacgVision Panduit Commscope Uniprise ,eEc�ren ty of Fayetteville RFP 13-11 Access Control and Security System Electra Link Proposal m„ruble,, inSnM,,,6, PROPOSAL FORM PART QUALIFICATIONS Proiect Manager Ryan Harman Security/Construction Experience 8 years Present Commitments: Chickasaw Nation Proiect Site Supervisor/Programmer Chris Shreve Security/Construction experience 8 years Present Commitments: Service OKC Certifications of all the above S2 AMAG DSX Bosch ONSSi Axis ExacgVision Panduit Commscope Uniprise Billy York Bristow, OK 918-290-9535 byork79Rc hotmail.com OBJECTIVE To obtain a Service/Installation/Operations management position where I can share and further develop my skills in Burglary, Access, CCTV and Fire Control for an Industry leading integration company. EDUCATION 811997-811999 Associates of Applied Science in Electronic Engineering Oklahoma State University-Okmulgee EXPERIENCE 1/2011- present Regional Security Manager of Oklahoma/Arkansas Electra Link, Inc. ➢ Hold managers state license for Electra Link, Inc. Oklahoma and Arkansas Burglary, Fire, Access Control, CCTV, Locksmith and Nurse Call ➢ Manage (15) security technicians and (2) Project Managers in Oklahoma and Arkansas ➢ Managed all Security jobs start to finish ➢ Started Security division from ground Zip with no customer base, have grown to 15 security technicians in one year and over I million dollars in sales ➢ Overseen all security aspects of a Operations Management position • Sales • Job walks • Estimating/Design • Bid Proposals • Pre -bid meetings • Job takeoff meetings • Final Job Walks and Inspections • PO request • Job Billing • Job and AR Reports • Inventory • Weekly Conference calls and meetings • Scheduled technician training with numerous vendors ➢ Performed large sub -contract jobs for ADT Commercial Division and Stanley Convergent Security. ➢ Designed, Installed, and Maintained large integrated access control and ccty systems ➢ Knowledge in numerous ccty ip software Bosch, Milestone, Onssi, Exacq, Avigilon and Pelco Endura ➢ Knowledge in numerous access control systems Bosch, S2, Keri, DSY., AjVL4G, Mercury equipment and Advantor ➢ Knowledge in numerous burglar and fire systems DSC, Ademco, Sonitrol, FireLite, FCI, Notlfier and Silent Knight 112005-1212010 Service Manager- Sonitrol of Oklahoma ➢ Primary focus overseeing all service activity and personnel for both franchises (Tulsa & Oklahoma City) ➢ Secondar focus overseeing and assisting. installation projects __..__.____________._ ➢ Tasked with selling add-ons, upgrades and new services such as installation, integration, training, and maintenance agreements ➢ Technical support for sales department ➢ Servicing multi -state areas including Kansas, Texas, Arkansas and Missouri ➢ In charge of servicing and installing numerous government jobs for Army Reserve, Army/Air National Guards and Army Corp of Engineers ➢ Designing numerous fire, security, access, and ccty systems Knowledge in numerous manufactures equipment: Sonitrol, Advantor, Bosch, Pelco, Hone tell and DSC, etc. ➢ Overseeing and working with numerous subcontractor ➢ Held managers state license for Sonitrol of Oklahoma City in Security, Fire, Access Control, CCTV and Nurse Call 912000-112005 Lead Service Technician- Sonitrol of Tulsa ➢ Tasked with day to day service and maintenance with a 2 hr guarantee response to customer base of over 600 accounts ➢ In charge of 24hr emergency service and semi-annual preventive maintenance for the Army Reserve 89`h Regional Support Command over 75 locations throughout Kansas, Nebraska, Iowa and Missouri ➢ Maintained on call rotation of 7 days at a time every 4th week ➢ Performed installations as needed 911999-912000 Lead Installer- Sonitrol of Tulsa ➢ Tasked with installing and overseeing all installations ➢ Managed and assigned other techs and sub -contractors Computer Skills Microsoft Office 97-2000 Microsoft Power Point Microsoft Excel & Word Windo ws Microsoft Outlook Certifications Bosch DLA 120011400 series recorders Keri Eclipse. Net Access Control Keyscan Access Control DSX-TVINDSX Access Control Systems Exacq Vision S2 Access Control Advantor/Sonitrol Access Control c-� S2 SEGl.TFLITY_� CERTIFICATE OF COMPLETION Rich Ames Manager, Training & Certification is hereby granted to c�illp for successfully completi k S 2 Basic Certificatio ' Course Release 4.2 December 12, 2012 — Dallas, TX R. Todd Smith VP, Worldwide Sales John L. Moss CEO Eric York Welty, OK 918-828-0028 eyork@electralink.com OBJECTIVE To obtain a Service/Installation/Operations management position where I can share and further develop my skills in Burglary, Access, CCTV and Fire Control for an Industry leading integration company. EDUCATION High School EXPERIENCE 1/2011- present Project Manager for Electra Link, Inc. Tulsa Branch ➢ Hold managers state license for Electra Link, Inc. Oklahoma Burglary, Fire, Access Control, CCTV, Locksmith and Nurse Call ➢ Manage (7) security technicians in Tulsa/Arkansas are ➢ Managed all Security jobs start to finish ➢ Oversee all security aspects oj'all Operation Management position • Sales • Job walks • Pre -bid meetings • Job takeoff meetings • Final Job Walks and Inspections • PO request • Job Billing • Job and AR Reports • Inventory 112007-1212010 Install Manager- Sonitrol of Oklahoma ➢ Primary focus overseeing all installation activity and personnel ➢ Secondary focus overseeing and assisting installation projects ➢ Tasked with selling add-ons, installation, integration, training, and maintenance agreements ➢ Technical support for sales department 912000-912007 Lead Installer- Sonitrol of Tulsa ➢ Tasked with installing and overseeing all installation ➢ Managed and assigned other techs and sub -contractors SZ SECURITY_� CERTIFICATE OF C(DMPLETION is hereby granted to fic CFe Yrk for successfully S 2 Basic Certification Course Release 4.2 December 12, 2012 — Dallas, TX f Rich Ames R. Todd Smith Manager, Training & Certification VP, Worldwide Sales John L. Moss CEO 918-809-7318 rharman@electralink.com Professional Profile My professional career began with Corrections Corporation of America. I worked through the ranks from a Correctional Officer and eventually promoting to Captain after serving 4 facilities and 10 state departments of corrections. My responsibilities included managing overall operations of a 2400 bed male correctional facility, incident management, conducting training, incident report writing, scheduling of staff and many other operational duties. Due to starting a family, extensive work hours, and concern from the family I resigned from the corrections profession. After resigning from CCA I began a new career with Sonitrol of Oklahoma where I began as an Installation Technician and later promoted to Installation Manager. My responsibilities included pre -site visits, coordinating with sales staff to ensure proper system design of the sale, ordering of equipment, communication and training with installation technicians, working closely with the Service Manager to ensure the highest quality of customer service, generating a spread sheet outlining current open jobs with projected man hours to completion, estimated date of completion, current completed jobs, technician scheduling, and plan of actions necessary to complete the projects. I communicated all information weekly to the executive staff and addressed potential issues and upcoming projects. My career with Sonitrol of Oklahoma ended with acquisition of Sonitrol by Stanley Convergent Security Solutions. Once the acquisition by Stanley CSS was final I was hired as an Installation Technician, due to my knowledge of the Sonitrol product and customer service driven mentality I was moved to a Service Technician where I was later promoted to Service Coordinator. My -.---------responsibiiit es-include-the-scheduling-and-coordinati-on-of-se-rvice--requestwittra-servi-ce------------ -- -- -T dispatcher located in Minneapolis MN to provide the fastest possible response to ensure customer satisfaction, coordinating with several subcontractors within Oklahoma and also out of state, striving for a 24hr hour turn around for all service request, coordinating Preventative Maintenance and Fire inspections due within the month, assisting with billing and other related needs from administrative staff, ensuring technicians meet the annual training requirements set forth by Stanley and ensuring all technicians receive vacation time without affecting customer service. In February of 2012 1 moved to Electra Link Inc. as a Security Project Manager. My current responsibilities include managing all aspects of all Edmond security projects. I work closely with the estimator to ensure customer's expectations are exceeded. I am licensed with the Oklahoma Alarm and Locksmith Industry and hold a Managers License in Burglar Alarm, Residential and Commercial Fire, Access Control, Locksmith, CCTV, and Nurse Call. I also hold an Arkansas Alarm Apprentice License. SZ SECURITY -> CERTIFICATE OF C6MPLETION is hereby granted to ap5m for successfully S2 Basic Certification Course Release 4.2 i December 12, 2012 — Dallas,jTX I Rich Ames R. Todd Smith I John L. Moss Manager, Training & Certification VP, Worldwide Sales . CEO Chris Shreve Office-417 S. State St. Edmond,Ok,73003 Res-4804 Tate Dr. Del City OK, 73115 Wrk.405-200-4796 / Personal.405-227-1305 cshreve@electralink.com Objective To contribute Leadership, technical, analytical, and personal skills Professional Achievements & Certifications • Oklahoma licensed Technician: I CCTV, Access Control, Burg, Commercial Fire ■ Bosch Certified Technician, DLA 1200/ 1400 ■ DSX certified ■ Pelco Endura certified ■ Onssi Certified ■ S2 Access Control Certified ■ DHS/Keri Systems Access Control Skills ■ Prepare for various security installations by reviewing installation orders; gathering equipment, supplies, and tools; coordinating schedules with customers. ■ Plan installations by surveying and evaluating location; identifying installation requirements; laying -out equipment and wiring plan. ---.--------------x_..—Install-egnip,ment-;-run and-pull-wir-i-ng;-program-and-cal-ibrat-e-equipmen�adher-e------------- to codes, regulations, and standards. • Supervise the work of junior staff. • Verify system is functioning by testing equipment, connections, and signals; identifying and correcting problems. ■ Maintain records by documenting installation. ■ Maintain customer support by resolving concerns; answering questions. • Update job knowledge by participating in educational opportunities; reading technical publications. • Well Versed in various types of Burg Alarm & Fire Systems Work History Lead Security Technician , Electralink Inc. Edmond, OK Feb. 2011 - present Sub Contractor, Wave Communications/Integral, OKC, OK Dec. 2010 - Feb 2011 Lead Security Technician, Edmond Security Inc , Edmond, OK March 2008-12/2010 Service Technician, Merry X-Ray, OKC, OK July 2003 - Feb. 2008 SZ SEC[.JRITY CERTIFICEYTE OF COMPLETION Rich Ames Manager, Training & Certification 6D) is hereby granted to 03hrme successfully completing S2 Basic Certification Course Release 4.2 December 12, 2012 — Dallas, TX i I R. Todd Smith VP,I Worldwide Sales John L. Moss CEO CERTIFIC &I S2 Basi Sept Rich Ames R. Manager, Training & Certification VP, E OF COMPLETION is hereby granted to successfully completing Certification Course Release 4.2 ber 14, 2012 — Dallas, TX Smith John L. Moss Idwide Sales CEO CERTIFICATE OF COMPLETION Rich Ames Manager, Training & Certification S2 Basi Sept is hereby granted to "6rI - Attfer successfully completing Certification Course Release 4.2 er 14, 2012 — Dallas, TX R. Tbdd Smith VP, yVorldwide Sales John L. Moss CEO S2 SECURITY ..O> CERTIFIC S2 Basi Rich Ames R. T Manager, Training & Certification VP, OF COMPLETION is hereby granted to C)30116 successfully completing Certification Course Release 4.2 ber 14, 2012 — Dallas, TX Smith Sales John L. Moss CEO CERTIFIC S 2 B asi E OF COMPLETION is hereby granted to dd o16dll successfully completing Certification Course Release 4.2 ber 14, 2012 — Dallas, TX Rich Ames R. T¢dd Smith Manager, Training & Certification VP,71dwide Sales John L. Moss CEO City of Fayetteville RFP 13-11 Access Control and Security System i3sv Cahte Ss�iun SnedalSst Name Of Firm:Electra Link, Inc, ElectraLink Proposal # Address Of Principal Office: 2175 1-45 N. Bldg. 10, Spring Texas 77388 Phone Number:281-350-6096 Fax Number: 281-350-8295 Email Address and/or Web Address: www.electralink.com Form Of Buisness Organization (Corporation, Partnership, Limited Liability Partnership, individual, Joint Venture, other?): Corporation Year Founded: 1985 # of Current Full -Time Employees: 365 # of Current Part -Time Employees: 75 # of Current Full -Time Employees for Contract: 10 # of Current Part -Time Employees for Contract: 0 Primary Individual to Contact: Bruce Conley Houston Dallas Austin 217551H-45, Bldg. -10 17819 Davenport Rd., Suite 310 12217 {haters Park Rd. Spring, Texas 78759 Dallas, Texas 752.52 Austin, Texas 78759 287-350-6096 281-350-8295-Fae 972-818-7225 972-818-7219-Fax 512-835-6475 512-835-6481-Fax City of Fayetteville RFP 13-11 Access Control and Security System EGECT//A Gi,`` Electra Link Proposal # References The Cnblc S. U. Sue WHA List of Security References Name of project: Mansfield ISD, Mansfield, TX Site Address: 605 East Board St. Completion Date: February 2013 Customer Contact: Lt. Greg Minter Description of Project: (32) Locations- Installation of Access Control, Cameras and Wireless Access Control Cable Consultant: Huckabee Estimated Project Value Amount: $ 8.5 Million Name of project: Sealy ISD, Houston, TX Site Address: 939 Tiger Lane, Houston, TX 77474 Customer Contact: Tammy Leimer 979-885-3516 Description of Project: Installed S2 Access Control, 100 card readers, 100 IP cameras, IP based intercom Estimated Project Value Amount: $500,000.00 Name of project: McElroy Manufacturing, Tulsa, OK Site Address: 833 North Fulton Ave, Tulsa, OK 75115 Customer Contact: David Jones 918-831-9339 Joe Perrault 918-430-6933 Description of Project: Installed S2 Access Control with S2 NetVR's at (7) separate locations, 75 card readers, 16 Bosch IP Cameras Estimated Project Value Amount: $100,000,00 Name of project: Methodist Manner, Tulsa, OK Site Address: 4134 East 31st St. Tulsa, OK 74135 Customer Contact: Dennis Graham 918-346-6637 Description of Project: Installed S2 Access Control with Bosch IP cameras, 25 card readers, 60 Bosch IP Cameras Estimated Project Value Amount: $150,000.00 Name of project: Rogers County Courthouse, Claremore, OK Site Address: 200 South Lynn Riggs Blvd. Claremore, OK 74017 Customer Contact: Jon Sappington Description of Project: Installed S2 Access Control with S2 NetVR's, 30 card readers, 145 Bosch IP Cameras, Aiphone Intercom Estimated Project Value Amount: $200,000.00 Name of project: H&H Gun Range, Oklahoma City, OK Site Address: 400 South Vermont Ave, OKC, OK 73108 Customer Contact: Stephen Hall Description of Project: Installation a 70 Bosch HD IP Camera VMS system Estimated Project Value Amount: $250,000.00 Name of project: Canadian Hills Wind Farm Calumet, OK Site Address: 14730 Edmond Road. NW, Calumet, OK 73003 Customer Contact: Kevin Headrick 972-533-7070 Description of Project: Installation of S2 Access Control and Bosch IP cameras Estimated Project Value Amount: $60,000.00 City of Fayetteville RFP 13-11 Access Control and Security System L�GECT/IA �i•�rr Electra Link Proposal # References The C.ble SA— S.WW Name of project: Special Metals, Inc. Site Address: 2009 South Broadway, Moore, OK 73160 Customer Contact: Brandon Venable 405-677-7700 Description of Project: Installed 52 Bosch HD IP VMS System Estimated Project Value Amount: $75,000.00 Name of project: City of Texas City, Texas City, TX Site Address: 1002 Texas Avenue, Texas City, TX 77590 Completion Date: August 2012 Customer Contact: James O'Brien 409-682-4352 Description of Project: Axis IP video, cameras Estimated Project Value Amount: $100,000.00 Name of project: HEB, Houston, TX Site Address: 4625 Windfern, Houston, TX 77041 Completion Date: December 2012 Customer Contact: Moses Horn 281-808-9945 Description of Project: Provide ongoing service to all HEB stores, install cameras and access control Estimated Project Value Amount: $8,000.00 Name of project: Dashiell General Contractors, Albany, TX Site Address: 5858 Private Rd. 2419 Albany, TX 76430 Completion Date: February 2013 Customer Contact: Mike Griffin 713-558-6629 Description of Project: Install IP video cameras and access control in 5 locations throughout Central Texas. General Contractor: Dashiell General Contractors Estimated Project Value Amount: $400,000.00 per each location U.S. MSRP Price List Effective April 1, 2013 This Price List supersedes all previous versions New in this pricelist: • New NetBox VR Quatro Free UPS Ground shipping to continental US destinations • S2 Extreme Demo System • New S2 Avance High Availability Option • New S2 Enterprise Exacta100/500 Controllers New Appendix C — Helpful Hints for Order Processing S2 SECURITY TABLE OF CONTENTS I. SYSTEM CONFIGURATION OVERVIEW........................................................................................................2 STEP 1: SELECT YOUR S2 NETBOX CONTROLLER AND PORTAL LICENSE.................................................6 A. S2 NetBox Controllers (4, 16, 32 Portals)................................................................................................................ 6 B. S2 NetBox VR and S2 NetBox VR Quatro - Converged Video and Access Controller ............................................. 7 C. S2 NetBox Extreme Controller (up to 256 Portals)........................................................... :...................................... 8 D. S2 Enterprise Select Controller................................................................................................................................ 9 E. S2 Enterprise Ultra2 Controller...............................................................................................................................9 F. S2 Enterprise Exacta100 Controller — Supports High Availability........................................................................10 G. S2 Global................................................................................................................................................................10 STEP 2: SELECT OPTIONS FOR YOUR S2 CONTROLLER................................................................................11 A. S2 System Identity Management Solutions.............................................................................................................. II B. S2 System Database Partitioning............................................................................................................................12 C. S2 System DMPXR 500Integration.......................................................................................................................12 STEP 3: SELECT YOUR S2 NETWORK NODES.................................................................................................13 A. S2 Network Node Packages....................................................................................................................................13 B. S2 NetDoor MicroNode Packages..........................................................................................................................14 C. Remote Lock Integration.........................................................................................................................................14 D. S2 Mercury Node Packages....................................................................................................................................15 STEP 4: S2 VIDEO MANAGEMENT SOLUTIONS................................................................................................16 A. S2 NetVR Integrated Video Management System...................................................................................................16 B. Milestone VMS Software and Integration (Purchased through S2 Security)..........................................................17 C. S2 Video Management System Integration (VMS) Licenses for third party DVR and NVR integration.................18 STEP 5: SOFTWARE UPGRADE, SUPPORT AND HARDWARE WARRANTY PLANS....................................20 A. Software Upgrade and Support Plans.................................................................................................................... 20 B. Enhanced Controller Hardware Warranty & Technology Refresh Option (New Every Three Program) .............. 22 C. End User Black Support — Standard & Emergency 2417........................................................................................ 23 11. SPARE APPLICATION OPTION BLADES....................................................................................................24 111. S2 NETBOX SYSTEM PORTAL EXPANSION FOR EXISTING SYSTEMS..................................................25 IV. CONTROLLER HARDWARE UPGRADE OPTIONS.....................................................................................25 V. PROFESSIONAL ENGINEERING & IMPLEMENTATION SERVICES..........................................................27 VI. RETURN POLICIES AND PROCEDURES.....................................................................................................27 VII. S2 PRODUCT WARRANTY.......................................................................................................................28 APPENDIX A — S2 NETBOX DEMONSTRATION SYSTEMS (NOT FOR RESALE)............................................29 APPENDIX B — LOCATING S2 NETBOX SPECIFICATIONS AND POWER REQUIREMENTS ..........................30 APPENDIX C — HELPFUL HINTS FOR ORDER PROCESSING...........................................................................31 GeneralPurchasing.........................................................................................................................................................31 OrderCut-off times.......................................................................................................................................................... 31 SUSP Upgrade and Support Plan Purchasing................................................................................................................. 31 MilestonePurchasing....................................................................................................................................................... 31 S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 1 of 33 C - e S2 SECURITY I. System Configuration Overview Configure your S2 System by walking through Steps 1 — 5. The pictorial pages that follow summarize the options available for each system and provide page references to option details: Step 1: Select Controller and Portal Licenses (eg. S2 NetBox with 32 portal license) Step 2: Select Product Options (e.g. ID Badging and Partitioning) Step 3: Select Access Control Node Options (e.g. S2 Node Cabinet, MicroNode, ASSA Remote Lockset license, etc.) Step 4: Select a fully Integrated Video Management System Step 5: Select Software Support & Hardware Warranty Options Note: Demo System Pricing for Certified Integrators — see Appendix A Jvsiem t onTlquration Vvervlew S2 NetBox Cabinet Attributes • Wall Mount o # o Badging • 120/240VAC 50/60 Hz wired o 16 o DMP o S2 NetVR • One network cable; 2 network o 32 0 3rd Party VMS addresses • 7 option board slots Up to 32 Portals S2 NetBox VR Cabinet Attributes m3i;a,I`i4ii�ll9hi{al.ia tpb!,Itilk4m,� d�E¢ir 0 32 Portals o Badging • Rack Mount • 120/240VAC 50/60 Hz power lead o 8 or 16 IP o DMP Cameras o S2 NetVR • One network address Integrated IP Access AND IP • No option board slots Video S2 Netbox VR Quatro Integrated IP Access AND IP Video Cabinet Attributes • Wall Mount 0 4 Portals (8 • 120/240VAC 50/60 Hz wired max) 41P • One network cable; 2 network 0 Cameras addresses (8 max) • Includes 1 S2-ACM blade, expandable to 4 o Badging 0 1TB, 2TB or 3TB disk space for video storage S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 2 of 33 S2 SECURITY S2 NetBox Extreme Cabinet Attributes _., o 16 o Badging • Wall or Rack Mount 0 32 o DMP • 120/240VAC 50/60 Hz o 64 o Partitioning .�. • Rack Mount includes power lead One o 0 128 - 192 o o Audit Trail S2 NetVR • network address 0 256 0 3'd Party VMS • No option board slots' Up to 256 Portals S2 Enterprise Select o 128 portalbase Cabinet Attributes � P+` o 64 portal 0 Badging SZ Enterprise Ultra2 • Rack Mount increments o 0 DMP Partitioning • 120/240VAC 50/60 Hz power lead - • One network address Max 1,792 o Audit Trail • Solid State Drive Select o o S2 NetVR 3�d Party VMS • No option blade slots Max 7,168 Up to 1,793 (Select) or 7,168 Ultra2 (Ultra2) Portals S2 Enterprise Exacta100 Cabinet Attributes o Badging • Rack Mount o 128 base o DMP • 120/240VAC 50/60 Hz power lead o 64 portal o Partitioning • One network address increments o Audit Trail • No option board slots o S2 Avance High • Raid 1 Solid State Drives Max 7,168 Availability S2 NetVR Up to 7,168 Portals • Buy two for S2 Avance High Availability Option o 0 3rd Party VMS S2 Enterprise Exacta500 Cabinet Attributes For S2 Global o Centrally Manage • Integrates multiple S2 NetBox, Cardholder Extreme, Select, Ultra2, and o No Population Exacta100 Systems into ONE Practical o Central Reporting Globally managed system Limit Capability • Rack Mount 0 Security Operations • 120/240VAC 50/60 Hz power lead Center (SOC) Central SOC System Management • One network address Monitoring S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 3 of 33 C:.Me S2 SECURITY S2 NetDoor MicroNode ASSA Wireless & POE Locksets Mercury Panels Node Attributes • Wall or Rack Mount • 120/240VAC 50/60 Hz • Rack Mount includes power cable • One network address • 7 application blade slots Node Attributes • Wall Mount • POE or 12VDC • Can power locks with POE (see limitations in installation manual) • Mounting plate available Node Attributes • Per Lock Integration License (in addition to a portal license) required. • Supports Sargent v.S1, v.S2, PERSONA P1, P2 Node Attributes • Available Mercury EP Controllers (1501, 1502, 2500) • Available Interface (SIO) Modules: MR50, MR52, MR16in, MR16out, MUX8 Calculate blades (cannot exceed 7 per cabinet _ ACM (2 reader, 4 input, 4 output) _ INP (8 input) _ OUTP (8 output) + —TEMP (8 temperature points) --------------------------------------- Total = 7 or less _ Temperature probes (8 per temp blade) o 2 reader, 4 input, 4 output, 1 temperature point o Order temperature probe separately o Assume S2 Controller load is equivalent to 10 S2 Nodes for any number of offline (wireless) locks. o Offline (Wireless) locks support a subset of S2 functionality because they are NOT continuously connected to the S2 controller. o Online (POE) locks support real time features such as lockdown, door control, and live events. o Purchase new Mercury controllers and SIOs o Purchase licenses to integrate existing Mercury panels o Sold as boards only — Requires Integrator supplied power and cabinetry S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 4 of 33 S2 SECURITY S2 NetVR Integrated IP Video Management System 3rd Party IP Video Management Systems Software Upgrade and Support Plan Hardware Extended Warranty and Technology Refresh Plan (New Every 3) End User Black Support Program Attributes • Rack Mount I 0 Multiple NetVRs may be added to any • 120/240VAC 50/60 Hz NetBox Controller. • 8 or 16 camera options Attributes • Avigilon o 4 camera base license • Exacq o Additional camera licenses (per camera • Milestone - beyond base license) • ONSSI • Salient • Video Insight Attributes • Telephone support (coverage: M-F, 9am-7pm ET) and email support (supportas2sys.com) for certified integrators • Online support sessions • Minor and Major Software upgrades • Online access to documentation, upgrades, and support tools Attributes • Three (3) year hardware warranty coverage • One (1) no questions asked server replacement with S2's then current same product line server technology Attributes • For larger end -users supporting multiple sites • Calls and email direct to Special S2 Black Technical Support phone/email • Coverage: M-F, 9am-7pm ET • One (1) annual S2 Net Tech Basic 2-day hands on training course slot o Support per individual S2 Controller (check the About screen for Expiration Date) o SUSP — Annual support plan o SUSPEXP — to re -instate an expired support plan o Multi -year discounts available o Covers selected S2 Controllers o Requires a 3 year commitment o Pre -payment discount options o Warranty must be purchased without lapse and be accompanied by a Software Upgrade & Support Plan (SUSP) o Requires an active SUSP for each covered system 0 2 identified End User technicians given direct access to S2 Tech Support 0 Designated End User technicians strongly encouraged to attend S2's Integrator training course Attributes End User Black Support . Extends coverage to 24/7 with call o Requires and active End User Black 24/7 Emergency Service back for Emergency service within Support Program 30 minutes S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 5 of 33 S2 SECURITY Step 1: Select your S2 NetBox Controller and Portal License All systems require one controller and license for the size of the system. The controller choices are differentiated by processing power which determines the number of portals, concurrent users and video motion events that can be supported. Events per Second (EPS) is S2's measure of processing capability for the Network Controller. When capturing video based on motion or other characteristics detected by the video system and displayed on the NetBox the number of event per second will be affected. Event traffic from video servers impacts the network controller (note: the number of video cameras does not impact performance, just the event traffic). For help determining your needs, work with S2 Sales Support prior to deploying an S2 system (s2salesengineering(a-)s2sys.com or +1 508-663-2500 option 2). There are four performance tiers of the S2 Network Controller which is the system server. The tiers provide hardware that supports up to 32, 256, 1,792 or 7,168 portals respectively. Select only (1) Network Controller from the categories below: A. S2 NetBox Controllers (4, 16, 32 Portals) The latest edition of the S2 NetBox comes in a single wall mount cabinet with 7 slots for either ACM, Input, Output, or Temperature blades. The first left-hand slot contains the Network Node board. On the left side of the cabinet are the new Controller board and the SAM-E module. The SAM-E module provides a three port network switch and control buttons which are accessed from the left exterior of the cabinet. This controller scales up to 32 portals, 32 nodes and 5 concurrent users. A one year software upgrade and support plan and a two year hardware warranty are included with these systems. Please note: • Only one network drop is required per cabinet. • Two IP addresses are required; one for the controller and one for the node. • Seven option slots are available in this Network Controller Cabinet • You may connect this controller to standard S2 network node enclosures (-WM/--RM). Unit Part Number Description Price (USD) S2 NetBox System Controller Enclosure with support for 2 readers S2-NB4-E2R-WM Includes 4 portal license, (1) ACM and 6 empty slots in wall mount 2,978 enclosure. S2-NB4-E4R-WM 4 readers ... (2) ACMs and 5 empty slots in wall mount enclosure. 3,898 S2 NetBox System Controller Enclosure with support for 2 readers S2-NB16-E2R-WM Includes 16 portal license, (1) ACM and 6'empty slots in wall mount 4,512 enclosure. S2-NB16-E4R-WM 4 readers ... (2) ACMs and 5 empty slots in wall mount enclosure. 5,318 S2-NB16-E6R-WM 6 readers ... (3) ACMs and 4 empty slots in wall mount enclosure. 6,146 S2-NB16-E8R-WM 8 readers ... (4) ACMs and 3 empty slots in wall mount enclosure. 6,932 S2-NB16-E10R-WM 10 readers ... (5) ACMs and 2 empty slots in wall mount enclosure. 7,720 S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 6 of 33 S2 SECURITY S2-NB16-E12R-WM 12 readers ...'(6) AGMs and 1 empty slot in wall mount enclosure. 8,516 S2-NB16-E14R-WM 14 readers ... (7) ACMs and no empty slot in wall mount enclosure. 9,294 S2 NetBox System Controller Enclosure with support for 2 readers S2-NB32-E2R-WM Includes 32 portal license, (1) ACM and 6 empty slots in wall mount 6,482 enclosure. S2-NB32-E4R-WM 4 readers ... (2) ACMs and 5 empty slots in wall mount enclosure. 7,268 S2-NB32-E6R-WM 6 readers ... (3) ACMs and 4 empty slots in wall mount enclosure. 8,056 S2-NB32-E8R-WM 8 readers ... (4) ACMs and 3 empty slots in wall mount enclosure. 8,842 S2-NB32-E10R-WM 10 readers ... (5) ACMs and 2 empty slots in wall mount enclosure. 9,630 S2-NB32-E12R-WM 12 readers ... (6) ACMs and 1 empty slot in wall mount enclosure. 10,416 S2-NB32-E14R-WM 14 readers ... (7) ACMs and no empty slot in wall mount enclosure. 11,204 B. S2 NetBox VR and S2 NetBox VR Quatro - Converged Video and Access Controller • A groundbreaking new single box solution for integrated IP Video, Alarms, Access Control and Temperature Monitoring • NO software license or camera licenses to buy; No software to load or integrate. Ready out of the box! • 100% browser interface with full motion video, 25/30 fps • Revolutionary new features like the Forensic Desktop function quickly locates and exports important video clips • Many common readers and camera brands supported • Pricing and features targeted for the Small to Medium Enterprise SME market • Delivered as a 2U rack or tabletop mountable appliance. Nodes sold separately. • In order to ensure continuity of service we recommend that you register your VR Series product online (http://s2sys.com/dashboard/product-registration/) before or soon after it is installed. Part Number Description Unit Price (USD) S2 NetBox VR System Controller (32 portals, 8 cameras) S2-NETBOXVR-2TB-8 Includes 32 portal license and 8 IP camera capacity. Contains 2 TB of 7,050 onboard storage. S2 NetBox VR System Controller (32 portals, 16 cameras) S2-NETBOXVR-4TB-16 Includes 32 portal license and 16 IP camera capacity. Contains 4 TB of 9,590 onboard storage. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 7 of 33 S.2 SECURITY • S2 NetBox VR Quatro provides a one box solution including Access (ACM) blades and VMS storage in one unit. Part Number Description NEW!!! Unit Price (USD) S2 NetBox VR Quatro System Controller (4 portals, 4 cameras) S2-QUATROVR-1TB-4 Includes 4 portal license and 4 IP camera capacity. Contains 1 TB of 4,390 onboard storage and 1 S2-ACM blade (expandable to 4 blades). S2 NetBox VR Quatro System Controller (4 portals, 4 cameras) S2-QUATROVR-2TB-4 Includes 4 portal license and 4 IP camera capacity. Contains 2 TB of 6,374 onboard storage and 1 S2-ACM blade (expandable to 4 blades). S2 NetBox VR Quatro System Controller (4 portals, 4 cameras) S2-QUATROVR-3TB-4 Includes 4 portal license and 4 IP camera capacity. Contains 3 TB of 7,624 onboard storage and 1 S2-ACM blade (expandable to 4 blades). S2-QUATROVR-4CAM 4 IP Camera Add -on License (8 cameras max) 790 S2-QUATROVR-R4 4 Portal Add -on License (8 portals max). Portal License only. 790 C. S2 NetBox Extreme Controller (up to 256 Portals) • The S2 NetBox Extreme Controller supports up to 256 portals, 64 nodes, and 10 concurrent users; • Available in either a wall mount (-WM) or a rack mount (-RM) form factor • Includes a lightweight aluminum enclosure with key lock, status LED, tamper switch and AC to DC power supply. Note: no application blades may be added to this enclosure. • This controller has an EPS of 10 and comes standard with an 8GB SSD which will support upwards of 40 million online transactions. Part Number Description Unit Price (USD) S2-EXT-16-WM S2 NetBox Extreme Controller w/ 16 portal license 3,000 S2-EXT-16-RM S2-EXT-32-WM S2 NetBox Extreme Controller w/ 32 portal license 4,300 S2-EXT-32-RM S2-EXT-64-WM S2 NetBox Extreme Controller w/ 64 portal license 9,500 S2-EXT-64-RM S2-EXT-128-WM S2 NetBox Extreme Controller w/ 128 portal license 13,500 S2-EXT-128-RM S2-EXT-192-WM S2 NetBox Extreme Controller w/ 192 portal license 17,500 S2-EXT-192-RM S2-EXT-256-WM S2 NetBox Extreme Controller w/ 256 portal license 21,700 S2-EXT-256-RM S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 8 of 33 S2 SECURITY D. S2 Enterprise Select Controller • The S2 Enterprise Select Controller supports up to 1,792 portals (14xl28) or 128 nodes, and up to 25 concurrent users. • 1 U rack mount (-RM) form factor. • Solid State Drive • DOES NOT SUPPORT High Availability (HA) Option • This controller has an EPS of 30 Note: no application blades may be added to this enclosure Unit Price'. Part Number Description (USD) S2-SELECT-128 S2 Enterprise Select Controller w/ 128 portal license 17,500 64 portal expansion for new systems S2-NR64 Increases new S2 Enterprise Select and S2 Enterprise Ultra2 system license by 4,000 64 portal increments. E. S2 Enterprise Ultra2 Controller • The S2 Enterprise Ultra2 Controller supports up to 7,168 portals (14x512), 512 nodes, and up to 35 concurrent users. • 2U rack mount (-RM) form factor. • Dual solid state drives in a software raid 1 configuration. • This controller has an EPS of 96. NOTE: no application blades may be added to this enclosure. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 9 of 33 S2 SECURITY F. S2 Enterprise Exacta100 Controller — Supports High Availability • The S2 Enterprise Exacta Controller supports up to 7,168 portals (14x512), 512 nodes, and up to 35 concurrent users. • 2U rack mount (-RM) form factor. • Dual solid state drives in a raid 1 configuration. • This controller has an EPS of 96. • This controller SUPPORTS S2 Avance High Availability (HA) Option NOTE: no application blades may be added to this enclosure. :ription S2-EX100-128 S2 Enterprise Exacta100 Controller w/ 128 portal license 28,750 64 portal expansion for new systems S2-NR64 Increases new S2 Enterprise Select and S2 Enterprise Ultra2 system license by 4,000 64 portal increments. S2 Avance High Availability option for S2 Enterprise Exacta Controller Detects hardware/software faults of primary S2 Enterprise Exacta100 Controller S2-EX100-HA and automatically redirects to the secondary controller 24,990 (REQUIRES 2 identically configured Exacta100 controllers — 2"d controller at 50% of Primary Controller price). Controllers must be co -located to maintain defined minimum network latency requirements. G. S2 Global • SMS access control database that can be managed centrally, remotely or both • Scales to thousands of locations on a single Global server • SOC (Security Operations Center) alarm management software handles multiple simultaneous operators • Home page provides immediate access to data at any remote site • Integration with S2 NetVR and NetBox VR for distributed VMS management • Person Management at both the local and global levels • Report facility integrates activity from remote devices into aggregated reports that can be auto - scheduled, producing PDF results delivered via email I Part Number Description Unit Price (USD) S2-EX500 S2 Enterprise Exacta500 Global Server PER QUOTE S2 Global S2 Global Server manages multiple controllers from a single user interface S2-GLOBAL including: monitoring, administration, and reporting. Works with S2 NetBox, PER QUOTE Extreme, Enterprise Select / Ultra2 / Exacta controllers. Contact salesCc-)s2sys.com for a quote or with questions. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 10 of 33 S2 SECURITY Step 2: Select Options for your S2 Controller The following options are licensed to your system controller. Not all options are available on every version S2 Controller — Please see the chart at the beginning for a quick reference. Options include: A. S2 Identity Management Solutions. B. Database Partitioning C. DMP Panel Integration A. S2 System Identity Management Solutions S2 NetBox Identity Management Solutions allow you to build photo ID badge production into your S2 systems with ease. The Identity Management Solution works from your web browser. Viewing and importing of photos can occur anywhere; badge production stations are required only for printing and live photo acquisition. There are two components to choose from: 1. Base identity management license: this includes software for designing badge backgrounds and for printing from a single print station. Each Identity Management Solution requires one base license. 2. Additional badge production stations: Stations beyond the first can be added as desired. This allows users at multiple remote locations to queue badges print to a single location that has the Badge Design & Print Station avoiding the need to have multiple remote badge design & print stations. Badging system features include: • Camera Facial Recognition Driver Support (Canon cameras only) enables the use of certain consumer digital cameras as photo ID capture devices. Functionality includes face -finding, image centering, and full software control over image acquisition. • PC -based Badge Design Software: Each Badging & Print Station provides the PC software (requires PC with Windows XP) necessary to design and print badges from a single point. • Each S2 system stores person images, signatures and card layouts so that web based users can select a person and the layout they require and send a print request to the Badge Designer & Print Station. • Users at multiple remote locations may queue badges for printing at a single location. • A list of supported cameras can be found here: http://support.iwsinc.com/Support/EPISuite compatible hardware.cfm?Device=lmage%20Capture • Signature capture pads, for a list see: http://support.iwsinc.com/Support/EPISuite compatible hardware cfm?Device=Signature%20Pad • For supported printers refer to: http://support.iwsinc.com/Support/EPISuite compatible hardware.cfm Part Number Description Unit Price (USD) Identity Management for systems with 4 or 16 portals S2-IDC-16 One User ID Badge Designer & Print Station License. Supports up to 10,000 1,990 badges. Includes Camera Facial Recognition driver support Identity Management for systems with 32 portals S2-IDC-32 One User ID Badge Designer & Print Station License. Supports up to 20,000 2,990 badges. Includes Camera Facial Recognition driver support S24DA-32 Additional ID Badge Designer & Print Station License for systems with 32 1990 portals Identity Management for systems with 64 portals S2-IDC-64 One User ID Badge Designer & Print Station License. Supports up to 40,000 5,490 badges. Includes Camera Facial Recognition driver support S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 11 of 33 oe S2 SECURI-TY S2-IDA-64 Additional ID Badge Designer & Print Station License for systems with 64 3,500 portals Identity Management for systems with at least 128 portals S2-IDC-128 One User ID Badge Designer & Print Station License. Supports up to 80,000 6,990 badges. Includes Camera Facial Recognition driver support. S2-IDA-128 Additional ID Badge Designer & Print Station for systems with at least 128 4,500 portals B. S2 System Database Partitioning Database Partitioning (S2-DBP) is available on S2 S2NetBox Extreme, and S2 Enterprise Select/Ultra2/Exacta100 systems. • Enables a single system to be divided into multiple smaller systems for applications that require simultaneous management of multiple populations of people and resources. • Each partition appears as if it were a separate system, with its own nodes and users. • Partitions can share user roles and access levels with other partitions. • Each node and its' associated resources must belong to only ONE partition. Includes 2 hours of Professional Services design and implementation support. Additional hours will be charged at the current Professional Services (S2-PRO-TS) rate. • Converting existing systems to a multi -partition configuration may require additional Professional Services time. NOTE: There is no limit to the number of partitions that can be added to a system. However, the number of possible partitions is limited by several aspects of system performance. Contact Sales Support (s2salesengineering(a�s2sys.com or +1 508-663-2500 option 2) to determine if your application is supportable with this feature and for assistance in designing a system utilizing this option. Part Number DescriptionUnit Price (USD) Database Partitioning for S2 NetBox Extreme, and S2 Enterprise S2-DBP Select/Ultra2/Exacta100. 8,000 System Partitioning License C. S2 System DMP XR 500 Integration The DMP panel integration is available on S2 NetBox, S2 NetBox VR, S2 NetBox VR Quatro, S2 S2NetBox Extreme, and S2 Enterprise Select/Ultra2/Exacta100 systems. Each DMP panel that is connected to an S2 Network Controller requires a separate DMP Panel license. Part Number Description Unit Price (USD) Digital Monitoring Products - Price Per DMP Panel Integration S2-DMP DMP XR500 Integration with S2 NetBox, S2 NetBox Extreme, S2 Enterprise 300 Select, S2 Enterprise Ultra2, and S2 Enterprise Exacta100. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 12 of 33 Q2 SECURITY Step 3: Select your S2 Network Nodes The number of nodes you need depends upon how you lay out your system. If you wish to use your own enclosure(s), you can order blade components without enclosures by selecting the required number of blades and (1) installation kit (S2-INST) per S2 Network Node. You may mix and match ANY combination of four types of nodes offered by S2: the standard S2 Network Node, the S2 NetDoor MicroNode, S2 Mercury Nodes, or ASSA Wireless/POE Door Locks. A. S2 Network Node Packages • Every S2 Network Node (S2-NN) enclosure consists of a Network Node blade and from one to seven application blades. The Network Node blade handles the memory and communications for the node. The application blades provide support for readers, inputs, outputs, and temperature points. • You can freely mix and match application blades; there are no limitations other than the limit of seven application blades per node/enclosure. • Each S2 Network Node enclosure includes an S2 Network Node in a lightweight aluminum enclosure (wall mount -WM or rack mount -RM) form factor with key lock, status LED, tamper switch and a AC to DC power supply (wall mount unit - battery backup capable). Part Number Description Expansion ISlots Used/ ; Available Unit Price (USD) S2-NN-E2R-WM S2 Network Node with support for 2 readers (4 inputs/4 2 478 WM ( ) S2-NN-E2R-RM outputs) Includes (1) 2 reader access control blade. 6-Jan 2,810(-RM) S2-NN-E4R-WM S2 Network Node with support for 4 readers (8 inputs/8 31294(-WM) S2-NN-E4R-RM outputs) Includes (2) 2 reader access control blades. 5-Feb 3,630(-RM) S2-NN-E6R-WM S2 Network Node with support for 6 readers (12 inputs/12 4014(-WM) S2-NN-E6R-RM outputs) Includes (3) 2 reader access control blades. 4-Mar 4,448(-RM) S2-NN-E8R-WM ork Node with support for 8 readers (16 inputs/16 4,932(-WM) S2-NN-E8R-RM outputs) Includes(4) 2 reader access control blades. 3-Apr p 5,266(-RM) S2-NN-E10R-WM Network Node with support for 10 readers (20 inputs/20 5,752(-WM) outputs) Includests)(5) 2 reader access control blades. 2 Ma y 6,084(-RM) S2-NN-El2R-WM S2 Network Node with support for 12 readers (24 inputs/24 6,568(-WM) S2-NN-E12R-RM outputs) Includes (6) 2 reader access control blades. 1-Jun 6,904(-RM) S2-NN-E14R-WM S2 Network Node with support for 14 readers (28 inputs/28 7,388(-WM) S2-NN-E14R-RM outputs) Includes (7) 2 reader access control blades. Jul-00 7,720(-RM) S2-NN-E-WM S2 Network Node 0/7 2,298(-WM) S2-NN-E-RM No accessory application blades included 2,634(-RM) S2 Network Node (-RM) Enclosure Accessory Rails S2-RMK Optional Rail Mount Installation Kit for use in EIA standard 19" N/A 210 (48 cm) equipment racks 15" (38 cm) depth Application Option Blades S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 13 of 33 S2 SECURITY ' S2 NetBox application blades allow you to tailor your S2 Network Nodes to meet application specifications. You can install application blades in unused slots in network node enclosures at any time and the system will automatically CI:U(y. 1 IILC Mull f.11 CJCI IGC. Part Number Description Unit Price (USD) S2-ACM Access control application extension blade: support for 2 readers, 4 inputs, 4 788 outputs S24NP Supervised input application extension blade: 8 inputs 478 S2-OUTP Relay controlled output application extension blade: 8 outputs 578 S2-TEMP Temperature Input application extension blade: 8 temperature inputs 536 S2-TEMP-PR Temperature Sensor probe, each (up to 8 can be used with an S2-TEMP 150 blade B. S2 NetDoor MicroNode Packages • Each S2 NetDoor MicroNode enclosure includes an S2 NetDoor MicroNode in a small lightweight aluminum enclosure wall mount (-WM) form factor. • Provides 2 readers, 4 inputs, 4 outputs (two outputs switchable to power locks) one temp input point, locking enclosure with network status light. Note: check MicroNode hardware installation guide for power limitations. Expansion Unit Price Part Number Description Slots' Used/ Available (USD) S2-NDMN S2 NetDoor MicroNode w/ enclosure N/A 1,446 S2-NDMN-MP S2 NetDoor MicroNode w/ mounting plate N/A 1,404 C. Remote Lock Integration Integration to select ASSA ABLOY Locksets (Sargent v.S1, v.S2, PERSONA P1, P2) is available on the S2 NetBox, S2 NetBox VR, S2 NetBox Extreme, and S2 Enterprise Select/Ultra2/Exactal00 systems. • This integration license must be purchased for each Remote Lockset connected to the system. This is in addition to the total system portal licensing that is already required to be in place. For Off-line locks (Wi-Fi) • Regardless of the total number of remote locks on the system, implementing this feature will count as 10 nodes connected to the system at one time and must be calculated into the total node count in this way. • Normal communication to the lockset takes place only once per day for a brief period. At this time activity is downloaded from and database changes are uploaded to the device (programming allows the setup of break-thru alarms). Certain functions will not be possible in real time, such as remote door control and threat level changes. For On-line locks (PoE) available starting with version 4.3 • Each lock counts as a node on the system • Real time events and control are possible, including threat level control and door unlock commands. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 14 of 33 S2 SECURITY For design assistance contact S2 Sales Support (S2salesenginee ring (@s2sys.com or +1 508-663-2500 option 2). Part Number DescriptionUnit Price (USD) Remote Lock Integration S2-RLI Integration per ASSA-ABLOY Wi-Fi based lockset. 300 S2-RLI-POE Remote Lock Integration 300 Integration per ASSA-ABLOY PoE based lockset. D. S2 Mercury Node Packages The integration of access control hardware from Mercury Security Corporation into an S2 Security management system gives users of a legacy physical security system immediate access to the advanced third generation S2 system. Important configurations note: S2 cannot be responsible for Mercury configurations or conversions that have not been reviewed by S2 Sales Support (s2salesengineering(aD_s2sys.com or +1 508-663-2500 option 2). • Mercury (EPs) Intelligent Controllers communicate directly with a Network Controller similarly to an S2 Network Node. • Mercury nodes can integrate with controllers running Version 4.1 and later. • Mercury Nodes work with S2 Netbox, S2 NetBox VR, S2 Netbox Extreme, and S2 Enterprise Select/Ultra2/ Exacta100 systems. • You may purchase a license to integrate existing EP (1501, 1502, 2500) Mercury Controllers or purchase new Mercury controller boards from S2. o Supported Mercury Intelligent Controllers (EPs): • EP2500: Intelligent Node: 32 MB RAM, Ethernet (two 485 ports for downstream SIOs) • EP1502: Intelligent Dual Reader Node: 16 MB RAM, Ethernet, 2 readers, 8 inputs, 4 relays (one 485 port for downstream SIOs) • EP1501: Intelligent Single Door Node: PoE, single door, 2 readers, 2 inputs, 2 outputs (no SIO ports available) o Supported Mercury Interface Modules: • MR-50 Reader Interface Module: 1 reader (magnetic stripe or Wiegand), 2 inputs, 2 relays • MR-52 Reader Interface Module: 2 readers (magnetic stripe or Wiegand), 8 inputs, 6 relays • MR-16in Input Monitor Module: 16 inputs (zones), 2 relays • MR-16out: Relay Output Control Module: 16 relays • MUX8 is an 8-port multi -device interface panel NOTE: Please check our Tech Note 17 Integrating Mercury Access Control Hardware and other supporting document by logging in to the Support Central section of our S2 website www.s2sys.com. Mercury Controllers and SIO's Part Number Description Unit Price (USD) S2-EP 1501 EP 1501 Single Door Controller, POE, 2 Readers, 2 Inputs, 2 Outputs 980 S2-EP-1502 EP 1502 Intelligent Controller, 16M, 2 Readers, 8 Inputs, 4 Outputs 1990 S2-EP-2500 EP 2500 Intelligent Controller, 32M 2190 S2-MR-50 MR50 Reader Interface Module, 1 Reader, 2 Inputs, 2 Outputs 390 S2-MR-52 MR52 Reader Interface Module, 2 Readers, 8 Inputs, 6 Outputs 770 S2-MR-161N MR-161N 16 Input Module 850 S2-MR-16OUT MR-16OUT 16 Output Module 850 S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 15 of 33 SECURITY S2-MUX8 MUX8 is an 8-port multi -device interface panel 704 Mercury Integration Licenses (when connecting a pre-existing panel) Part Number Description Unit Price (USD) S2-EP-1501-LIC EP 1501 Controller License Fee 300 S2-EP-1502-LIC EP 1502 Controller License Fee 300 S2-EP-2500-LIC EP 2500 Controller License Fee 300 S2-MR-50-LIC MR50 License Fee 50 S2-MR-52-LIC MR52 License Fee 90 Step 4: S2 Video Management Solutions S2 Video Management System (VMS) integration allows you to tightly integrate you S2 Access Control Systems with either S2's own NetVR Video Management System or other leading VMS, NVR and DVR systems. Video storage is managed by the VMS, DVR or NVR while the S2 activity log records video events and/or S2 System events can initiate video recording. In this way, video events are much easier to locate and review. Like all S2 capabilities, the Video Management Solution works from your web browser. A. S2 NetVR Integrated Video Management System Video Management System (NetVR) single appliance solution for use with S2 NetBox and S2 Enterprise product lines. • A groundbreaking new single box solution for browser based IP Video • NO software license or camera licenses to buy; no software to load or integrate. Ready out of the box! • 100% browser interface with full motion video, 25/30 fps • Revolutionary new features like the Forensic Desktop function quickly locates and exports important video clips • Many common camera brands supported • Pricing and features targeted for the Small to Medium Enterprise SME market • Integrates seamlessly to all S2 NetBox and S2 Enterprise SMS models • In order to ensure continuity of service we recommend that you register your VR Series product online (http://s2sys.com/dashboard/product-registration/) before or soon after it is installed. Part Number Description' Unit Price (USD) S2-NETVR-2TB-8 S2 NetVR Unit with 8 IP cameras 5,990 Licensed for 8 IP cameras. Contains 2 TB of onboard storage. S2-NETVR-4TB-16 S2 NetVR Unit with 16 IP cameras 7,790 Licensed for 16 IP cameras. Contains 4 TB of onboard storage. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 16 of 33 S2 SECURITY B. Milestone VMS Software and Integration (Purchased through S2 Security) Supported Milestone products include XProtect Corporate, XProtect Enterprise, and XProtect Professional. The products below include the S2 integration license as well as the Milestone software license. S2 Part Number (Milestone Part) Description MSRP Milestone Systems XProtect Enterprise NVR Server Software S2-NVR-MSE Includes server integration license for use with S2 NetBox, S2 NetBox 1,999 (XPEBL) Extreme, S2 Enterprise Select and S2 Enterprise Ultra2 systems. One required per system. Milestone Systems XProtect Enterprise NVR License S2-NVR-MSCAME Integration license for use with S2 NetBox, S2 NetBox Extreme, S2 269 (XPECL) Enterprise Select and S2 Enterprise Ultra2 systems. One license is required for each camera on the system. S2-NVR-XMSE 12 month Periodic Maintenance Agreement (PMA) for Milestone 360 (YXPEBL) XProtect Enterprise NVR Server S2-NVR-XMCE 12 month Periodic Maintenance Agreement (PMA) for Milestone 49 (YXPECL) XProtect Enterprise Camera (per camera) Milestone Systems XProtect Professional NVR Server Software S2-NVR-MSP Includes server integration license for use with S2 NetBox, S2 NetBox 500 (XPPBL) Extreme, S2 Enterprise Select and S2 Enterprise Ultra2 systems. One required per system. Milestone Systems XProtect Professional NVR License S2-NVR-MSCAMP Integration license for use with S2 NetBox, S2 NetBox Extreme, S2 140 (XPPCL) Enterprise Select and S2 Enterprise Ultra2 systems. One license is required for each camera on the system. S2-NVR-XMSP 12 month Periodic Maintenance Agreement (PMA) for Milestone 90 (YXPPBL) XProtect Professional NVR server S2-NVR-XMCP 12 month Periodic Maintenance Agreement (PMA) for Milestone 26 (YXPPCL) XProtect Professional Camera (per camera) Milestone Systems XProtect Corporate NVR Server Software S2-NVR-MSC Includes server integration license for use with S2 NetBox, S2 NetBox 3,183 (XPCOBT) Extreme, S2 Enterprise Select and S2 Enterprise Ultra2 systems. One required per system. Milestone Systems XProtect Corporate NVR License S2-NVR-MSCAMC Integration license for use with S2 NetBox, S2 NetBox Extreme, S2 329 (XPCODL) Enterprise Select and S2 Enterprise Ultra2 systems. One license is required for each camera on the system. S2-NVR-XMSC 12 month Periodic Maintenance Agreement (PMA) for Milestone 575 (YXPCOBT) XProtect Corporate NVR server S2-NVR-XMCC 12 month Periodic Maintenance Agreement (PMA) for Milestone 60 (YXPCODL) XProtect Corporate Camera (per camera) S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 17 of 33 SECURITY 1. Milestone Systems requires Integrators to complete factory authorized training prior to selling the products. For more information see www.milestonesys.com. 2. Only one server license purchase is required per system. Multiple PC servers can be added as cameras are added. To calculate server requirements see: http://www.milestonesys.com/support/technical+support/fag/estimator and calculators/storage+calculator 3. For a list of IP cameras supported by Milestone XProtect Enterprise/Professional Software go to: http://www.milestonesys.com/support/technical+support/supported+hardware 4. The Camera license and Software base license Maintenance Agreements are optional with Milestone Software and are called Periodic Maintenance Agreement (PMA). If you are purchasing Milestone NVR software and want the PMA for the first year you will need to add it. C. S2 Video Management System Integration (VMS) Licenses for third party DVR and NVR integration S2 supports a growing list of third party video system vendors who have integrated their system with S2 using our OVID interface, including: Avigilon, Exacq, Milestone, ONSSI, Salient and Video Insight. Only the integration license is included here, please contact the VMS vendor for their software licenses. Part Number Description Unit Price (USD) Avigilon Control System Software Integration License S2-VMS-B-AV Initial VMS integration Option, Avigilon Control System Software integration 500 license for (4) cameras. Requires S2 software version 4.3. Avigilon Control System VMS Integration License S2-VMS-C-AV VMS Integration license per camera beyond the first (4) camera integration 150 license included with the initial license. Requires S2 software version 4.3. ExacgVision VMS Software Integration License S2-VMS-B-EX Initial VMS integration Option, ExacgVision v4.1 VMS integration license for 500 (4) cameras. Requires S2 SMS software version 4.1 or later ExacgVision VMS Integration License S2-VMS-C-EX VMS integration license per camera beyond the (4) camera integration 150 license included with the initial integration Option license. Requires S2 SMS software version 4.1 or later. Milestone XProtect VMS Software Integration License Initial VMS integration Option, Milestone Systems XProtect S2-VMS-B-MS Enterprise/Professional/Corporate integration license for (4) cameras (use 500 when Milestone XProtect Enterprise/Professional Server software is not purchased from S2). Milestone XProtect VMS Integration License VMS integration license per camera beyond the (4) camera integration S2-VMS-C-MS license included with the initial integration Option license. (use when 150 Milestone XProtect Enterprise/Professional/Corporate software license in not purchased from S2). S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 18 of 33 S2 SECURITY ONSSI NetDVMS Software Integration License S2-VMS-B-ON Initial VMS integration Option, ONSSI NetDVR VMS integration license for (4) 500 cameras. ONSSI NetDVMS Integration License S2-VMS-C-ON VMS integration license per camera beyond the (4) camera integration 150 license included with the initial integration Option license. Salient VMS Software Integration License S2-VMS-B-SL Initial VMS integration Option, Salient CompleteView ONE, Pro, or Enterprise 500 v3.5.2 VMS integration license for (4) cameras. Requires S2 SMS software version 4.1 or later. Salient VMS Integration License S2-VMS-C-SL VMS integration license per camera beyond the (4) camera integration 150 license included with the initial integration Option license. Requires S2 SMS software version 4.1 or later. Video Insight IP Video Surveillance Software Integration License S2-VMS-B-VI Initial VMS integration Option, Video Insight IP Video Surveillance integration 500 license for (4) cameras. Requires S2 controller software version 4.2. Video Insight IP Video Surveillance Integration License S2-VMS-C-VI VMS Integration license per camera beyond the (4) camera integration 150 license included with the initial integration Option license. Requires S2 controller software version 4.2. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 19 of 33 S2 SECURITY STEP 5: Software Upgrade, Support and Hardware Warranty Plans S2 provides the following software upgrade, support and hardware warranty plans: A. Software Upgrade and Support Plans • S2 NetBox and S2 Enterprise level systems • Converged Video Access systems (NetBox VR, including Quatro) • Video Management units (NetVR) • High Availability • Global B. Enhanced Controller Hardware Warranty C. End User Support Plans A. Software Upgrade and Support Plans All new S2 NetVR units, NetBox, S2 NetBox VR, S2 NetBox Extreme, and S2 Enterprise Select/Ultra2/Exacta100 systems include software upgrade and telephone support entitlements for 12 months from the date of shipment from S2 Security. After the first 12 months authorized integrators must have in effect a current Software Upgrade and Support Plan to be entitled to telephone technical support and new releases of the base software for their customers. Note: • Telephone support is for certified technicians from S2 Certified Integrators, not direct to end users or uncertified staff, and is provided during normal tech support business hours. • The software upgrade entitlement includes, patches and new versions with standard features, but does not include new or additional products such as IP Video, etc. • Please check the Support(Utility:About screen for your system's "Expiration Date". • Contact Technical Support by calling + 1508-663-2505 or emailing support(cDs2sys.com Support Plans for S2 NetBox, S2 NetBox Extreme, and S2 Enterprise Select/Ultra2/Exacta100 systems Part Number Pricing for New Systems and Systems with a valid Support Plan Unit Price (USD) S2-SUSP-16 One year Software Upgrade and Support Plan for 4 or 16 portal systems. 500 S2-SUSP-32 One year Software Upgrade and Support Plan for 32 portal systems. 900 S2-SUSP-64 One year Software Upgrade and Support Plan for 64 portal systems. 2,500 S2-SUSP-128 One year Software Upgrade and Support Plan for 128 portal systems. 5,000 One year Software Upgrade and Support Plan for S2 NetBox Extreme, S2 S2-SUSP-S64 Enterprise Select, Ultra2, and Exacta systems larger than 128 portals (priced 1,000 per block of 64 portals beyond the base of 128) Part Number Pricing for Systems with Expired Support Plans Unit Price (USD) S2-SUSPEXP-16 One year Software Upgrade and Support Plan for 4 or 16 portal systems not 700 currently under a valid Support Plan S2-SUSPEXP-32 One year Software Upgrade and Support Plan for 32 portal systems not 1,200 currently under a valid Support Plan S2-SUSPEXP-64 One year Software Upgrade and Support Plan for 64 portal systems not 3,200 currently under a valid Support Plan One year Software Upgrade and Support Plan for S2 NetBox Extreme, S2 S2-SUSPEXP-128 Enterprise Select, Ultra2, and Exacta systems with 128 portals that are not 6,400 currently under a valid Support Plan S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 20 of 33 '101- SECURITY One year Software Upgrade and Support Plan for S2 NetBox Extreme, S2 S2-SUSPEXP-S64 Enterprise Select, Ultra2, and Exacta systems with more than 128 portals 1,400 that are not currently under a valid Support Plan. Priced per block of 64 portals beyond the base of 128 portals. Support Plans for Converged Video/Access Systems (NetBox VR, Quatro) Part Number Pricing for New Systems and Systems with a valid Support Plan Unit Price (USD) S2-SUSP-NBVR-8 One year Software Upgrade and Support Plan for an 8 IP camera NetBox VR 1,190 system. S2-SUSP-NBVR-16 One year Software Upgrade and Support Plan for a 16 IP camera NetBox VR 1,390 system. S2-SUSP-QUATRO One year Software Upgrade and Support Plan for a 1, 2, or 3 TB NetBox VR 990 Quatro s stem. Support Plans for Video Management Units (NetVR) Part Number Pricing for New Units and Units with a valid Support Plan Unit Price (USD) S2-SUSP-VR-8 One year Software Upgrade and Support Plan for an 8 IP camera NetVR unit 590 (video only). S2-SUSP-VR-16 One year Software Upgrade and Support Plan for a 16 IP camera NetVR unit 790 (video only). Part Number Pricing for Units with Expired Support Plans Unit Price (USD S2-SUSPEXP-VR-8 One year Software Upgrade and Support Plan for an 8 camera NetVR unit 990 not currently under a valid Support Plan (video only). S2-SUSPEXP-VR-16 One year Software Upgrade and Support Plan for a 16 camera NetVR unit 1,298 not currently under a valid Support Plan (video only). S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 21 of 33 S2 SECURITY rt Flans for the Hign Avanaau One year Software Upgrade and Support Plan for Enterprise Exacta100 S2-SUSP-HA systems with the S2 Avance Hot Standby Option. (NOTE: the main 4,990 controller must also be under a standard SUSP. Covers two paired controllers. Part Number Pricing for Systems with Expired Support Plans Unit Price (USD) One year Software Upgrade and Support Plan for Enterprise Exacta100 S2-SUSPEXP-HA systems with the S2 Avance Hot Standby Option not currently under a valid 5,990 Support Plan. Note — the main controller must also be under a standard SUSP. Support Plans for Global Part Number Pricing for New Systems and Systems with a valid Support Plan Unit Price (USD) S2-SUSP-GLOBAL One year Software Upgrade and Support Plan for Global systems. (NOTE: PER QUOTE all integrated controllers must also be under a standard SUSP) Part Number Pricing for Systems with Expired Support Plans Unit Price (USD) One year Software Upgrade and Support Plan for Global systems not S2-SUSPEXP-GLOBAL currently under a valid Support Plan. (NOTE — all integrated controllers must PER QUOTE also be under a standard SUSP) SUSP program and discount options Option 1: SUSP Auto -Renewal Program S2 can now automatically invoice and send out updated license keys on an annual basis. By opting into this program an integrator can focus more on servicing his/her customers and less on tedious administrative tasks. To opt into this program simply submit a blanket PO for your SUSP and include the phrase "SUSP Auto -Renewal Program". Option 2: Multi -Year SUSP Renewal Discount S2 is offers Integrators a 10% discount if you renew an SUSP for 2 years (in advance) and 15% if you renew 3+ years (in advance). Option 3: New System SUSP Extension Discount New S2 systems ship with a 1 year SUSP which expires 12 months from the date the system is turned on, with a maximum turn on date of 90 days from invoice. S2 offers Integrators discounts if you opt to purchase extended SUSPs at the time of your new system purchases: 0 10% discount if the SUSP is extended for 1 year o 15% discount if the SUSP is extended for 2+ years B. Enhanced Controller Hardware Warranty & Technology Refresh Option (New Every Three Program) The New Every Three Program allows for a system controller to be upgraded or replaced one time only during the warranty coverage period for any non -warranty purpose provided the warranty program is purchased without lapse for the entire warranty period. No other system hardware items are covered under this warranty. The system must be under a valid Software Upgrade and Support Plan in order to receive the controller upgrade or replacement. Prices in the following table are annual prices (3 year commitment required). S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 22 of 33 S2 SECURITY e Part Number Description'— Price/Year (3 Year Commitment) Unit Price (USD) Enhanced Controller Hardware Warranty (NetBox Extreme) S2-EXT-WAR-3 Three year controller hardware warranty for NetBox Extreme. Annual price - 1,300 three year commitment required (total warranty price is 3 x unit price). Enhanced Controller Hardware Warranty (Enterprise Select) S2-SELECT-WAR-3 Three year controller hardware warranty for Enterprise Select. Annual price - 3,390 three year commitment required (total warranty price is 3 x unit price). Enhanced Controller Hardware Warranty (Enterprise Ultra2) S2-ULTRA2-WAR-3 Three year controller hardware warranty for Enterprise Ultra2. Annual price - 4,590 three year commitment required (total warranty price is 3 x unit price). Enhanced Controller Hardware Warranty (Enterprise Exacta100) S2-EX100-WAR-3 Three year controller hardware warranty for Enterprise Exacta100. Annual 4,990* price - three year commitment required (total warranty price is 3 x unit price). Enhanced Controller Hardware Warranty (Enterprise Exacta500) S2-EX500-WAR-3 Three year controller hardware warranty for Enterprise Exacta500 (supports 5,990* S2 Global). Annual price - three year commitment required (total warranty price is 3 x unit price). Enhanced Controller Hardware Warranty Discount Options Option 1: Up front payment A 15% discount is offered when all 3 years are paid up front Option 2: Purchased with initial system A 20% discount is offered when the warranty program is purchased together with the initial system. C. End User Black Support — Standard & Emergency 24/7 The S2 Black Support Program (BSP) provides an advanced level of support coverage ideal for large system owners and other end users for whom owner access to S2 technical services is essential. The BSP is available only to system owners of S2 Enterprise -class systems, providing the following special services: • One position annually at an S2 Basic Technical Certification course offered in Natick, MA, USA. • Up to 20 hours annually of S2 Professional Services time to help design reports, consult on system deployments or other tasks where special expertise is required. • Direct Access to the S2 Technical Service team during standard business hours (9am — 7pm M-F ET) for technical troubleshooting, programming, and related support. Access to Technical Support at other times for critical projects can be arranged with advanced notice. NOTE: An S2 Certified Integrator may be required on - site for troubleshooting in situations where attached devices, etc. require intervention. • Access to S2's online Support Central website providing downloads of the latest documentation, releases, and Technical Service Notes. • Periodic status reviews of in -field systems via remote -connection by S2 Technical Services Staff. Part Number Description Unit Price (USD) End -User (Black Level) Support Plan: 1-year phone support (Coverage: M-F, S2-EU-SUSP 9am-7pm ET), 1 S2 Basic training class, 3 (8hr) days of professional PER QUOTE services S2-EU-SUSP-24/7 End -User (Black Level) Emergency Support Plan Add -on 24/7 PER QUOTE S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 23 of 33 EtiRITY II. Spare Application Option Blades S2 NetBox application blades allow you to tailor your S2 Network Nodes (Step 2, Option 1) to meet application specifications. You can install application blades in unused slots in network node enclosures at any time and the system will automatically recognize their presence. Part Number DescriptionUnit Price USD S2-ACM Access control application extension blade: 2 reader, 4 input, 4 output 788 25 Count Application Extension Blade Bundle Pack S2-ACM-25 2 reader, 4 input, 4 output (each blade). Can be used with S2-NN-E-WM/RM 18,750 empty node enclosure. This bundle pack provides a 5 /o discount off of the individual ACM price. S2-INP Supervised input application extension blade: 8 inputs 478 S2-OUTP Relay controlled output application extension blade: 8 outputs 578 S2-TEMP Temperature Input application extension blade: 8 temperature inputs 536 S2-TEMP-PR Temperature Sensor probe, each 150 S2-NB-FRU NetBox and NetBox VR Quatro Field Replacement Unit 1590 S2-EXT-FRU Extreme Field Replacement Unit 1790 1 S2-NDMN-FRU NetDoor MicroNode Field Replacement Unit 1350 1 S2-SAM-E 3rd Generation NetBox Interface Board with Switch 390 1 S2-CBM S2 Network Node blade (S2-NN) 12V 1260 1 Installation kit for S2 Network Node when not using a standard enclosure. S2-INST Includes ribbon cable, card mounting plate, bi-color LED status indicator 300 (power supply and cables not included) S2-RCBLE Ribbon Cable, 8-position for connecting S2 network nodes to application 30 blades S2-PWR-STD Standard S2 NetBox power supply 85-260 VAC / 47-440Hz (Replacement / 100 Spare) S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 24 of 33 S2 SECURITY III. S2 NetBox System Portal Expansion For Existing Systems S2 NetBox system portal upgrades allow you to expand the number of portals your system supports up to the maximum licensable on a given controller. This S2 system expandability option allows you buy only the capacity you need initially yet meet system growth demands later. Part Number Description Unit Price (USD) i S2-LSS1 4 Portal to 16 Portal Expansion 1,706 Increases portal capacity from 4 portals to 16 portals. For use with S2 NetBox. 16 Portal to 32 Portal Expansion S2-SL2 Increases portal capacity from 16 portals to 32 portals. For use with S2 NetBox 2,420 or S2 NetBox Extreme. 32 Portal to 64 Portal Expansion S2-SL3 Increases portal capacity from 32 portals to 64 portals. For use with S2 NetBox 5,710 Extreme. 64 Portal Expansion S2-R64 Increases existing NetBox Extreme, S2 Enterprise Select, and S2 Enterprise 5,000 Ultra2 system license by 64 portals increments. IV. Controller Hardware Upgrade Options Version 4.4 software for S2 NetBox and S2 Enterprise is our newest generation security management system. Beginning with 4.1 we introduced the Ubuntu LTS Linux operating system across all S2 Security products. Because replacing an operating system is a major operation, we are offering a swap -out replacement program in which S2 supplies a replacement network controller and the integrator returns the existing one. Please note that S2 NetBox systems based on the CNCBM controller (NBSB1/2, M100, M200, M300 controllers) must upgrade to new hardware when upgrading to the latest release. Enterprise level controllers running software prior to version 4.1 also require a hardware swap. If you would like to upgrade a current system running version 4.0 or earlier to our latest release, e-mail a screen shot of the system's About screen to ordersCcDs2sys.com to request a quote or the upgrade. NOTE: All systems are required to be under a valid Software Upgrade and Support Plan in order to be upgraded. E-mail orders(o)s2sys.com for a quote or with any questions. Part- Number DescriptionUnit Price (USD) Upgrade to S2 NetBox S2 Controller -ONLY Head -end Cabinet. Includes S2 NetBox Controller Hardware and Software. No application blades may be added to this S2-NETBOX-UPG enclosure. The old controller board must be returned. A Network Node blade PER QUOTE will be included as part of this upgrade. This will restart the existing Software Upgrade and Support Plan. E-mail orders(c-)s2sys.com for quote or questions. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 25 of 33 S2 SECURITY Upgrade to S2 NetBox Extreme (S2-EXT-xxx-WM/RM) S2 Controller -ONLY Head -end Cabinet. Includes S2 NetBox Extreme Controller Hardware and Software. No application blades may be added to S2-EXT-UPG-WM or this enclosure. The old controller board must be returned. A Network Node PER QUOTE S2-EXT-UPG-RM blade will be included as part of this upgrade. Please make sure to specify on your PO if the unit needs to be a rack mount or a wall mount enclosure (- RM or -WM). This will restart the existing Software Upgrade and Support Plan. E-mail orders(o).s2sys.com for quote or questions. Upgrade to S2 Enterprise Select (S2-SELECT-xxx) S2 Controller -ONLY Head -end Cabinet. Includes S2 Enterprise Select S2-SELECT-UPG Controller hardware and software. No application blades may be added to PER QUOTE this enclosure. The old controller must be returned. This will restart the existing Software Upgrade and Support Plan. E-mail orders(a)s2sys.com for quote or questions. Upgrade to S2 Enterprise Ultra2 (S2-ULTRA2-xxx) S2 Controller -ONLY Head -end Cabinet. Includes S2 Enterprise Ultra2 controller hardware and software. No application blades may be added to S2-ULTRA2-UPG this enclosure. The old controller must be returned. A Network Node blade PER QUOTE will be included as part of this upgrade. This will restart the existing Software Upgrade and Support Plan. E-mail orders cbs2sys.com for quote or questions. Upgrade to S2 NetBox VR w/ 8 IP Cameras S2 Controller -ONLY Head -end Cabinet. Includes S2 NetBox VR hardware S2-NBVR8-UPG and software. No application blades may be added to this enclosure. The old PER QUOTE controller board must be returned. A Network Node blade will be included as part of this upgrade if needed. This will restart the existing Software Upgrade and Support Plan. E-mail orders a(-s2sys.com for quote or questions. Upgrade to S2 NetBox VR w/ 16 IP Cameras S2 Controller -ONLY Head -end Cabinet. Includes S2 NetBox VR hardware S2-NBVR16-UPG and software. No application blades may be added to this enclosure. The old PER QUOTE controller board must be returned. A Network Node blade will be included as part of this upgrade if needed. This will restart the existing Software Upgrade and Support Plan. E-mail orders(@s2sys.com for quote or questions. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 26 of 33 S2 SECURITY q? V. Professional Engineering & Implementation Services S2 Security maintains a team of highly skilled and experienced IT and security technology professionals that are available for a wide variety of services that today's demanding customers require to maximize convergence and integration. Examples include assistance with major data import or migration projects and conversion to a partitioned system. Engineers are also available on a time travel basis to provide application engineering. Contact S2 Sales Support for quote (S2salesengineering(o).s2sys.com or +1 508-663-2500 option 2). Part Number Service Description Unit Price (USD) S2-PRO-TS Remote Technical Consulting for special projects performed by Tech Support PER QUOTE S2-PRO-DEV Software Consulting Services/Development Efforts PER QUOTE S2-GLOBAL-PRO-DEV S2 Global Software Consulting Services & Development Efforts PER QUOTE S2-PRO-API Custom API consulting PER QUOTE VI. Return Policies and Procedures Return Merchandise Authorization (RMA) Policies and Procedures Returning Products for Credit Unused, undamaged products that are returned for credit must be returned in their original packaging and are subject to a 20% restocking fee in order that we can retest and recertify the equipment for resale. A return for credit can only be accepted within 30 days from the invoice date. Please contact orders(aD-s2sys.com for a valid RMA number. This information must be obtained before shipment in order to ensure proper credit. Products should also include the RMA# on the outside of the package. S2 is not responsible for any damage incurred due to improper packaging. . Advanced Replacement Policy Integrators should contact S2 Technical Support directly (+1 508-663-2505 or support(@s2sys.com) in order to troubleshoot issues and obtain advanced replacement parts. • A purchase order is required in order for advanced replacement parts to be shipped out. • Integrators may also choose to keep an open PO on file at S2 or agree to direct billing (as elected in their Integrator Agreement) in order to get replacement parts shipped out immediately. • Advanced replacement parts are typically shipped out via UPS Ground. Integrators may also choose to pay for expedited shipping. • Integrators are responsible for costs associated with shipping the RMA part to S2 for testing. • RMA parts should be packaged in antistatic bags with adequate padding in order to ensure the material is shipped and received safely. S2 is not responsible for any damage incurred due to improper packaging. RMA parts should be shipped to: S2 Security Corporation RMA One Speen Street Framingham, MA 01701 USA 508-663-2500 • S2 will bill against a PO covering an RMA for one of the following reasons: o When the RMAed equipment is not returned within 3 calendar weeks of the RMA's shipment. o If S2 determines that the RMAed equipment is not covered under the S2 Warranty Policy (please see Warranty section of this document). S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 27 of 33 4C - S2 SECURITY me o If testing determines that customer initiated or environmental damage have compromised the functionality of the product. Since RMA shipments are only available during normal business hours, Integrators are advised to keep a stock of spares on hand to better service their customers. VII. S2 Product Warranty S2 Security Corporation will at its option replace, without charge, any S2 Netbox SMS or VMS Series product proved defective in material or workmanship for a period of two year after the date of shipment from S2 Security Corporation. System. S2 Security Corporation warrants all replacement parts and repairs for 90 days from the date of shipment from S2 Security Corporation. S2 Security may require that electronic remote access be granted to system components in order to diagnose or repair defects covered by this warranty. Travel and related expenses incurred by S2 Security due to the lack of electronic system access are expressly not covered by this warranty. Third party products are warranted through their respective manufacturers. All warranties exclude defects attributable to (i) use of equipment, software or interfaces not furnished by S2; (ii) modification of Products without S2's prior written approval; (iii) accident, neglect, normal wear, misuse, abuse or reverse engineering (iv) exposure to conditions outside the range of the environmental, power and operating specifications provided by S2 or industry standards. S2 ships warranty replacement parts to Integrators by the carrier of S2's choice (typically UPS Ground). Integrators pay for shipping the product back to S2. S2 will ship by the method preferred by the integrator at the integrator's expense. S2 DISCLAIMS ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THE IMPLIED WARRANTIES OF MERCHANTABILITY, NONINFRINGEMENT AND FITNESS FOR A PARTICULAR PURPOSE. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 28 of 33 S2 SECURITY Appendix A — S2 NetBox Demonstration Systems (Not for Resale) Systems integrators (only) are entitled to purchase one demonstration system per office location at a specially discounted price. These demonstration systems are NOT FOR RESALE, and may not be expanded. A. S2 NetBox Demo Systems Part Number Description Unit Price (USD) S2 NetBox Demo System S2-NB4-E2R-D-WM Includes 4 portal license, (1) ACM and 6 empty slots in wall mount 1990 enclosure. S2-EXT-16-WM-D or S2 Extreme Demo System Controller Includes 4 portal license. No option blades cand be added to this 1990 S2-EXT-16-RM-D cabinet. For node support, purchase Micronode(s) below or S2- Network Node, etc.. S2 NetDoor MicroNode Demo Unit For use with the NetBox or S2-NDMN-D NetBox VR Demo systems, 2 readers, 4 inputs, 4 outputs (two 1180 outputs switchable to power locks), one temp input point. B. S2 NetBox VR Demo System Controllers Converged Video & Access System Demo Controller. Standard S2 nodes or MicroNodes should be added as needed. In order to ensure continuity of service we recommend that you register your VR Series product online (http://s2sVs.com/dashboard/product-registration/) before or soon after it is installed. Part>>Number Description Unit Price (USD) S2 NetBox VR Demo System Controller (32 portals, 8 cameras) S2-NETBOXVR-2TB-8-D Includes 32 portal and 8 IP camera capacity. Contains 2 TB of 3,300 onboard storage. S2 NetBox VR Demo System Controller (32 portals, 16 cameras) S2-NETBOXVR-4TB-16-D Includes 32 portal and 16 IP camera capacity. Contains 4 TB of 3,900 onboard storage. Upgrade to S2 NetBox VR Demo System (32 portals, 8 cameras) S2-NETBOXVR2TB8-UPG-D Includes 32 portal and 8 IP camera capacity. Contains 2 TB of 3,300 onboard storage. A Network Node blade will be included as part of this upgrade. E-mail orders(a)s2sys.com for quote or questions. Upgrade S2 NetBox VR Demo System (32 portals, 16 cameras) S2-NETBOXVR4TB16-UPG-D Includes 32 portal and 16 IP camera capacity. Contains 4 TB of 3,900 onboard storage. A Network Node blade will be included as part of this upgrade. E-mail ordersCa�s2sys.com for quote or questions. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 29 of 33 Ae- S2 SECURITY C. NetVR Demo Unit Video Management Demo Unit (NetVR) single appliance solution for use with S2 NetBox and S2 Enterprise product lines. In order to ensure continuity of service we recommend that you register your VR Series product online (http://s2sys.com/dashboard/product-registration/) before or soon after it is installed. Part Number Description Unit Price (USD) S2-NETVR-2TB-8-D S2 NetVR Demo Unit with 8 cameras 3,300 Licensed for 8 IP cameras. Contains 2 TB of onboard storage. S2-NETVR-4TB-16-D S2 NetVR Demo Unit with 16 cameras 3,900 Licensed for 16 IP cameras. Contains 4 TB of onboard storage. Appendix B — Locating S2 NetBox Specifications and Power Requirements Full information on S2 Security Corporation products can be found in the related Installation documentation. Documentation is available through HELP in every NetBox controller, and also available via download from the S2 Security Support website. To access the website you need a login email address and password. Certified Integrators should register on www.s2sys.com and request support access. You will receive a password via email within 24 hours. Documentation available for S2 products: • S2 NetBox Hardware Installation Guide • S2 Extreme Hardware Installation Guide • S2 Enterprise Select / Ultra 2 Hardware Installation Guide • S2 MicroNode Hardware Installation Guide • S2 Network Node Hardware Installation Guide • S2 NetVR Hardware Installation Guide • S2 NetBoxVR Hardware Installation Guide • Tech Note 17: Integrating Mercury Access Control Hardware S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 30 of 33 ►2 SECURITY Appendix C — Helpful Hints for Order Processing This is a short guide to help you submit orders that will get completed as fast as possible. Please submit all orders to: orders@s2sys.com General Purchasing Please: • Include the Integrator, 'End User, City and Country of End User (site or company) in the notes of every PO. This helps us track our systems by linking them to your end user in case there are future questions. (Please ask purchasing NOT to cut out this information). • Include a direct technical contact (Integrator if you are a distributor) on your orders. This helps us resolve configuration questions quickly. • Include any QUOTES with Special pricing provided by your S2 Rep with your order. We need this to honor discounts. • If the Purchase Order contains ANY type of licensing or upgrading (Hardware and software), make sure to email a copy of the screen capture from the "about page" with the order or at a minimum the -License Identifier from the system. We need this to generate the correct license keys. To locate the About Page for a screen shot please: 1. Login to the S2 Netbox applicaiton. 2. Select Support: Utility: About. 3. Make a screen capture (CTR-ALT_PRINTSCREEN) or copy the LICENSE IDENTIFIER and email to us. Order Cut-off times • Same day Shipping of Application Option Blades (ACM, INP, OUTP, TEMP) — Please submit order by 10:30am EST • All others (Controller, Node Cabinets, etc) — Please submit order by 2:30 pm EST for entry into the manufacturing queue for the next business day. NOTE: We make our best commercial effort to ship within 24-72 hours of the receipt of your order. • All Invoices are emailed to our contact at time of shipment and include tracking information!! SUSP Upgrade and Support Plan Purchasing To obtain a quote (from Cathy Baird @ cbairdgs2sys.com), please email a screen capture of the "About Page". To order, please provide a screen shot of the about page —OR- the license ID with your PO when submitting your order. Please note — In order to add software features to an S2 NetBox controller/serve it must have a valid SUSP support agreement. The expiration date may be found in the "About" screen on the server (see above) Milestone Purchasing • If customer has previously purchased Milestone - Please provide the Milestone System's existing SLC (license) number. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 31 of 33 S2 SECURITY • Please confirm if you are integrating with an existing S2 Controller, and if yes, provide a screen shot of the controller's "about page". • When ordering a NEW Milestone system (Only for new Milestone Customers without an existing SLC), Milestone REQUIRES use to provide full End -User information or the order can't be processed: a. Company Name b. Address c. Contact d. Contact Phone # or e-mail address e. Contact's Industry If you have any technical questions please contact our technical support at 508-663-2505 or support@s2sys.com. S2 Confidential and Proprietary Information REV 4.1.13-06 Effective April 1, 2013 Page 32 of 33 PRODUCT DESCRIPTION ALTV2416ULX3 POWER SUPPLY, 16 CHANNEL, 120VAC INPUT, 24-28VAC OUTPUT, 7 A TOTAL OUTPUT ALTV244UL POWER SUPPLY, 4 CHANNEL, 120VAC INPUT, 24-28VAC OUTPUT, 3.5 A TOTAL OUTPUT ALTV248UL3 POWER SUPPLY, 8 CHANNEL, 120VAC INPUT, 24-28VAC OUTPUT, 3.5 A TOTAL OUTPUT BRS-BASE-04A BOSCH RECORDING STATION BASE LICENSE, 4 IP CHANNELS, 4 REMOTE STATIONS (E-LICENSE) BRS-BASE-08A BOSCH RECORDING STATION BASE LICENSE, 8 IP CHANNELS, 4 REMOTE STATIONS (E-LICENSE) BRS-BASE-16A BOSCH RECORDING STATION BASE LICENSE, 16 IP CHANNELS, 4 REMOTE STATIONS (E-LICENSE) BRS-BASE-32A BOSCH RECORDING STATION BASE LICENSE, 32 IP CHANNELS, 4 REMOTE STATIONS (E-LICENSE) BRS-DEMO-32A RECORDING STATION DEMO LICENSE FOR 32 IP CAMERAS (EXPIRES AFTER 30 DAYS) BRS-DNGL-A USB DONGLE; PROVIDES UNIQUE COMPUTER SIGNATURE FOR BRS RECORDERS (DOES NOT INCLUDE LICENSES; BRS MUST STILL BE LICENSED VIA A SOFTWARE AUTHORIZATION AND SLMS) BRS-DVD-OOA BOSCH RECORDING STATION SOFTWARE DVD AND INSTALLATION MANUAL BRS-DVD-16A BOSCH RECORDING STATION SOFTWARE DVD, 16 IP CHANNEL, 4 REMOTE STATION LICENSE AND INSTALLATION MANUAL BRS-DVD-32A BOSCH RECORDING STATION SOFTWARE DVD, 32 IP CHANNEL LICENSE AND INSTALLATION MANUAL BRS-FATM-A BOSCH RECORDING STATION LICENSE, ATM POS BRIDGE INTERFACE (E-LICENSE) BRS-FIPS-A BOSCH RECORDING STATION LICENSE, IP SERVER INTERFACE (E-LICENSE) BRS-FPAN-A BOSCH RECORDING STATION LICENSE, SECURITY PANEL INTERFACE (E-LICENSE) BRS-FWRI-A BOSCH RECORDING STATION LICENSE, RECEIVER STATION, DIRECT TO CD/DVD EXPORT (E- LICENSE) BRS-R410-SOE108 RECORDING STATION 8 CHANNEL IP VIDEO MANGEMENT KIT; RECORDER SERVER; 1 U (4-BAY) RACK MOUNT CHASSIS, RAID-5, 4TB (4 X 1TB) HOT-SWAPPABLE HDD; (1) VIP-1600-B CHASSIS AND PSU; (2) XFM4A H.264 ENCODER MODULES; AND BRS 8 IP CHANNEL BASE LICENSE BRS-R410-S2E116 RECORDING STATION 16 CHANNEL IP VIDEO MANGEMENT KIT; RECORDER SERVER; 1 U (4-BAY) RACK MOUNT CHASSIS, RAID-5, 4TB (4 X 1TB) HOT-SWAPPABLE HDD; (1) VIP-1600-B CHASSIS AND PSU; (4) XFM4A H.264 ENCODER MODULES; AND BRS 8 IP CHANNEL BASE LICENSE (ADDITIONAL LICENSES MUST BE PURCHASED SEPARATELY) BRS-R810-S2E116 RECORDING STATION 16 CHANNEL IP VIDEO MANGEMENT KIT; RECORDER SERVER; 2U (8-BAY) RACK MOUNT CHASSIS, RAID-5, 8TB (8 X 1TB) HOT-SWAPPABLE HDD; (1) VIP-1600-B CHASSIS AND PSU; (4) XFM4A H.264 ENCODER MODULES; AND BRS 8 IP CHANNEL BASE LICENSE (ADDITIONAL LICENSES MUST BE PURCHASED SEPARATELY) BRS-R810-S6E232 RECORDING STATION 32 CHANNEL IP VIDEO MANGEMENT KIT; RECORDER SERVER; 2U (8-BAY) RACK MOUNT CHASSIS, RAID-5, 8TB (8 X 1TB) HOT-SWAPPABLE HDD; (2) VIP-1600-B CHASSIS AND PSU; (8) XFM4A H.264 ENCODER MODULES; AND BRS 8 IP CHANNEL BASE LICENSE (ADDITIONAL LICENSES MUST BE PURCHASED SEPARATELY) BRS-R820-S2E116 RECORDING STATION 16 CHANNEL IP VIDEO MANGEMENT KIT; RECORDER SERVER; 2U (8-BAY) RACK MOUNT CHASSIS, RAID-5, 16TB (8 X 2TB) HOT-SWAPPABLE HDD; (1) VIP-1600-B CHASSIS AND PSU; (4) XFM4A H.264 ENCODER MODULES; AND BRS 8 IP CHANNEL BASE LICENSE (ADDITIONAL LICENSES MUST BE PURCHASED SEPARATELY) BRS-R820-S6E232 RECORDING STATION 32 CHANNEL IP VIDEO MANGEMENT KIT; RECORDER SERVER; 2U (8-BAY) RACK MOUNT CHASSIS, RAID-5, 16TB (8 X 2TB) HOT-SWAPPABLE HDD; (2) VIP-1600-B CHASSIS AND PSU; (8) XFM4A H.264 ENCODER MODULES; AND BRS 8 IP CHANNEL BASE LICENSE (ADDITIONAL LICENSES MUST BE PURCHASED SEPARATELY) BRS-RAC1-4100A RECORDING STATION IP VIDEO MANGEMENT APPLIANCE; RECORDER SERVER; 1 U (4-BAY) RACK MOUNT CHASSIS, RAID-5, 4TB (4 X 1TB) HOT-SWAPPABLE HDD; INCLUDES 8 CHANNEL LICENSE (EXPANDABLE TO 64) BRS-RAC2-8100A RECORDING STATION IP VIDEO MANGEMENT APPLIANCE; RECORDER SERVER; 2U (8-BAY) RACK MOUNT CHASSIS, RAID-5, 8TB (8 X 1TB) HOT-SWAPPABLE HDD; INCLUDES 8 CHANNEL LICENSE (EXPANDABLE TO 64) BRS-RAC2-8200A RECORDING STATION IP VIDEO MANGEMENT APPLIANCE; RECORDER SERVER; 21-1 (8-BAY) RACK MOUNT CHASSIS, RAID-5, 16TB (8 X 2TB) HOT-SWAPPABLE HDD; INCLUDES 8 CHANNEL LICENSE (EXPANDABLE TO 64) BRS-T410-SOE108 RECORDING STATION 8 CHANNEL IP VIDEO MANGEMENT KIT; INTEGRATED WORKSTATION/ RECORDER; 4U (4-BAY) TOWER CHASSIS; JBOD; 4TB (4 X 1TB) HDD; INTERNAL DVD WRITER; AND 8 CHANNEL LICENSE. INCLUDES (1) VIP-1600-B CHASSIS AND PSU; (2) XFM4A H.264 ENCODER MODULES BRS-T410-S2E116 RECORDING STATION 16 CHANNEL IP VIDEO MANGEMENT KIT; INTEGRATED WORKSTATION/ RECORDER; 4U (4-BAY) TOWER CHASSIS; JBOD; 4TB (4 X 1TB) HDD; INTERNAL DVD WRITER; (1) VIP-1600-B CHASSIS AND PSU; (4) XFM4A H.264 ENCODER MODULES; AND BRS 8 IP CHANNEL BASE LICENSE (ADDITIONAL LICENSES MUST BE PURCHASED SEPARATELY) BRS-TOW-4100A RECORDING STATION IP VIDEO MANGEMENT APPLIANCE; INTEGRATED WORKSTATION/RECORDER; 4U (4-BAY) TOWER CHASSIS; JBOD; 4TB (4 X 1TB) FIELD REPLACEABLE HDD; INTERNAL DVD WRITER; INCLUDES 8 CHANNEL LICENSE (EXPANDABLE TO 64) BRS-XCAM-04A BOSCH RECORDING STATION EXPANSION LICENSE, 4 IP CHANNELS (E-LICENSE) BRS-XCAM-32A BOSCH RECORDING STATION EXPANSION LICENSE, 32 IP CHANNELS (E-LICENSE) BVC Camera Software: manages up to 16 HD and/or SD video (Free Download via Web) BVC-ESIP01A 1 IP CHANNEL BVC LICENSE BVC-ESIP08A 8 CHANNEL BVC EXPANSION LICENSE BVC-ESIP112A 112 IP CHANNEL BVC LICENSE BVC-ESIP16A 16 CHANNEL EXPANSION LICENSE BVC-ESIP32A 32 IP CHANNEL BVC LICENSE BVC-ESIP48A 48 IP CHANNEL BVC LICENSE BVC-ESIP64A 64 IP CHANNEL BVC LICENSE BVC-ESIP80A 80 IP CHANNEL BVC LICENSE BVC-ESIP96A 96 IP CHANNEL BVC LICENSE BVMS-LITEPRO-32 UPGRADE BLITE32 TO BPRO W. 32 CHANNELS BVMS-LITEPRO-64 UPGRADE BLITE64 TO BPRO W. 64 CHANNELS C1-BP BLANK PANEL FOR C1 RACK, 1 SLOT WIDTH Cl-IN EIA 19 IN RACK FOR CNFE2MC MEDIA CONVERTER UNIT, 120-230VAC CNFE2MC/IN MEDIA CONVERTER W/SFP SOCKET, 120-230VAC, 50/60HZ, SURFACE/RACK MOUNT ENCLOSURE DHR-XS050-A DIVAR 700/XF STORAGE EXPANSION KIT, 500GB DHR-XS100-A DIVAR 700/XF STORAGE EXPANSION KIT, 1TB DHR-XS200-A DIVAR 700/XF STORAGE EXPANSION KIT, 2TB DIP-2040-OON DIVAR IP 2000 VIDEO STORAGE APPLIANCE, MICRO TOWER (4-BAY), JBOD OTB (NO HDD), FRONT- SWAPPABLE HDD; INCLUDES 16 CHANNEL VRM LICENSE (NON -EXPANDABLE) AND BUILT-IN DYNAMIC TRANSCODER DIP-2042-2HD DIVAR IP 2000 VIDEO STORAGE APPLIANCE, MICRO TOWER (4-BAY), JBOD 4TB (2x2TB), FRONT- SWAPPABLE HDD; INCLUDES 16 CHANNEL VRM LICENSE (NON -EXPANDABLE) AND BUILT-IN DYNAMIC TRANSCODER DIP-2042-4HD DIVAR IP 2000 VIDEO STORAGE APPLIANCE, MICRO TOWER (4-BAY), JBOD 8TB (4x2TB), FRONT- SWAPPABLE HDD; INCLUDES 16 CHANNEL VRM LICENSE (NON -EXPANDABLE) AND BUILT-IN DYNAMIC TRANSCODER DIP-2302-HDD 2TB EXPANSION DRIVE FOR DIVAR IP 2000 AND 3000 APPLIANCES DIP-3040-OON DIVAR IP 3000 VIDEO MANAGEMENT APPLIANCE, MICRO TOWER (4-BAY), JBOD OTB (NO HDD), FRONT-SWAPPABLE HDD; INCLUDES BVMS SERVER/CLIENTNRMNSG, SINGLE DVI MONITOR OUTPUT, INCL 32 CHANNELS (NON -EXPANDABLE) 5 WKSTN, 5 FORENSIC SEARCH, 1 KBD I/F, 1 DVR I/F, 1 MVS I/F AND BUILT-IN DYNAMIC TRANSCODER DIP-3042-2HD DIVAR IP 3000 VIDEO MANAGEMENT APPLIANCE, MICRO TOWER (4-BAY), JBOD 4TB (2x2TB), FRONT-SWAPPABLE HDD; INCLUDES BVMS SERVER/CLIENTNRMNSG, SINGLE DVI MONITOR OUTPUT, INCL 32 CHANNELS (NON -EXPANDABLE) 5 WKSTN, 5 FORENSIC SEARCH, 1 KBD I/F, 1 DVR I/F, 1 MVS 1/F AND BUILT-IN DYNAMIC TRANSCODER DIP-3042-4HD DIVAR IP 3000 VIDEO MANAGEMENT APPLIANCE, MICRO TOWER (4-BAY), JBOD 8TB (4x2TB), FRONT-SWAPPABLE HDD; INCLUDES BVMS SERVER/CLIENTNRMNSG, SINGLE DVI MONITOR OUTPUT, INCL 32 CHANNELS (NON -EXPANDABLE) 5 WKSTN, 5 FORENSIC SEARCH, 1 KBD I/F, 1 DVR I/F, 1 MVS I/F AND BUILT-IN DYNAMIC TRANSCODER DIP-6040-OON DIVAR IP 6000 SERIES IP VIDEO STORAGE APPLIANCE, 1 U (4-BAY) RACKMOUNT CHASSIS, RAID-5, OTB (No HDD) HOT-SWAPPABLE HDD; INCL.BUILT-IN DYNAMIC TRANSCODER AND 64 CHANNEL VRM LICENSE (EXPANDABLE TO 128) DIP-6042-4HD DIVAR IP 6000 SERIES IP VIDEO STORAGE APPLIANCE, 1 U (4-BAY) RACKMOUNT CHASSIS, RAID-5, 8TB (4 X 2TB) HOT-SWAPPABLE HDD; INCL.BUILT-IN DYNAMIC TRANSCODER AND 64 CHANNEL VRM LICENSE (EXPANDABLE TO 128) DIP-6080-OON DIVAR IP 6000 SERIES IP VIDEO STORAGE APPLIANCE, 2U (8-BAY) RACKMOUNT CHASSIS, RAID-5, OTB (No HDD) HOT-SWAPPABLE HDD; INCL.BUILT-IN DYNAMIC TRANSCODER AND 64 CHANNEL VRM LICENSE (EXPANDABLE TO 128) DIP-6082-8HD DIVAR IP 6000 SERIES IP VIDEO STORAGE APPLIANCE, 2U (8-BAY) RACKMOUNT CHASSIS, RAID-5, 16TB (8 x 2TB) HOT-SWAPPABLE HDD; INCL.BUILT-IN DYNAMIC TRANSCODER AND 64 CHANNEL VRM LICENSE (EXPANDABLE TO 128) DIP-7080-OON DIVAR IP 7000 VIDEO MANAGEMENT APPLIANCE, 2U RACKMOUNT (8-BAY), RAID-5 OTB (NO HDD), HOT-SWAPPABLE HDD; INCLUDES BVMS SERVER/CLIENT/VRM/VSG, DUAL DVI/DP MONITOR OUTPUT, INCL 32 CHANNELS (EXPANDABLE TO 128 CHANNELS), 5 WKSTN, 5 FORENSIC SEARCH, 1 KBD I/F, 1 DVR I/F, 1 MVS I/F AND BUILT-IN DYNAMIC TRANSCODER. DIP-7082-8HD DIVAR IP 7000 VIDEO MANAGEMENT APPLIANCE, 2U RACKMOUNT (8-BAY), RAID-5 16TB (8x2TB), HOT-SWAPPABLE HDD; INCLUDES BVMS SERVER/CLIENT/VRM/VSG, DUAL DVI/DP MONITOR OUTPUT, INCL 32 CHANNELS (EXPANDABLE TO 128 CHANNELS) 5 WKSTN, 5 FORENSIC SEARCH, 1 KBD I/F, 1 DVR I/F, 1 MVS I/F AND BUILT-IN DYNAMIC TRANSCODER DLA-AIOUO-04AT DLA 1200 SERIES IP VIDEO STORAGE APPLIANCE 4U (4-BAY) TOWER CHASSIS; JBOD; 4TB (4 X 1TB) FIELD REPLACEABLE HDD; INCLUDES 32 CHANNEL VRM LICENSE (EXPANDABLE TO 64 CHANNELS) DLA-LDTK-100A BRS RACKMOUNT/DLA 1400 SERIES 1TB HARD DRIVE DLA-LDTK-100A DLA 1400 SERIES 1TB HARD DRIVE DLA-LDTK-200A 2TB EXPANSION DRIVE. COMPATIBLE WITH DIVAR IP 6000 AND 7000 APPLIANCES, BRS RACKMOUNT APPLIANCES, AND DLA 1400 SERIES DLA-UDTK-100A BRS TOWER/DLA 1200 SERIES 1TB HARD DRIVE DLA-UDTK-100A DLA 1200 SERIES 1TB HARD DRIVE DLA-XVRM-032 DLA SERIES VIDEO RECORDING MANAGER - ONE TIME 32 CAMERA UPGRADE LICENSE FOR DLA 1200 SERIES STORAGE APPLIANCES ONLY(E-LICENSE) DLA-XVRM-064 DLA SERIES VIDEO RECORDING MANAGER - ONE TIME 64 CAMERA UPGRADE LICENSE FOR DLA 1400 SERIES STORAGE APPLIANCES ONLY (E-LICENSE) DSA-EDTK-200A BOSCH-NETAPP E-SERIES 2TB HDD EXPANSION DSA-EDTK-300A BOSCH-NETAPP E-SERIES 3TB HDD EXPANSION (COMPATIBLE WITH DSX-N6D6X-60AT EXPANSION SHELF ONLY) DSA-N2C6X2-12AT BOSCH-NETAPP DSA E-SERIES BASE DUAL CONTROLLER UNIT 12X2TB; SUPPORTS RAID-5 AND RAID-6 (COMPATIBLE WITH DSX-N6D6X-60AT EXPANSION SHELF ONLY) DSA-N2E6S12-4PD SUPPORT UPLIFT, 12 MONTHS 4 HOUR ON -SITE PARTS DELIVERY FOR DSA-N2E6X2-12AT BASE UNIT DSA-N2E6S12-4PR SUPPORT UPLIFT, 12 MONTHS 4 HOUR ON -SITE PARTS REPLACEMENT FOR DSA-N2E6X2-12AT BASE UNIT DSA-N2E6S12-ESW SUPPORT UPLIFT, 12 MONTHS WARRANY EXTENSION FOR DSA-N2E6X2-12AT BASE UNIT DSA-N2E6S12-NRD SUPPORT UPLIFT, 12 MONTHS NO RETURN DISK OPTION FOR DSA-N2E6X2-12AT BASE UNIT DSA-N2E6S8-4PD SUPPORT UPLIFT, 12 MONTHS 4 HOUR ON -SITE PARTS DELIVERY FOR DSA-N2E6X2-08AT BASE UNIT DSA-N2E6S8-4PR SUPPORT UPLIFT, 12 MONTHS 4 HOUR ON -SITE PARTS REPLACEMENT FOR DSA-N2E6X2-08AT BASE UNIT DSA-N2E6S8-ESW SUPPORT UPLIFT, 12 MONTHS WARRANTY EXTENSION FOR DSA-N2E6X2-08AT BASE UNIT DSA-N2E6S8-NRD SUPPORT UPLIFT, 12 MONTHS NO RETURN DISK OPTION FOR DSA-N2E6X2-08AT BASE UNIT DSA-N2E6X2-08AT BOSCH-NETAPP DSA E-SERIES BASE UNIT 8X2TB (EXP TO 24TB); SUPPORTS RAID-5 AND RAID-6 DSA-N2E6X2-12AT BOSCH-NETAPP DSA E-SERIES BASE UNIT 12X2TB; SUPPORTS RAID-5 AND RAID-6 DSX-N1 D6S12-4PD SUPPORT UPLIFT, 12 MONTHS 4 HOUR ON -SITE PARTS DELIVERY FOR DSX-N1 D6X2-12AT EXPANSION SHELF DSX-N1D6S12-4PR SUPPORT UPLIFT, 12 MONTHS 4 HOUR ON -SITE PARTS REPLACEMENT FOR DSX-N1D6X2-12AT EXPANSION SHELF DSX-N1D6S12-ESW SUPPORT UPLIFT, 12 MONTHS WARRANTY EXTENSION FOR DSX-N1D6X2-12AT EXPANSION SHELF DSX-N1 D6S12-NRD SUPPORT UPLIFT, 12 MONTHS NO RETURN DISK OPTION FOR DSX-N1 D6X2-12AT EXPANSION SHELF DSX-N1 D6X2-12AT BOSCH-NETAPP DSA E-SERIES EXPANSION UNIT 12X2TB; SUPPORTS RAID-5 AND RAID-6 DSX-N6D6X3-60AT BOSCH-NETAPP DSA E-SERIES EXPANSION UNIT 60X3TB; SUPPORTS RAID-5 AND RAID-6 (REQUIRES DSA-N2CX2-12AT DUAL CONTROLLER BASE UNIT) DVR-451-04AO50 451 SERIES DIGITAL RECORDER, H.264, 4 CH., 4 CH. AUDIO, INTERNAL DVD, 50OGB DVR-630-08A DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-630-08AO50 DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, 50OGB HDD DVR-630-08A100 DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, 1TB HDD DVR-630-08A200 DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, 2TB HDD DVR-630-16A DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-630-16AO50 DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, 50OGB HDD DVR-630-16A100 DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, 1TB HDD DVR-630-16A200 DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, 2TB HDD DVR-650-08A DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-650-08AO50 DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 50OGB HDD DVR-650-08A100 DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 1TB HDD DVR-650-08A200 DVR 600 SERIES 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 2TB HDD DVR-650-16A DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-650-16AO50 DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 50OGB HDD DVR-650-16A100 DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 1TB HDD DVR-650-16A200 DVR 600 SERIES 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 2TB HDD DVR-670-08A000 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-670-08AO01 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-670-08AO50 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, 50OGB HDD DVR-670-08A051.- DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 50OGB HDD DVR-670-08A100 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, 1TB HDD DVR-670-08A101 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 1TB HDD DVR-670-08A200 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, NO DVD, 2TB HDD DVR-670-08A201 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 8 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 2TB HDD DVR-670-16A000 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-670-16AO01 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, NO HDD (REQUIRES DVR 600 STORAGE EXPANSION KIT) DVR-670-16AO50 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, 50OGB HDD DVR-670-16AO51 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 50OGB HDD DVR-670-16A100 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, 1TB HDD DVR-670-16A101 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 1TB HDD DVR-670-16A200 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, NO DVD, 2TB HDD DVR-670-16A201 DVR 670 SERIES H.264 4CIF REAL-TIME RECORDER, 16 CH. VIDEO, 4 CH. AUDIO, INTERNAL DVD, 2TB HDD DVR-XS050-A DVR 600 SERIES STORAGE EXPANSION 50OGB DVR-XS100-A DVR 600 SERIES STORAGE EXPANSION 1TB DVR-XS200-A DVR 600 SERIES STORAGE EXPANSION 2TB DXR-RAM-UPGRADE DIVAR 700 HD FIELD INSTALLABLE RAM UPGRADE KIT (NOT COMPATIBLE WITH DIVAR XF) DXS-ESIP01-A DIVAR 700/XF E-LICENSE 1 IP; SUBSTITUTE DHR-SIP01-A IF PHYSICAL (PAPER) LICENSE KEY IS DXS-ESIP04-A DIVAR 700/XF E-LICENSE 4 IP; SUBSTITUTE DHR-SIP04-A IF PHYSICAL (PAPER) LICENSE KEY IS REQUIRED DXS-ESIP08-A DIVAR 700/XF E-LICENSE 8 IP; SUBSTITUTE DHR-SIP08-A IF PHYSICAL (PAPER) LICENSE KEY IS REQUIRED DXS-ESRAID-A DIVAR 700/XF E-LICENSE RAID; SUBSTITUTE DHR-SRAID-A IF PHYSICAL (PAPER) LICENSE KEY IS REQUIRED DXS-ETEXT-A DIVAR 700/XF E-LICENSE TEXT; SUBSTITUTE DXS-700-TEXT IF PHYSICAL (PAPER) LICENSE KEY IS REQUIRED EX12LED-3BD-8M EX12LED 3D DIFFUSER ILLUMINATOR, 850 NM, MEDIUM BEAM 30DEG EX12LED-3BD-8W EX12LED 3D DIFFUSER ILLUMINATOR, 850 NM, WIDE BEAM 60DEG EX12LED-3BD-9M EX12LED 3D DIFFUSER ILLUMINATOR, 940 NM, MEDIUM BEAM 30DEG EX12LED-3BD-9W EX12LED 3D DIFFUSER ILLUMINATOR, 940 NM, WIDE BEAM 60DEG EX14MNX8V0408B-N DAY/NIGHT, 18 LEDS, 850NM, 1/3" LXR, 550 TVL COLOR/ 570 TVL MONO, VA 4-8MM LENS, NTSC EXI4MNX9V0408M-N MARINE RATED DAY/NIGHT WITH IR 940NM 4-9MM NTSC WHITE HOUSING EX14MX4V0408B-N DAY/NIGHT 1/3" LXR, 550 TVL COLOR/ 570 TVL MONO, MECH FILTER, VA 4-8MM LENS, NTSC EX14MX4V0409M-N MARINE RATED DAY/NIGHT 4-9MM NTSC WHITE HOUSING EX27DMX4V0550W-N EX27 DESERT CAM D/N 550TVL 5-50MM WHITE NTSC EX27MNX8V0409B-N EX27 IR D/N 540TVL, 850NM 4-9MM BLACK NTSC EX27MNX9V0409B-N EX27 IR D/N 540TVL, 940NM 4-9MM BLACK NTSC EX36C702W-N EX36 CORNER MOUNT COLOR 500TVL 2.5MM NTSC EX36MNX802WM-N EX36 W/IR CORNER MOUNT D/N 540TVL, 850NM 2.5MM NTSC WITH MICROPHONE EX36MNX802W-N EX36 W/IR CORNER MOUNT D/N 550TVL, 850NM 2.5MM NTSC EX36MNX902WM-N EX36 W/IR CORNER MOUNT D/N 540TVL, 940NM 2.5MM NTSC WITH MICROPHONE EX36MNX902W-N EX36 W/IR CORNER MOUNT D/N 540TVL, 940NM 2.5MM NTSC EX49MNX906BH-N EX49 CNG IR DOME 940NM D/N 6MM BLACK, TINTED DOME NTSC EX-LlVA0310 1/3" VARI-FOCAL AUTO -IRIS 2.8-10MM LENS EXMB.007B HEAVY --DUTY WALL BRACKET, BLACK EXMB.007W HEAVY --DUTY WALL BRACKET, WHITE EXMB.020B L-BRACKET ONLY, HEAVY DUTY, BLACK EXMB.028W CABLE MANAGED WALL BRACKET, BLACK EXMB.029W U BRACKET FOR EX30/80/82/REG-L1, WHITE EXMB.061 SS POLE -TOP BRACKET (EX30/82/80/85) EXPB-3-W-KIT IR ILLUMINATOR BRACKET KIT + HOUSING EXSH.027B SUNHOOD FOR EX27 (BLACK) EX-VPC VIDEO PATCH CONNECTOR FOR EX40 AND EX49 GVS1000-11-N LONG RANGE PTZ, DAY/NIGHT, 730NM IR, 60X OPTICAL ZOOM, NTSC, PELCO P / D, NTSC GVS1000-12-N LONG RANGE PTZ, DAY/NIGHT, 73ONM IR, 60X OPTICAL ZOOM, NTSC, BOSCH BI-PHASE, NTSC HAC-IPCCC IP CAMERA COOLING CASE HAC-TAMP01 TAMPER SWITCH KIT FOR HSG AND UHO SERIES HOUSINGS HAC-WAS05-20 24VAC WASHER PUMP WITH 23L (6 GAL) TANK; 5M (16FT) RANGE HAC-WAS30-50 230VAC WASHER PUMP WITH 25L (6 GAL) TANK; 30M (98FT) RANGE KBD-120PS POWER SUPPLY FOR INTUIKEY KBDS,120VAC KBD-DIGITAL INTUIKEY DIGITAL KEYBOARD W/ LCD FOR USE WITH DIVAR DVR AND 600 & 700 SERIES RECORDERS KBD-RACK RACK MOUNT KIT FOR KBD-UNIVERSAL AND KBD-DIGITAL KBD-UNIVERSAL INTUIKEY UNIVERSAL DIGITAL KEYBOARD W/ LCD FOR ALLEGIANT AND SYSTEM4 KBE-455V28-20 OUTDOOR PREPACKAGED CAMERA, 1/3-INCH HIGH RES COLOR, 2.8-10MM LENS, 24VAC 60HZ KBE-455V28-21 N IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-11 MM LENS, 24VAC 60HZ KBE-455V28-21 NV IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-11 MM LENS, 24VAC 60HZ, IVA-PREPARED KBE-455V55-20 OUTDOOR PREPACKAGED CAMERA, 1/3-INCH HIGH RES COLOR, 5-50MM LENS KBE-455V55-21 N IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 5-50MM LENS, 24VAC 60HZ KBE-455V55-21 NV IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 5-50MM LENS, 24VAC 60HZ, IVA- PREPARED KBE-485V28-20 OUTDOOR PREPACKAGED CAMERA ,1/3-INCH HIGH RES HIGH SENSITIVITY COLOR, 2.8-10MM LENS, 24VAC 60HZ KBE-485V55-20 OUTDOOR PREPACKAGED CAMERA, 1/3-INCH HIGH RES HIGH SENSITIVITY COLOR, 5-50MM LENS, 24VAC 60HZ KBE-498V28-20 OUTDOOR PREPACKAGED CAMERA, 1/3-INCH DAY/NIGHT, 2.8-10MM LENS, 24VAC 60HZ KBE-498V28-20F OUTDOOR PREPACKAGED CAMERA ,1/3-INCH DAY/NIGHT, 2.8-10MM LENS, 24VAC 60HZ, FIBER OPTIC KBE-498V28-20N IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-11MM LENS, 24VAC 60HZ KBE-498V28-20NV IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-11MM LENS, 24VAC 60HZ, IVA-PREPARED KBE-498V28-20U OUTDOOR PREPACKAGED CAMERA, 1/3-INCH DAY/NIGHT, 2.8-10MM LENS, 24VAC 60HZ, UTP KBE-498V75-20 OUTDOOR PREPACKAGED CAMERA, 1/3-INCH DAY/NIGHT, 7.5-50MM LENS, 24VAC 60HZ KBE-498V75-20F OUTDOOR PREPACKAGED CAMERA, 1/3-INCH DAY/NIGHT, 7.5-50MM LENS, 24VAC 60HZ, FIBER KBE-498V75-20N IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 7.5-50MM LENS, 24VAC 60HZ KBE-498V75-20NV IP OUTDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 7.5-50MM LENS, 24VAC 60HZ, IVA-PREPARED KBE-498V75-20U OUTDOOR PREPACKAGED CAMERA, 1/3-INCH DAY/NIGHT, 7.5-50MM LENS, 24VAC 60HZ, UTP KBE-610V75-20 OUTDOOR PREPACKAGED CAMERA, 1/2-INCH HIGH RES HIGH SENSITIVITY COLOR, 7.5-75MM LENS, 24VAC 60HZ KBE-630V41-20 OUTDOOR PREPACKAGED CAMERA, 1/2-INCH DAY/NIGHT, 4-12MM LENS, 24VAC 60HZ KBE-832V18-20N IP OUTDOOR PREPACKAGED, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT, 1.8-3MM, 24VAC, 60HZ KBE-832V18-20NV IP OUTDOOR PREPACKAGED, HD 1080p, DAY/NIGHT, H.264, AUDIO, POE, SD CARD SLOT, IVA INSTALLED, 1.8-3MM, 24VAC, 60HZ KBE-832V38-20N IP OUTDOOR PREPACKAGED, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT, 3.8-13MM, 24VAC, 60HZ KBE-832V38-20NV IP OUTDOOR PREPACKAGED, HD 1080p, DAY/NIGHT, H.264, AUDIO, POE, SD CARD SLOT, IVA INSTALLED, 3.8-13MM, 24VAC, 60HZ KBE-832V94-20N IP OUTDOOR PREPACKAGED, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT, 9-40MM, 24VAC, 60HZ KBE-832V94-20NV IP OUTDOOR PREPACKAGED, HD 1080p, DAY/NIGHT, H.264, AUDIO, POE, SD CARD SLOT, IVA INSTALLED, 9-40MM, 24VAC, 60HZ KBN-455V28-20 INDOOR PREPACKAGED CAMERA, 1/3-INCH HIGH RES COLOR, 2.8-10MM LENS, 24VAC 60HZ KBN-455V28-21 N IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-10MM LENS, 24VAC 60HZ KBN-455V28-21 NV IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-10MM LENS, 24VAC 60HZ, IVA- PREPARED KBN-455V55-20 INDOOR PREPACKAGED CAMERA, 1/3-INCH HIGH RES COLOR, 5-50MM LENS KBN-455V55-21 N IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 5-50MM LENS, 24VAC 60HZ KBN-455V55-21 NV IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 5-50MM LENS, 24VAC 60HZ, IVA- PREPARED KBN-485V28-20 INDOOR PREPACKAGED CAMERA, 1/3-INCH HIGH RES HIGH SENSITIVITY COLOR, 2.8-10MM LENS, 24VAC 60HZ KBN-485V55-20 INDOOR PREPACKAGED CAMERA, 1/3-INCH HIGH RES HIGH SENSITIVITY COLOR 5-50MM LENS, 24VAC 60HZ KBN-498V28-20 INDOOR PREPACKAGED CAMERA, 1/3-INCH DAY/NIGHT, 2.8-10MM LENS, 24VAC 60HZ KBN-498V28-20N IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-11 MM LENS, 24VAC 60HZ KBN-498V28-20NV IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 2.8-11 MM LENS, 24VAC 60HZ, IVA- PREPARED KBN-498V75-20 INDOOR PREPACKAGED CAMERA, 1/3-INCH DAY/NIGHT, 7.5-50MM LENS, 24VAC 60HZ KBN-498V75-20N IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 7.5-50MM LENS, 24VAC 60HZ KBN-498V75-20NV IP INDOOR PREPACKAGED, HIGH RESOLUTION COLOR CAMERA, 7.5-50MM LENS, 24VAC 60HZ, IVA- PREPARED LED-658-AM EX65 EXPLOSION PROTECTED ILLUMINATOR, 850 NM, ALUMINUM, MEDIUM ANGLE 20 DEG, 12- 24VDC/AC LED-658-AW EX65 EXPLOSION PROTECTED ILLUMINATOR, 850 NM, ALUMINUM, WIDE ANGLE 50 DEG, 12- 24VDC/AC LED-658-SM EX65 EXPLOSION PROTECTED ILLUMINATOR, 850 NM, STAINLESS STEEL, MEDIUM ANGLE 20 DEG, 12-24VDC/AC LED-658-SW EX65 EXPLOSION PROTECTED ILLUMINATOR, 850 NM, STAINLESS STEEL, WIDE ANGLE 50 DEG, 12- 24VDC/AC LTC 0356/20 CAMERA, 1/3" 570 TVL B/W, DSP, W/IR FILTER, 12VDC/24VAC, 60HZ LTC 0435/20 CAMERA, 1/3" 330 TVL COLOR, DSP, 12VDC/24VAC, 60HZ LTC 0435/60 CAMERA, 1/3" 330 TVL COLOR, DSP, 120VAC, 60HZ LTC 0435-28 CAMERA, 1/3" 330 TVL COLOR, DSP, 12VDC/24VAC, 60HZ. W/2.8-10MM VF LENS LTC 0435-28W CAMERA, 1/3" 330 TVL COLOR, DSP, 12VDC/24VAC, 60HZ, W/2.8-10MM VF LENS & MOUNT LTC 0455/21 CAMERA, COLOR, 1/3-INCH 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ LTC 0455/61 CAMERA, COLOR, 1/3-INCH 540 TVL COLOR, DSP, 110VAC, 60HZ LTC 0455-28 CAMERA, 1/3" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ. W/2.8-10MM VARIFOCAL LENS LTC 0455-28W CAMERA, 113" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ, W/2.8-10MM VF LENS & MOUNT LTC 0465/21 CAMERA, DAY/NIGHT, 1/3-INCH, 540 TVL COLOR, 12VDC/24VAC, 60HZ LTC 0465/61 CAMERA, DAY/NIGHT, 1/3-INCH, 540 TVL COLOR, 110VAC, 60HZ LTC 0485/21 CAMERA, HIGH PERFORMANCE, COLOR, 1/3-INCH 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ LTC 0485/61 CAMERA, HIGH PERFORMANCE, COLOR, 1/3-INCH 540 TVL COLOR, DSP, 110VAC, 60HZ LTC 0485-28 CAMERA, 1/3" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ. W/2.8-10MM VARIFOCAL LENS LTC 0485-28W CAMERA, 1/3" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ, W/2.8-10MM VF LENS & MOUNT LTC 0498/21 CAMERA, HIGH PERFORMANCE, DAY/NIGHT, 2X WDR, 1/3-INCH, 540 TVL COLOR, 12VDC/24VAC, 60HZ LTC 0498/61 CAMERA, HIGH PERFORMANCE, DAY/NIGHT, 2X WDR, 1/3-INCH, 540 TVL COLOR, 110VAC, 60HZ LTC 0498-28 CAMERA, DAY/NIGHT, 1/3" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ. W/2.8-11 MM VARIFOCAL IR LENS LTC 0498-28W CAMERA, DAY/NIGHT, 1/3" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ, W/2.8-11 MM VF IR LENS & MOUNT LTC 0498-75 CAMERA, DAY/NIGHT, 1/3" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ, W/7.5-50MM VARIFOCAL IR LENS LTC 0498-75W CAMERA, DAY/NIGHT, 1/3" 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ, W/7.5-50MM VF IR LENS & MOUNT LTC 0610/21 CAMERA, HIGH PERFORMANCE, COLOR, 1/2-INCH 540 TVL COLOR, DSP, 12VDC/24VAC, 60HZ LTC 0610/61 CAMERA, HIGH PERFORMANCE, COLOR, 1/2-INCH 540 TVL COLOR, DSP, 110VAC, 60HZ LTC 0630/21 CAMERA, HIGH PERFORMANCE, DAY/NIGHT, WDR, 1/2-INCH, 540 TVL COLOR, 12VDC/24VAC, 60HZ LTC 0630/61 CAMERA, HIGH PERFORMANCE, DAY/NIGHT, WDR, 1/2-INCH, 540 TVL COLOR, 110VAC, 60HZ. LTC 1412/20 CAMERA, FLEXIDOME I, 1/4", 330TVL COLOR, 12VDC/24VAC, 60HZ, W/3MM FIXED IRIS LENS LTC 1421/20 CAMERA, FLEXIDOME II, 1/4", 470TVL COLOR, 12VDC/24VAC, 60HZ, W/2.1MM FIXED IRIS LENS LTC 1422/20 CAMERA, FLEXIDOME II, 1/4", 470 TVL COLOR, 12VDC/24VAC, 60HZ, W/3MM FIXED IRIS LENS LTC 1423/20 CAMERA, FLEXIDOME II, 1/4", 470 TVL COLOR, 12VDC/24VDC, 60HZ, W/6MM FIXED IRIS LENS LTC 2380/90 VIDQUAD, 4CH, REAL TIME LTC 2382/90 VIDQUAD, 4 CH, REAL TIME, ALARMING LTC 2604/60 SYSTEM4 KEYBOARD PORT EXPANDER, 120VAC, 60HZ; ALSO FOR KBD-SERIES FOR UP TO 4 KEYBOARDS LTC 2605/91 VIDEO MANAGER FOR USE WITH DIVAR DVR AND SYSTEM 4 MULTIPLEXERS. 120/230VAC, 50/60 HZ LTC 2609/00 DIVAR XF/700 SERIES EXTENSION KIT, LINKS UP TO 6 DIVAR XF/700/600 SERIES DIGITAL RECORDERS LTC 3274/41 C LENS, 1/2-INCH, 7.5-75MM DIRECT DRIVE, F1.7 TO F/360, 4 PIN LTC 3283/41 C LENS, 1/2-INCH, 8.0 TO 80MM (1 OX), AUTO IRIS, F/1.4 TO 4/360, 4 PIN LTC 3283/50 C LENS, 1/2-INCH, 7.5 TO 75MM (10X), AUTO IRIS, F/1.2 TO F/512, PRE -POSITION, 4 PIN LTC 3293/20 C LENS, 1/2-INCH, 8 TO 120MM (15X), AUTO IRIS, F/1.6 TO F/1000, 4 PIN LTC 3293/30 C LENS, 1/2-INCH, 8 TO 120MM (15X), AUTO IRIS, PP, MAN. IRIS OVERRIDE, 4 PIN LTC 3293/40 C LENS, 1/2-INCH, 12 TO 240MM (20X), AUTO IRIS, F/1.6 TO F/720, 4 PIN LTC 3293/50 C LENS, 1/2-INCH, 12 TO 240MM (20X), AUTO IRIS, F/1.6 TO F/720, PP, 4 PIN LTC 3361/41 CS LENS, 1/3-INCH, 2.8 TO 12MM, MANUAL IRIS, F/1.4 TO CLOSE LTC 3364/41 CS LENS, 1/3-INCH, 2.8 TO 12MM, DIRECT DRIVE, F/1.4 TO F/360, 4 PIN LTC 3364/50 CS LENS, 1/3-INCH, 2.8 TO 10MM, DIRECT DRIVE, F/1.4 TO 360, 4-PIN LTC 3364/60 CS LENS, 1/3-INCH, 3.5 TO 8MM, DIRECT DRIVE, F/1.4 TO 360, 4-PIN LTC 3371/21 CS LENS, 1/3-INCH, 5 TO 50MM, MANUAL IRIS, F/1.4 TO CLOSE LTC 3374/21 CS LENS, 1/3-INCH, 5 TO 50MM, DIRECT DRIVE, F/1.4 TO F/360, 4 PIN LTC 3384/21 CS LENS, 1/3-INCH, 6 TO 60MM (10X), AUTO IRIS/DIRECT DRIVE, F1.4 TO F/360, 4-PIN LTC 3664/31 CS LENS, 1/3-INCH, 3 TO 8MM, IR CORRECTED, DIRECT DRIVE, 650 TVL, F/1.0 TO F/360, 4 PIN LTC 3664/40 CS LENS, 1/3-INCH, 2.8 TO 11 MM, IR CORRECTED, DIRECT DRIVE, F1.4 TO 360 IR LTC 3674/20 CS LENS, 1/3-INCH, 7.5-50MM, IR CORRECTED, DIRECT DRIVE, F1.3 TO F/360, 4PIN LTC 3764/20 C LENS, 1/2-INCH, 4 TO 12MM, IR CORRECTED, DIRECT DRIVE, F/1.2 TO F/360, 4-PIN LTC 3774/30 C LENS, 1/2-INCH, 10 TO 40MM, IR CORRECTED, DIRECT DRIVE, F/1.4 TO F/360, 4 PIN LTC 3783/51 C LENS, 1/2-INCH, 8.5 TO 85MM, IR CORRECTED, AUTO IRIS, F1.6 TO 360, 4-PIN LTC 3793/51 C LENS, 1/2-INCH, 8.6 TO 154MM, IR CORRECTED, AUTO IRIS, F2.5 TO 360, 4-PIN LTC 4600/00 BLANK PANEL, FOR LTC 4637 FIBER OPTIC MODULE RACK LTC 4628/00 850NM FOM, BI-DIRECTIONAL: TRANSMITS VIDEO, RECEIVES DATA, USE WITH LTC 4637 SERIES RACK LTC 4628/60 850NM FOM, BI-DIRECTIONAL: TRANSMITS VIDEO, RECEIVES DATA, 120-230VAC, 60HZ LTC 4629/00 850NM FOM, BI-DIRECTIONAL: RECEIVES VIDEO, TRANSMITS DATA, USE WITH LTC 4637 SERIES RACK LTC 4629/60 850NM FOM, BI-DIRECTIONAL: RECEIVES VIDEO, TRANSMITS DATA, 120-230VAC, 60HZ LTC 4637/60 RACK & POWER SUPPLY FOR FIBER OPTIC MODULES, 120VAC, 60HZ LTC 4641/60 850NM FOM, TRANSMITTER, VIDEO SIGNALS, 120-230VAC, 60HZ LTC 4642/00 850NM FOM, RECEIVER, VIDEO SIGNALS, USE WITH LTC 4637 SERIES RACK LTC 4642/60 850NM FOM, RECEIVER, VIDEO SIGNALS, 120-230VAC, 60HZ LTC 4651/00 850NM FOM, TRANSMITTER/RECEIVER, BIPHASE OR RS-232 DATA, USE WITH LTC 4637 SERIES RACK LTC 4651/60 850NM FOM, TRANSMITTER/RECEIVER, BIPHASE OR RS-232 DATA, 120-230VAC, 60HZ LTC 4671/00 850NM FOM, TRANSMITTER/RECEIVER, RS-485 DATA, USE WITH LTC 4637 SERIES RACK LTC 4671/60 850NM FOM, TRANSMITTER/RECEIVER, RS-485 DATA, 120-230VAC, 60HZ LTC 4744100 1310NM FOM, TRANSMITTER, 4 CHANNEL, VIDEO SIGNALS, USE WITH LTC 4637 SERIES RACK LTC 4744/60 1310NM FOM, TRANSMITTER, 4 CHANNEL, VIDEO SIGNALS, 120-230VAC, 50/60HZ LTC 4745/00 1310NM FOM, RECEIVER, 4 CHANNEL, VIDEO SIGNALS, USE WITH LTC 4637 SERIES RACK LTC 4745/60 1310NM FOM, RECEIVER, 4 CHANNEL, VIDEO SIGNALS, 120-230VAC, 50160HZ LTC 5136/61 CONTROLLER, W/ 16 OUTPUTS FOR AUTODOMES OR ALLEGIANT R/D UNITS, 120VAC, 50/60HZ LTC 5231/90 VIDEO DISTRIBUTION AMPLIFIER, SINGLE CHANNEL WITH FOUR OUTPUTS, 120-240VAC, 50/60HZ LTC 5234/90 VIDEO DISTRIBUTION AMPLIFIER, FOUR CHANNEL WITH THREE OUTPUTS PER CHANNEL, 120- 240VAC, 50/60HZ LTC 8016/90 16-CHANNEL ALLEGIANT BILINX DATA INTERFACE UNIT, 120VAC/230VAC, 50/60HZ LTC 8059/00 ALLEGIANT MASTER CONTROL SOFTWARE PACKAGE, WINDOWS 95/NT-BASED LTC 8100/90 ALLEGIANT 8 X 2 CCTV MATRIX SWITCHER, 120-230VAC, 50/60HZ LTC 8200/90 ALLEGIANT 16 X 5 CCTV MATRIX SWITCHER, 120-230VAC, 50/60HZ LTC 8300/90 ALLEGIANT 32 X 6 CCTV MATRIX SWITCHER, 120-230VAC, 50/60HZ LTC 8501/60 ALLEGIANT CCTV SWITCHING BAY, CPU & POWER SUPPLY, 120VAC, 60HZ LTC 8505/60 SPARE POWER SUPPLY FOR LTC 8501/60 BAY, 120VAC, 60HZ LTC 8506/00 CABLE, PC TO CONSOLE PORT, FOR ALLEGIANT SYSTEMS LTC 8508/01 AMP 34 PIN LOOPING CABLE W/16 BNCS LTC 8511/00 SPARE CPU MODULE FOR LTC 8501 BAY LTC 8521/00 VIDEO INPUT MODULE FOR LTC 8500,8 VIDEO INPUTS PER CARD LTC 8532/00 VIDEO OUTPUT MODULE FOR LTC 8500,2 VIDEO OUTPUTS PER CARD LTC 8540/00 ALARM INTERFACE, 64 ALARM INPUTS, 8 RELAY CLOSURES LTC 8555/00 COMPACT FULL FUNCTION KEYBOARD, VARIABLE SPEED JOYSTICK LTC 8557/60 HOOK-UP KIT FOR REMOTE KEYBOARD UP TO 5000 FT, 120VAC, 60HZ LTC 8558/00 OPTIONAL KEYBOARD CABLE, 100 FT LTC 8561/60 RECEIVER/DRIVER, 120VAC PAN/TILT VOLTAGE, 120VAC SUPPLY, WITH AUXILIARIES, 60HZ LTC 8564/20 RECEIVER/DRIVER, 24VAC PAN/TILT VOLTAGE, 24VAC SUPPLY, WITH AUXILIARIES, 50/60HZ LTC 8566/60 RECEIVER/DRIVER, 24VAC PAN/TILT VOLTAGE, 120VAC SUPPLY, WITH AUXILIARIES, 60HZ LTC 8568/00 SIGNAL DISTRIBUTION UNIT, 32 SEPARATE BIPHASE OUTPUTS LTC 8569/60 CODE MERGER, ALLOWS 2 BIPHASE DEVICES TO CONTROL 32 OUTPUTS, 120VAC, 60HZ LTC 8570/60 CODE MERGER, ALLOWS 4 BIPHASE DEVICES TO CONTROL 32 OUTPUTS, 120VAC, 60HZ LTC 8601/60 ALLEGIANT CCTV SWITCHING BAY, CPU & POWER SUPPLY, 120VAC, 60HZ LTC 8610/01 SPARE CPU MODULE FOR LTC 8601/60 BAY LTC 8621/00 VIDEO INPUT MODULE FOR LTC 8601,16 VIDEO INPUTS PER CARD LTC 8712/60 ALLEGIANT CONSOLE PORT EXPANDER, HALF RACK, 120VAC, 60HZ LTC 8713160 ALARM PORT EXPANDER FOR UP TO 4 LTC 8540/00 UNITS, HALF RACK, 120VAC, 60HZ LTC 8714/60 KEYBOARD PORT EXPANDER FOR UP TO 8 ALLEGIANT KEYBOARDS, HALF RACK, 120VAC, 60HZ LTC 8715/60 PORT EXPANDER FOR MULTIPLE LTC 8714/60 UNITS, HALF RACK, 120VAC, 60HZ LTC 8768/00 SIGNAL DISTRIBUTION UNIT, 64 SEPARATE BIPHASE OUTPUTS LTC 8780/60 RS-232 DATA CONVERTER UNIT, BIPHASE/RS-232/BIPHASE, HALF RACK, 120VAC, 60HZ LTC 8782/60-02 CODE TRANS, BIPHASE-AD MANCHTR, 120VAC LTC 8782/60-10 CODE TRANS, BIPHASE-PELCO P & D, 120VAC LTC 8782/60-21 CODE TRANS, VICON-BIPHASE, 120VAC LTC 8782/60-22 CODE TRANS, AD MANCHTR-BIPHASE, 120VAC LTC 8782/60-30 CODE TRANS, PELCO-BIPHASE, 120VAC LTC 8786/60 RS-232 TO BIPHASE DATA CONVERTER UNIT WITH 16 BIPHASE OUTPUTS, 120VAC, 50/60HZ LTC 8801/60 ALLEGIANT CCTV SWITCHING BAY, CPU & POWER SUPPLY, 120VAC, 60HZ LTC 8802/60 MONITOR EXPANSION BAY & DATA RECEIVER MODULE, FOR LTC 8800, 120VAC, 60HZ LTC 8805/60 SPARE POWER SUPPLY FOR LTC 8601/60, LTC 8802/60 BAYS, 120VAC, 60HZ LTC 8808/00 32 CHANNEL VIDEO INTERCONNECT PANEL, FOR ALLEGIANT SYSTEMS, INCLUDES TWO LTC 8809/00 RIBBON CABLES LTC 8809/00 16 CONDUCTOR RIBBON CABLE, FOR 8200, 8300, 8600, 8800, 8900 SYSTEMS, 6 FT LTC 8809/02 16 CONDUCTOR RIBBON CABLE, FOR 8200, 8300, 8600, 8800, 8900 SYSTEMS, 10.5 FT LTC 8810/01 CPU MODULE FOR LTC 8800 SERIES LTC 8816/01 REP DATA RX MODULE, LTC 8802 SERIES LTC 8821/00 VIDEO INPUT MODULE FOR LTC 8800, 32 VIDEO INPUTS PER CARD LTC 8834/00 VIDEO OUTPUT MODULE FOR LTC 8600 & 8800,4 VIDEO OUTPUTS PER CARD LTC 8943/94 REPLACEMENT CONTROLLER PC FOR ALLEGIANT LTC 8901 SYSTEMS, 120/230VAC 50/60HZ LTC 9101/00 RACK KIT FOR UP TO TWO HALF RACK PRODUCTS, WITH BLANK, 1.75-INCH HIGH LTC 9210/00 COLUMN MOUNT, 8-INCH, 15 LB MAX LOAD LTC 9210/01 COLUMN MOUNT, 8-INCH, 15 LB MAX LOAD, FEED THRU OPTION LTC 9212/00 MOUNT, INDOOR/OUTDOOR, 12-INCH, FOR 938X SERIES, & 948X SERIES HOUSINGS LTC 9213/01 POLE MOUNT ADAPTER WITH STAINLESS STEEL STRAPS, FOR LTC 9210, LTC 9212, LTC 9215 & VDA-WMT-DOME LTC 9215/00 MOUNT, FEED-THRU, 12-INCH, FOR 9380X SERIES, & 948X SERIES HOUSINGS LTC 9215/OOS MOUNT, FEED-THRU, 7-INCH, FOR 938X SERIES, & 948X SERIES HOUSINGS LTC 9216100 MOUNT, INDOOR/OUTDOOR, 16-INCH, 100 LB MAX LOAD LTC 9219/01 MOUNT, CEILING-J, FEED-THRU, FOR 938X SERIES, & 948X SERIES HOUSINGS LTC 9223100 COLUMN MOUNT, 24-INCH, 15 LB MAX LOAD LTC 9223/01 COLUMN MOUNT, 24-INCH, 15 LB MAX LOAD, FEED THRU OPTION LTC 9224/00 COLUMN MOUNT, 24-INCH, 200 LB OR CEILING MOUNT, 100 LB LTC 9225/00 POLE MOUNT ADAPTER WITH STAINLESS STEEL STRAPS, FOR LTC 9216 & LTC 9222 LTC 9226/00 CORNER MOUNT BRACKET FOR LTC 9216 & LTC 9222. LTC 9230/01 FLAT ROOF MOUNT ADAPTER, FOR ROOF PARAPET MOUNT VG4-A-9230 LTC 9303/00 HOUSING, MAX SECURITY, CORNER MOUNTING. LTC 9303/01 HOUSING, MAX SECURITY, CORNER MTG, WITH KEY LOCK LTC 9305/00 HOUSING, MAX SECURITY, WALL OR CEILING MOUNT, 0.37" VIEW WINDOW LTC 9348/00 DOME HOUSING, INDOOR, 8.5-INCH, TINTED, CEILING MOUNT, METAL BACKBOX LTC 9384/00 SUNSHIELD, FOR LTC 9384 & 3-INCH PRESSURIZED HOUSINGS LTC 9480/00 HOUSING, INDOOR, FOR CAMERA/LENS TO 7-INCH LTC 9480/20 HOUSING, OUTDOOR (NEMA 4), FOR CAMERA/LENS TO 7-INCH, 3-IN DIA. 24VAC, 50/60HZ HEATER LTC 9488/20 HOUSING, OUTDOOR (NEMA 4), FOR CAMERA/LENS TO 14-INCH, 24VAC, 50/60HZ HEATER LTC 9488/21 HOUSING, OUTDOOR (NEMA 4), FOR CAMERA/LENS TO 13-INCH, 24VAC, 50/60HZ HEATER/BLOWER LVF-4000C-D0550 960H 1/3-INCH, 5 TO 50MM, DC -IRIS, CS -MOUNT, F1.4, IR-CORRECTED LVF-4000C-D2812 960H 1/3-INCH, 2.8 TO 12MM, DC -IRIS, CS -MOUNT, F1.3, IR-CORRECTED LVF-5000C-D0550 960H 1/3-INCH, 5 TO 50MM, DC -IRIS, CS -MOUNT, F1.6, IR-CORRECTED LVF-5000C-D2811 960H 1/3-INCH, 2.8 TO 11MM, DC -IRIS, CS -MOUNT, F1.4, IR-CORRECTED LVF-5003N-S3813 3 MEGAPIXEL C LENS, 1/2-INCH, 3.8-13MM, SR -IRIS LVF-5005C-S0940 5 MEGAPIXEL CS LENS, 1/2.5-INCH, 9-40MM, IR-CORRECTED, SR -IRIS LVF-5005C-S1803 5 MEGAPIXEL CS LENS, 1/2.5-INCH,1.8-3MM, IR-CORRECTED, SR -IRIS MBE-15B POLE MOUNT ADAPTOR BLACK MBE-15W Pole mount adapter, white MBE-17B WALL MOUNT ADAPTOR BLACK MBE-17W Wall mount adaptor white MBE-27B Wall mount bracket for EX27 (Black) MBE-27W Wall mount bracket for EX27 (White) MBE-28B ARM BRACKET REG-L1/REG-D1 BLACK MBV-BCDM180-45 BVMS CUSTOMER DEMO EDITION 185 DAYS V4.5 MBV-BCDM30-45 BVMS CUSTOMER DEMO EDITION 30 DAYS V4.5 MBV-BDEM-45 BVMS DEMO 4.5,NONEX 3CH 1WS ODVR OKB MBV-BENT-45 BVMS ENTERPRISE 4.5, 2WS 2SUB 1 KB MBV-BLIT32-45 BVMS LITE-32 4.5,NONEX 32CH 2WS ODVR 1 KB MBV-BLIT64-45 BVMS LITE-64 4.5,NONEX 64CH 4WS ODVR 2KB MBV-BPRO-45 BVMS PROFESSIONAL 4.5, 8CH 2WS 1 DVR 1 KB MBV-BXPAN-DIP DIVAR IP PROFESSIONAL EDITION; ALLOWS CHANNEL EXPANSION TO 128 MAX ONLY); ALSO REQUIRES ADDITIONAL MBV-XCHAN-DIP LICENSES MBV-FALG-40 BVMS ALLEGIANT LICENSE V4.0 (DIVAR IP 7000 MBV-FALG-45 BVMS ALLEGIANT LICENSE V4.5 MBV-FALG-DIP DIVAR IP 3000/7000 ALLEGIANT INTERFACE LICENSE MBV-FATM-40 BVMS POS/ATM LICENSE V4.0 MBV-FATM-45 BVMS POS/ATM LICENSE V4.5 MBV-FATM-DIP DIVAR IP 3000/7000 POS/ATM INTERFACE LICENSE MBV-FEUP-40 BVMS ENTERPRISE UPGRADE FOR PRO V4.0 MBV-FEUP-45 BVMS ENTERPRISE UPGRADE FOR PRO V4.5 MBV-FOPC-40 BVMS OPC SERVER LICENSE V4.0 MBV-FOPC-45 BVMS OPC SERVER LICENSE V4.5 MBV-FOPC-DIP DIVAR IP 3000/7000 OPC SERVER LICENSE MBV-MALG BOSCH VMS ALLEGIANT 1YR SMA MAINTENANCE EXTENSION MBV-MATM BOSCH VMS ATM 1YR SMA MAINTENANCE EXTENSION MBV-MCHAN BOSCH VMS CHANNEL EXPANSION 1YR SMA MAINTENANCE EXTENSION MBV-MDVR BOSCH VMS DVR DEMO SMA 1YR SMA MAINTENANCE EXTENSION MBV-MENT MAINTENANCE BVMS ENTERPRISE EDITION MBV-MEUP MAINTENANCE ENTERPRISE UPGRADE FOR PRO MBV-MFON BOSCH VMS FAILOVER EXPANSION 1YR SMA MAINTENANCE EXTENSION MBV-MFOREN BOSCH VMS FORENSIC EXPANSION 1YR SMA MAINTENANCE EXTENSION MBV-MKBD BVMS CCTV KEYBOARD EXPANSION 1YR SMA MAINTENANCE EXTENSION MBV-MLIT32 BOSCH VMS LITE-32 1YR SMA MAINTENANCE EXTENSION MBV-MLIT64 BOSCH VMS LITE-64 1YR SMA MAINTENANCE EXTENSION MBV-MMVS MAINTENANCE BVMS MOBILE VIDEO SERVICE MBV-MOPC BVMS OPC SERVER LICENSE 1YR SMA MAINTENANCE EXTENSION MBV-MPRO BOSCH VMS PROFESSIONAL EDITION 1YR SMA MAINTENANCE EXTENSION MBV-MRN BVMS REDUNDANT NVR EXPANSION LICENCE 1YR SMA MAINTENANCE EXTENSION MBV-MSUB MAINTENANCE ENTERPRISE SUBSYS. EXPANSION MBV-MWST BOSCH VMS WORKSTATION EXPANSION 1YR SMA MAINTENANCE EXTENSION MBV-XCHAN-40 BVMS CHANNEL (CAM/DEC) EXPANSION V4.0 MBV-XCHAN-45 BVMS CHANNEL (CAM/DEC) EXPANSION V4.5 MBV-XCHAN-DIP DIVAR IP 8-CHANNEL EXPANSION LICENSE (ADDS 8 IP CHANNELS; 7000 FAMILY ONLY) MBV-XDVR-40 BVMS DVR EXPANSION V4.0 MBV-XDVR-45 BVMS DVR EXPANSION V4.5 MBV-XDVR-DIP DIVAR 3000/7000 DVR EXPANSION (ADDS 1 DVR) MBV-XFOR-DIP DIVAR IP 3000/7000 FORENSIC SEARCH EXPANSION LICENSE (ADDS 1 SEARCH LICENSE) MBV-XFOREN-40 BVMS FORENSIC SEARCH EXPANSION V4.0 MBV-XFOREN-45 BVMS FORENSIC SEARCH EXPANSION V4.5 MBV-XKBD-40 BVMS CCTV KEYBOARD EXPANSION V4.0 MBV-XKBD-45 BVMS CCTV KEYBOARD EXPANSION V4.5 MBV-XKBD-DIP DIVAR 3000/7000 CCTV KEYBOARD EXPANSION (ADDS 1 KEYBOARD) MBV-XMVS-40 BVMS MOBILE VIDEO SERVICE EXPANSION V4.0 MBV-XMVS-45 BVMS MOBILE VIDEO SERVICE EXPANSION V4.5 MBV-XMVS-DIP DIVAR IP 3000/7000 MOBILE VIDEO SERVICE EXPANSION MBV-XSUB-40 BVMS ENTERPRISE SUBSYSTEM EXPANSION V4.0 MBV-XSUB-45 BVMS ENTERPRISE SUBSYSTEM V4.5 MBV-XWST-40 BVMS WORKSTATION EXPANSION V4.0 MBV-XWST-45 BVMS WORKSTATION EXPANSION V4.5 MBV-XWST-DIP DIVAR IP 3000/7000 WORKSTATION EXPANSION (ADDS 1 WORKSTATION) MHW-ASCP-3Y4H HP HW SUPPORT, 4 HR RESPONSE, 24x7, 3 YEARS (NOT REQD FOR MHW-SL5M4-US) MHW-AWGC-Q2000 NVIDIA QUADRO 2000 1GB GRAPHICS WITH 1 DUAL -LINK DVI-1 AND 2 DP (DISPLAY PORT) OUTPUT, SUPPORTS DUAL DISPLAY, FOR USE WITH HP Z-SERIES WORKSTATIONS MHW-AWGC-Q4000 NVIDIA QUADRO 4000 2GB GRAPHICS WITH 1 DUAL -LINK DVI-I AND 2 DP (DISPLAY PORT) OUTPUT, SUPPORTS DUAL DISPLAY, FOR USE WITH HP Z-SERIES WORKSTATIONS MHW-AWGC-Q5000 NVIDIA QUADRO 5000 2.5GB GRAPHICS WITH 1 DUAL -LINK DVI-I AND 2 DP (DISPLAY PORT) OUTPUT, SUPPORTS DUAL DISPLAY, FOR USE WITH HP Z-SERIES WORKSTATIONS MHW-AWGC-Q600 NVIDIA QUADRO 600 1 GB GRAPHICS CARD WITH 1 DUAL -LINK DVI-I and 1 DP (DISPLAY PORT) OUTPUT. SUPPORTS DUAL DISPLAY ACROSS DVI-1 AND DP PORTS, FOR USE WITH HP Z-SERIES WORKSTATIONS MHW-AWSP-PCI SERIAL PORT ADAPTER FOR HP Z-SERIES MHW-S380R8-SCUS APPLICATION SERVER, 2U, SIX -CORE INTEL XEON CPU, 8GB RAM, 2X146GB SCSI HDD, RAID-1, DVD, 4 PORT GIG E NIC, MS WINDOWS SERVER 2008 R2, HP 3-YEAR NEXT DAY SUPPORT MHW-WZ4R2-EEUS EXTREME EDITION WORKSTATION, 1X QUAD -CORE INTEL XEON E5-1650 3.2GHZ QUAD CORE CPU, 8GB ECC RAM, 1X500GB SATA HDD, BLUE -RAY WRITER, AMD FIREPRO 2GB GRAPHICS WITH 4 (DISPLAY PORT) OUTPUTS, SUPPORTS QUAD DISPLAY, SERIAL PORT ADAPTER; MS WINDOWS 7, HP 3-YEAR NEXT DAY SUPPORT MHW-WZ4R2-HEUS HIGH PERFORMANCE WORKSTATION, 1X QUAD -CORE INTEL XEON E5-1620 3.6GHZ QUAD CORE CPU, 8GB ECC RAM, 1X500GB SATA HDD, DVD-RW, NVIDIA QUADRO 4000 2GB GRAPHICS WITH 1 DUAL -LINK DVI-1 AND 2 DP (DISPLAY PORT) OUTPUT, SUPPORTS DUAL DISPLAY, SERIAL PORT ADAPTER., MS WINDOWS 7, HP 3-YEAR NEXT DAY SUPPORT MIC-10M-S 10M SHIELDED COMPOSITE CABLE WITH PLUG FOR POWER, DATA & VIDEO MIC-115PSU-2 MIC POWER SUPPLY, 120VAC, 50/60HZ, FOR MIC400/440/412/550/612 MIC-24OPSU-2 MIC POWER SUPPLY, 230VAC, 50/60HZ, FOR MIC400/440/412/550/612 MIC-24PSU-2 MIC POWER SUPPLY, 24VAC, 50/60HZ, FOR MIC400/440/412/550/612 MIC400ALGUP13618N MIC1 -400 ALUMINUM PTZ, GREY, UPRIGHT MOUNT, BOSCH PROTOCOL, WIPER, HEATER,181, NTSC MIC-400-RWAB MIC400 REPLACEMENT SILICONE WIPER ASSEMBLY BLACK MIC-400-RWAC MIC400 REPLACEMENT SILICONE WIPER ASSEMBLY CLEAR (FOR WHITE AND GREY) MIC-400-RWAS MIC400 REPLACEMENT SILICONE WIPER ASSEMBLY STAINLESS STEEL MIC400STSCP13518N MIC1-400 STAINLESS STEEL, CANTED MOUNT, BOSCH PROTOCOL, WIPER/HEATER, PRIVACY MASKING, 18:1, NTSC MIC400STSCP13536N MIC1-400 STAINLESS STEEL, CANTED MOUNT, BOSCH PROTOCOL, WIPER/HEATER, PRIVACY MASKING, 36:1, NTSC MIC400STSUP13536N MIC1-400 STAINLESS STEEL, UPRIGHT MOUNT, BOSCH PROTOCOL, WIPER/HEATER, PRIVACY MASKING, 36:1, NTSC MIC-412-RWAB MIC612/412 REPLACEMENT SILICONE WIPER ASSEMBLY BLACK MIC-412-RWAC MIC612/412 REPLACEMENT SILICONE WIPER ASSEMBLY CLEAR (FOR WHITE AND GREY) MIC412SUNSHIELD SUNSHIELD KIT FOR MIC412, WHITE MIC412TIBUP13636N MIC1-412 THERMAL 9Hz, BLACK, UPRIGHT MOUNT, BOSCH PROTOCOL, WIPER/HEATER, 36:1, NTSC MIC440AXBUA14618N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, AD PROTOCOL, WIPER, 18:1, NTSC MIC440AXBUA14636N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, AD PROTOCOL, WIPER, 36:1, NTSC MIC440AXBUD14618N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, PELCO PROTOCOL, WIPER, 18:1, NTSC MIC440AXBUD14636N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, PELCO PROTOCOL, WIPER, 36:1, NTSC MIC440AXBUL14618N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, VCL PROTOCOL, WIPER, 18:1, NTSC MIC440AXBUL14636N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, VCL PROTOCOL, WIPER, 36:1, NTSC MIC440AXBUP14618N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, BOSCH PROTOCOL, WIPER, 18:1, NTSC MIC440AXBUP14636N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, BOSCH PROTOCOL, WIPER, 36:1, NTSC MIC440AXBUW14618N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, FV PROTOCOL, WIPER, 18:1, NTSC MIC440AXBUW14636N MIC-440 EXPLOSION PROTECTED, BLACK, UPRIGHT MOUNT, FV PROTOCOL, WIPER, 36:1, NTSC MIC440AXWUA14618N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, AD PROTOCOL, WIPER, 18:1, NTSC MIC440AXWUA14636N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, AD PROTOCOL, WIPER, 36:1, NTSC MIC440AXWUD14636N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, PELCO PROTOCOL, WIPER, 36:1, NTSC MIC440AXWUL14618N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, VCL PROTOCOL, WIPER, 18:1, NTSC MIC440AXWUL14636N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, VCL PROTOCOL, WIPER, 36:1, NTSC MIC440AXWUP14618N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, BOSCH PROTOCOL, WIPER, 18:1, NTSC MIC440AXWUP14636N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, BOSCH PROTOCOL, WIPER, 36:1, NTSC MIC440AXWUW14618N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, FV PROTOCOL, WIPER, 18:1, NTSC MIC440AXWUW14636N MIC-440 EXPLOSION PROTECTED, WHITE, UPRIGHT MOUNT, FV PROTOCOL, WIPER, 36:1, NTSC MIC440SUNSHIELD SUNSHIELD KIT FOR MIC440 IN WHITE MIC-550ALB28N MIC550 ALUMINUM 28X, DAY/NIGHT, PTZ, BLACK, NTSC MIC-550ALB36N MIC550 ALUMINUM 36X, DAY/NIGHT, PTZ, BLACK, NTSC MIC-550ALW28N MIC550 ALUMINUM 28X, DAY/NIGHT, PTZ, WHITE, NTSC MIC-550ALW36N MIC550 ALUMINUM 36X, DAY/NIGHT, PTZ, WHITE, NTSC MIC-550IRB28N MIC550 IR 28X, DAY/NIGHT, PTZ, BLACK, NTSC MIC-550IRB36N MIC550 IR 36X, DAY/NIGHT, PTZ, BLACK, NTSC MIC-550IRW28N MIC550 IR 28X, DAY/NIGHT, PTZ, WHITE, NTSC MIC-550IRW36N MIC550 IR 36X, DAY/NIGHT, PTZ, WHITE, NTSC MIC-612HFALB36N MIC DUAL THERMAL, PTZ HIGH RESOLUTION, 50MM lens, 30HZ BLACK 36X NTSC, EXPORT CONTROLLED MIC-612HIALB36N MIC DUAL THERMAL, PTZ HIGH RESOLUTION, 50MM LENS, 7.5HZ BLACK 36X NTSC MIC-612TFALB36N MIC DUAL THERMAL, PTZ STANDARD RESOLUTION, 35MM LENS, 30HZ BLACK 36X NTSC, EXPORT CONTROLLED MIC-612TFALD36N MIC DUAL THERMAL, PTZ STANDARD RESOLUTION, 35MM LENS, 30HZ SAND 36X NTSC, EXPORT CONTROLLED MIC-612TFALW36N MIC DUAL THERMAL, PTZ STANDARD RESOLUTION, 35MM LENS, 30HZ WHITE 36X NTSC, EXPORT CONTROLLED MIC-612TIALB36N MIC DUAL THERMAL, PTZ STANDARD RESOLUTION, 35MM LENS, 7.5HZ BLACK 36X NTSC MIC-612TIALW36N MIC DUAL THERMAL, PTZ STANDARD RESOLUTION, 35MM LENS, 7.5HZ WHITE 36X NTSC MIC-ALM 8 INPUT ALARM AND WASHER PUMP CARD FOR MIC400 PSU (NON IR VERSIONS) MIC-BP3 EXTERNAL BI-PHASE TO RS-485 CONVERTER DEVICE MIC-BP4 BI-PHASE CONVERTER FOR MIC400 PSU MIC-CABLE-10M RUGGED CABLE FOR MIC SERIES 10M (32FT) SHIELDED MIC-CABLE-20M RUGGED CABLE FOR MIC SERIES 20M (62FT) SHIELDED MIC-CABLE-25M RUGGED CABLE FOR MIC SERIES 25M (82FT) SHIELDED MIC-CABLE-2M RUGGED CABLE FOR MIC SERIES 2M (6FT) SHIELDED MIC-CMB CORNER MOUNT BRACKET -BLACK MIC-CMB-BD MIC550/MIC612 CORNER MOUNT BRACKET BLACK MIC-CMB-G CORNER MOUNT BRACKET GREY MIC-CMB-S CORNER MOUNT BRACKET STAINLESS STEEL MIC-CMB-W CORNER MOUNT BRACKET WHITE MIC-CMB-WD MIC550/MIC612 CORNER MOUNT BRACKET WHITE MIC-DCA DEEP CONDUIT ADAPTER FOR 4" PCD BASE - BLACK MIC-DCA-BD MIC550/MIC612 DEEP CONDUIT ADAPTER BLACK MIC-DCA-G DEEP CONDUIT ADAPTER GREY MIC-DCA-S DEEP CONDUIT ADAPTER STAINLESS STEEL MIC-DCA-W DEEP CONDUIT ADAPTER WHITE MIC-DCA-WD MIC550/MIC612 DEEP CONDUIT ADAPTER WHITE MIC-IPIR-PS-115 MIC IP IR POWER SUPPLY, 115VAC, 50/60HZ; FOR MIC550 IR MIC-IPIR-PS-24 MIC IF IR POWER SUPPLY, 24VAC, 50/60HZ; FOR MIC550 IR MIC-IP-PS-115 MIC IP POWER SUPPLY, 115VAC, 50/60HZ; FOR MIC550 AND MIC612 SERIES MIC-IP-PS-230 MIC IP POWER SUPPLY, 230VAC, 50/60HZ; FOR MIC550 AND MIC612 SERIES MIC-IP-PS-24 MIC IP POWER SUPPLY, 24VAC, 50/60HZ; FOR MIC550 AND MIC612 SERIES MIC-IR-115PSU-UL 115V AC to 18V AC MIC400-IR AND MIC400-PA POWER SUPPLY MIC-IR-24OPSU-UL 230V AC to 18V AC MIC400-IR AND MIC400-PA POWER SUPPLY MIC-IR-24PSU-UL 24V AC to 18V AC MIC400-IR AND MIC400-PA POWER SUPPLY MIC-PMB POLE MOUNT BRACKET MIC-RWB MIC400 REPLACEMENT SILICONE WIPER BLADE MIC-SCA SHALLOW CONDUIT ADAPTER FOR 4" PCD BASE -BLACK MIC-SCA-BD MIC550/MIC612 SHALLOW CONDUIT ADAPTER BLACK MIC-SCA-G SHALLOW CONDUIT ADAPTER GREY MIC-SCA-S SHALLOW CONDUIT ADAPTER STAINLESS STEEL MIC-SCA-W SHALLOW CONDUIT ADAPTER WHITE MIC-SCA-WD MIC550/MIC612 SHALLOW CONDUIT ADAPTER WHITE MIC-SPR WALL MOUNT SPREADER PLATE MIC-SPR-BD MIC550/MIC612 WALL MOUNT SPREADER PLATE BLACK MIC-SPR-S WALL MOUNT SPREADER PLATE STAINLESS MIC-SPR-W WALL MOUNT SPREADER PLATE WHITE MIC-SPR-WD MIC550/MIC612 WALL MOUNT SPREADER PLATE WHITE MIC-THERCBL-10M MIC612 SHIELDED THERMAL CAMERA CABLE, 10M MIC-THERCBL-20M MIC612 SHIELDED THERMAL CAMERA CABLE, 20M MIC-THERCBL-25M MIC612 SHIELDED THERMAL CAMERA CABLE, 25M MIC-THERCBL-2M MIC612 SHIELDED THERMAL CAMERA CABLE, 2M MICUSB485CVTR2 MIC SERIES USB TO RS485 CONVERTER MIC-WKT MIC WASHER KIT FOR NON INFRARED MODELS MIC-WKT-IR MIC WASHER KIT FOR INFRARED MODELS MIC-WMB-B WALL MOUNT BRACKET - BLACK MIC-WMB-BD MIC5501MIC612 WALL MOUNT BRACKET BLACK MIC-WMB-G WALL MOUNT BRACKET GREY MIC-WMB-S WALL MOUNT BRACKET STAINLESS STEEL MIC-WMB-W WALL MOUNT BRACKET WHITE MIC-WMB-WD MIC550/MIC612 WALL MOUNT BRACKET WHITE MINILL REPLACEMENT BULB KIT MF100 MTC-CORN-W CORNER ADAPTER FOR MTC-WUPH MTC-POLE-W POLE ADAPTER FOR MTC-WUPH MTC-PUPH PARAPET MOUNT FOR UPH SERIES HSPS INTEGRATED POSITIONING SYSTEM MTC-WUPH WALL MOUNT FOR UPH SERIES HSPS INTEGRATED POSITIONING SYSTEM MVC-FAPEX ARCHIVE PLAYER EXPORT LICENSE (E-LICENSE) MVC-FAPEX-D VIDOS ARCHIVE PLAYER LICENSE FOR EXPORT TOOL PER PC 10-PACK (E-LICENSE) MVC-FENC-AES BVIP AES 128-BIT ENCRYPTION SITE LICENSE, 1-PER INSTALLATION MVC-FIVA4-CAM IVA 4.0 FOR IP CAMERA MVC-FIVA4-ENC1 IVA 4.0 FOR SINGLE CHANNEL ENCODER MVC-FIVA4-ENC2 IVA 4.0 FOR DUAL CHANNEL ENCODER MVC-FIVA4-ENC4 IVA 4.0 FOR QUAD CHANNEL ENCODER MVM-BVRM-016 VRM SOFTWARE LICENSE, BASE SYSTEM WITH 16CH MVM-SVRM-BAK VRM SOFTWARE LICENSE, SECONDARY SERVER (BACKUP) MVM-XVRM-016 VRM SOFTWARE LICENSE, 16CH EXPANSION (E-LICENSE) MVM-XVRM-032 VRM SOFTWARE LICENSE, 32CH EXPANSION (E-LICENSE) MVM-XVRM-064 VRM SOFTWARE LICENSE, 64CH EXPANSION (E-LICENSE) MVM-XVRM-1024 VRM SOFTWARE LICENSE, 1024CH EXPANSION (E-LICENSE) MVM-XVRM-128 VRM SOFTWARE LICENSE, 128CH EXPANSION (E-LICENSE) MVM-XVRM-2048 VRM SOFTWARE LICENSE, 2048CH EXPANSION (E-LICENSE) MVM-XVRM-256 VRM SOFTWARE LICENSE, 256CH EXPANSION (E-LICENSE) MVM-XVRM-512 VRM SOFTWARE LICENSE, 512CH EXPANSION (E-LICENSE) MVS-MW MONITOR WALL SOFTWARE (E-LICENSE) NBC-455-21P IP CAMERA, 1/3-INCH, COLOR, H.264, NTSC, POE, SD CARD SLOT NBC-455-221P IP CAMERA, 1/3-INCH, COLOR, H.264, NTSC, POE, IVA FACTORY INSTALLED, SD CARD SLOT NBC-455-28 IP CAMERA, COLOR, NIGHTSENSE, 2.8-10MM,12VDC/24VAC,60HZ,POE, SD CARD SLOT NBC-455-28V IP CAMERA, COLOR, NIGHTSENSE, 2.8-10MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, SD CARD SLOT NBC-455-28W IP CAMERA, COLOR, NIGHTSENSE, 2.8-10MM, 12VDC/24VAC, 60HZ, POE, MOUNT, SD CARD SLOT NBC-455-28WV IP CAMERA, COLOR, NIGHTSENSE, 2.8-10MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, MOUNT, SD CARD SLOT NBC-455-55 IP CAMERA, COLOR, NIGHTSENSE, 5-50MM, 1 2VDC/24VAC,60HZ, POE, SD CARD SLOT NBC-455-55V IP CAMERA, COLOR, NIGHTSENSE, 5-50MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, SD CARD SLOT NBC-455-55W IP CAMERA, COLOR, NIGHTSENSE, 5-50MM, 12VDC/24VAC, 60HZ, POE, MOUNT, SD CARD SLOT NBC-455-55WV IP CAMERA, COLOR, NIGHTSENSE, 5-50MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, MOUNT, SD CARD SLOT NBN-498-21 P IP CAMERA, 1/3-INCH, 2X, DAY/NIGHT, WDR, H.264, NTSC, POE, SD CARD SLOT NBN-498-221P IP CAMERA, 1/3-INCH, 2X, DAY/NIGHT, WDR, H.264, NTSC, POE, IVA FACTORY INSTALLED, SD CARD SLOT NBN-498-28 IP CAMERA, DAY/NIGHT, 2X WDR, 2.8-11MM,12VDC/24VAC,60HZ,POE, SD CARD SLOT NBN-498-28V IP CAMERA, DAY/NIGHT, 2X WDR, 2.8-11MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, SD CARD SLOT NBN-498-28W IP CAMERA, DAY/NIGHT, 2X WDR, 2.8-11 MM, 12VDC/24VAC, 60HZ, POE, MOUNT, SD CARD SLOT NBN-498-28WV IP CAMERA, DAY/NIGHT, 2X WDR, 2.8-11MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, MOUNT, SD CARD SLOT NBN-498-75 IP CAMERA, DAY/NIGHT, 2X WDR, 7.5-50MM,12VDC/24VAC,60HZ,POE, SD CARD SLOT NBN-498-75V IP CAMERA, DAY/NIGHT, 2X WDR, 7.5-50MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, SD CARD SLOT NBN-498-75W IP CAMERA, DAY/NIGHT, 2X WDR, 7.5-50MM, 12VDC/24VAC, 60HZ, POE, MOUNT, SD CARD SLOT NBN-498-75WV IP CAMERA, DAY/NIGHT, 2X WDR, 7.5-50MM, 12VDC/24VAC, 60HZ, POE, IVA-PREPARED, MOUNT, SD CARD SLOT NBN-733V-IP IP CAMERA, 1 MP / HD 720p60, STARLIGHT, H.264, AUDIO, POE, SDXC CARD SLOT, IVA INSTALLED NBN-733V-P IP CAMERA, 1 MP / HD 720p60, STARLIGHT, H.264, AUDIO, POE, SDXC CARD SLOT NBN-832-18W IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT, 1.8-3MM, 24VAC, 60HZ, MOUNT NBN-832-18WV IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, POE, SD CARD SLOT, IVA INSTALLED, 1.8-3MM, 24VAC, 60HZ, MOUNT NBN-832-38W IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT, 3.8-13MM, 24VAC, 60HZ, MOUNT NBN-832-38WV IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, POE, SD CARD SLOT, IVA INSTALLED, 3.8-13MM, 24VAC, 60HZ, MOUNT NBN-832-94W IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT, 9-40MM, 24VAC, 60HZ, MOUNT NBN-832-94WV IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, POE, SD CARD SLOT, IVA INSTALLED, 9-40MM, 24VAC, 60HZ, MOUNT NBN-832V-IP IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT, IVA INSTALLED NBN-832V-P IP CAMERA, HD 1080p, DAY/NIGHT, H.264, AUDIO, MOTION+, POE, SD CARD SLOT NBN-932V-IP IP CAMERA, 2 MP / HD 1080p, DAY/NIGHT, HDR H.264, AUDIO, POE, SDXC CARD SLOT, IVA INSTALLED NDC-455V03-21P IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 2.8-10MM, H.264, NTSC, POE, RECESSED MT, SD CARD SLOT NDC-455V03-21PS IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 2.8-10MM, H.264, NTSC, POE, SMB, SD CARD SLOT NDC-455V03-221P IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 2.8-10MM, H.264, NTSC, POE, IVA factory installed, RECESSED MT, SD CARD SLOT NDC-455V03-221PS IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 2.8-10MM, H.264, NTSC, POE, IVA factory installed, SMB, SD CARD SLOT NDC-455V09-21 P IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 9-22MM, H.264, NTSC, POE, RECESSED MT, SD CARD SLOT NDC-455V09-21PS IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 9-22MM, H.264, NTSC, POE, SMB, SD CARD SLOT NDC-455V09-221P IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 9-22MM, H.264, NTSC, POE, IVA factory installed, RECESSED MT, SD CARD SLOT NDC-455V09-221PS IP FLEXIDOME, 1/3-INCH COLOR, NIGHTSENSE, 9-22MM, H.264, NTSC, POE, IVA factory installed, SMB, SD CARD SLOT NDN-498V03-21P IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 2.8-10MM, H.264, NTSC, POE, RECESSED MT, SD CARD SLOT NDN-498V03-21PS IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 2.8-10MM, H.264, NTSC, POE, SURFACE MT, SD CARD SLOT NDN-498V03-221P IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 2.8-10MM, H.264, NTSC, POE, IVA factory installed, RECESSED MT, SD CARD SLOT NDN-498V03-221PS IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 2.8-10MM, H.264, NTSC, POE, IVA factory installed, SURFACE MT, SD CARD SLOT NDN-498V06-221PS IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 6-50MM, H.264, NTSC, -POE, IVA INSTALLED, SURFACE MT, SD CARD SLOT NDN-498V09-21P IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 9-22MM, H.264, NTSC, POE, RECESSED MT, SD CARD SLOT NDN-498V09-21 PS IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 9-22MM, H.264, NTSC, POE, SURFACE MT, SD CARD SLOT NDN-498V09-221P IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 9-22MM, H.264, NTSC, POE, IVA factory installed, RECESSED MT, SD CARD SLOT NDN-498V09-221PS IP FLEXIDOME, 2X DAY/NIGHT, 1/3-INCH, 9-22MM, H.264, NTSC, POE, IVA factory installed, SURFACE MT, SD CARD SLOT NDN-733V02-IP IP FLEXIDOME RD, 1 MP / HD 720p60, STARLIGHT, 1.8-3MM, H.264, AUDIO, POE, SDXC CARD SLOT, IVA INSTALLED NDN-733V02-P IP FLEXIDOME RD, 1 MP / HD 720p60, STARLIGHT, 1.8-3MM, H.264, AUDIO, POE, SDXC CARD SLOT NDN-733V03-IP IP FLEXIDOME RD, 1 MP / HD 720p60, STARLIGHT, 3.8-13MM AUDIO, POE, SDXC CARD SLOT, IVA INSTALLED NDN-733V03-P IP FLEXIDOME RD, 1 MP / HD 720p60, STARLIGHT, 3.8-13MM AUDIO, POE, SDXC CARD SLOT NDN-733V09-IP IP FLEXIDOME RD, 1 MP / HD 720p60, STARLIGHT, 9-40MM AUDIO, POE, SDXC CARD SLOT, IVA INSTALLED NDN-733V09-P IP FLEXIDOME RD, 1 MP / HD 720p60, STARLIGHT, 9-40MM AUDIO, POE, SDXC CARD SLOT NDN-832V02-IP IP FLEXIDOME, HD 1080p, DAY/NIGHT, 1.8-3MM, H.264, AUDIO, POE, IVA INSTALLED, SD CARD SLOT NDN-832V02-P IP FLEXIDOME, HD 1080p, DAY/NIGHT, 1.8-3MM, H.264, AUDIO, POE, MOTION+, SD CARD SLOT NDN-832V03-IP IP FLEXIDOME, HD 1080p, DAY/NIGHT, 3.8-13MM, H.264, AUDIO, POE, IVA INSTALLED, SD CARD SLOT NDN-832V03-P IP FLEXIDOME, HD 1080p, DAY/NIGHT, 3.8-13MM, H.264, AUDIO, POE, MOTION+, SD CARD SLOT NDN-832V09-IP IP FLEXIDOME, HD 1080p, DAY/NIGHT, 9-40MM, H.264, AUDIO, POE, IVA INSTALLED, SD CARD SLOT NDN-832V09-P IP FLEXIDOME, HD 1080p, DAY/NIGHT, 9-40MM, H.264, AUDIO, POE, MOTION+, SD CARD SLOT NDN-921 V03-IP IP FLEXIDOME, HD 720p, DAY/NIGHT, 3-9MM, H.264, AUDIO, POE, IVA INSTALLED, RECESSED MT, SD CARD SLOT NDN-921V03-IPS IP FLEXIDOME, HD 720p, DAY/NIGHT, 3-9MM, H.264, AUDIO, POE, IVA INSTALLED, SURFACE MT, SD CARD SLOT NDN-932V02-IP IP FLEXIDOME, 2 MP / HD 1080p, DAY/NIGHT, HDR, 1.8-3MM, H.264, AUDIO, POE, IVA INSTALLED, SDXC CARD SLOT NDN-932V03-IP IP FLEXIDOME, 2 MP / HD 1080p, DAY/NIGHT, HDR, 3.8-13MM, H.264, AUDIO, POE, IVA INSTALLED, SDXC CARD SLOT NDN-932V09-IP IP FLEXIDOME, 2 MP / HD 1080p, DAY/NIGHT, HDR, 9-40MM, H.264, AUDIO, POE, IVA INSTALLED, SDXC CARD SLOT NEA-IP200B-FS3 EXTREME -SERIES IVA 3.0 VCA LICENSE NEC-360F02-21W IP.VANDAL PROOF CORNER CAM, 1/3" HI-RES COLOUR, 520TVL, 2.5MM LENS, NTSC NEI-308V05-23WE IP IR IMAGER; DINION 850NM, NTSC NEI-309V05-23WE IP IR IMAGER, DINION 940NM, NTSC NEI-368F02-21W IP VANDAL PROOF CORNER CAM, 1/3" EXTENDED DAY/NIGHT, 550/570TVL, 850NM IR, 2.5MM LENS, NTSC NEI-3691`02-21W IP VANDAL PROOF CORNER CAM, 1/3" EXTENDED DAY/NIGHT, 550/570TVL, 940NM IR, 2.5MM LENS, NTSC NER-L2R1-2 DINION CAPTURE 5000 IP LICENSE PLATE READER WITH LED CAMERA, 12.5-21FT CAPTURE RANGE, NTSC, W/BRACKET NER-L2R2-2 DINION CAPTURE 5000 IP LICENSE PLATE READER WITH LED CAMERA, 18-30FT CAPTURE RANGE, NTSC, W/BRACKET NER-L2R3-2 DINION CAPTURE 5000 IP LICENSE PLATE READER WITH LED CAMERA, 26-45FT CAPTURE RANGE, NTSC, W/BRACKET NER-L2R4-2 DINION CAPTURE 5000 IP LICENSE PLATE READER WITH LED CAMERA, 37-64FT CAPTURE RANGE, NTSC, W/BRACKET NER-L2R5-2 DINION CAPTURE 5000 IP LICENSE PLATE READER WITH LED CAMERA, 54-92FT CAPTURE RANGE, NTSC, W/BRACKET NIN-733-VO31P FLEXIDOME HD 720p60 starlight VR 3-9MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED NIN-733-VO31PS FLEXIDOME HD 720p60 starlight VR 3-9MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED, SMB NIN-733-V03P FLEXIDOME HD 720p60 startlight VR 3-9MM SR -LENS, SDXC CARD SLOT NIN-733-V03PS FLEXIDOME HD 720p60 starlight VR 3-9MM SR -LENS, SDXC CARD SLOT, SMB NIN-733-V101P FLEXIDOME HD 720p60 starlight VR 10-23MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED NIN-733-V101PS FLEXIDOME HD 720p60 starlight VR 10-23MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED, SMB NIN-733-V10P FLEXIDOME HD 720p60 startlight VR 10-23MM SR -LENS, SDXC CARD SLOT NIN-733-V10PS FLEXIDOME HD 720p60 starlight VR 10-23MM SR -LENS, SDXC CARD SLOT, SMB NIN-832-VO31P FLEXIDOME HD 1080p VR 3-9MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED NIN-832-VO31PS FLEXIDOME HD 1080p VR 3-9MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED, SMB NIN-832403P FLEXIDOME HD 1080p VR 3-9MM SR -LENS, SDXC CARD SLOT NIN-832-V03PS FLEXIDOME HD 1080p VR 3-9MM SR -LENS, SDXC CARD SLOT, SMB NIN-832-V10►P FLEXIDOME HD 1080p VR 10-23MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED NIN-832-V101PS FLEXIDOME HD 1080p VR 10-23MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED, SMB NIN-832-V10P FLEXIDOME HD 1080p VR 10-23MM SR -LENS, SDXC CARD SLOT NIN-832-V10PS FLEXIDOME HD 1080p VR 10-23MM SR -LENS, SDXC CARD SLOT, SMB NIN-932-VO31P FLEXIDOME HD 1080p30 HDR VR 3-9MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED NIN-932-VO31PS FLEXIDOME HD 1080p30 HDR VR 3-9MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED, SMB NIN-932-V101P FLEXIDOME HD 1080p30 HDR VR 10-23MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED NIN-932-V101PS FLEXIDOME HD 1080p30 HDR VR 10-23MM SR -LENS, SDXC CARD SLOT, IVA INSTALLED, SMB NPD-6001A MIDSPAN, SINGLE PORT, 60W, AC IN NUC-50022-F2 1080p IP MICRODOME, EDN, 2.5MM UW-FOV, AUDIO, MOTION+, MICRO SDXC SLOT, VANDAL - RESISTANT, IP66, INDOORIOUTDOOR, 12VDC/24VDC/POE NUC-50022-F2M 1080p IP MICRODOME, EDN, 2.5MM UW-FOV, AUDIO, MOTION+, MICRO SDXC SLOT, VANDAL - RESISTANT, IP66, INDOOR/OUTDOOR, INTERIOR VEHICLE MOUNTING, POE NUC-50051-F2 5 MP IP MICRODOME, EDN, 2.5MM UW-FOV, AUDIO, MOTION+, MICRO SDXC SLOT, VANDAL - RESISTANT, IP66, INDOOR/OUTDOOR, 12VDC/24VDC/POE NUC-50051-F2M 5 MP IP MICRODOME, EDN, 2.5MM UW-FOV, AUDIO, MOTION+, MICRO SDXC SLOT, VANDAL - RESISTANT, IP66, INDOOR/OUTDOOR, INTERIOR VEHICLE MOUNTING, POE PSU-124-DC050 UNIVERSAL POWER SUPPLY 24V DC 50W PSU-224-DC100 UNIVERSAL ILLUMINATOR POWER SUPPLY 2X24V DC 100W FOR AEGIS UFLED AND SUPERLED REG-X-816-XE REG X CLOSE RANGE LICENSE PLATE READER, 16MM LENS MONO, 15-25 FT, PSU SEPARATE S1374 ADAPTER - CONVERTS C MOUNT LENS TO CS MOUNT CAMERA S1381 ADAPTER - CONVERTS 6 PIN LENS CONNECTOR (D6) TO 4 PIN (EIA-J) CONNECTOR S1385 GUI CONTROL CABLE FOR SYSTEM4 S1460 1-METER SERVICE/MONITOR CABLE FOR FLEXIDOME VF, XT+, XF AND DN SERIES SFP-2 SFP FIBER MODULE, MULTI -MODE, 1310NM, 2KM DISTANCE, 2LC FIBER CONNECTORS SFP-25 SFP FIBER MODULE, MULTI -MODE, 1310/1550NM, 2KM DISTANCE, 1 SC FIBER CONNECTOR SFP-26 SFP FIBER MODULE, MM, 1550/1310NM, 2KM DISTANCE, 1SC FIBER CONNECTOR SFP-3 SFP FIBER MODULE, SINGLE MODE, 1310NM, 20KM DISTANCE, 2LC FIBER CONNECTORS SLED10-813D SuperLED 3D DIFFUSER 850nm 10 degrees Excludes PSU SLED10-913D SuperLED 3D DIFFUSER 940nm 10 degrees Excludes PSU SLED10-WBD AEGIS SUPERLED WHITE LIGHT 10 DEGREE BEAM SLED120-813D SuperLED 3D DIFFUSER 850nm 120 degrees Excludes PSU SLED20-813D SuperLED 3D DIFFUSER 850nm 20 degrees Excludes PSU SLED30-813D SuperLED 3D DIFFUSER 850nm 30 degrees Excludes PSU SLED30-913D SuperLED 3D DIFFUSER 940nm 30 degrees Excludes PSU SLED30-WBD AEGIS SUPERLED WHITE LIGHT 30 DEGREE BEAM SLED60-813D SuperLED 3D DIFFUSER 850nm 60 degrees Excludes PSU SLED60-913D SuperLED 3D DIFFUSER 940nm 60 degrees Excludes PSU SLED60-WBD AEGIS SUPERLED WHITE LIGHT 60 DEGREE BEAM SLED95-813D SuperLED 3D DIFFUSER 850nm 95 degrees Excludes PSU ST660 MOUNT, LCD 32-INCH TO 60-INCH, WALL, TILT, BLACK TC8235GIT GROUND LOOP ISOLATION TRANSFORMER TC9201 MOUNT, INDOOR, 8-INCH, 20 LB MAX LOAD, BLACK FINISH TC9208 MOUNT, INDOOR, 8-INCH, 9 LB MAX LOAD, ALUMINUM FINISH TC921OU MOUNT, INDOOR, UNIVERSAL WALUCEILING GRID, 10 LB MAX LOAD, OFF-WHITE FINISH TC921OUS MOUNT, INDOOR, UNIVERSAL WALUCEILING GRID, 10 LB MAX LOAD, ALUMINUM FINISH TC9212 MOUNT, INDOOR, 9.6-INCH TO 16.3-INCH, 22 LB MAX LOAD, ALUMINUM/BLACK FINISH TC9311 PM3T INSTALLATION TOOL FOR TC9311 PM3, LTC 9213 & LTC 9225 POLE MOUNT ADAPTERS TC9376H HOUSING, INDOOR, DROP CEILING MOUNT, 360 DEGREE ROTATION UFLED10-813D AEGIS INTELLIGENT- IRTM UFLED ILLUMINATOR, 100, 850NM UFLED10-913D AEGIS INTELLIGENT- IR TM UFLED ILLUMINATOR, 100, 940NM UFLED10-WBD AEGIS INTELLIGENT WHITE LIGHTTM UFLED ILLUMINATOR, 100 UFLED120-813D AEGIS INTELLIGENT-IRTA4 UFLED ILLUMINATOR, 1200, 850NM UFLED120-WBD AEGIS INTELLIGENT WHITE LIGHTTM UFLED ILLUMINATOR, 1200 UFLED20-813D AEGIS INTELLIGENT- IR TM UFLED ILLUMINATOR, 200, 850NM UFLED20-913D AEGIS INTELLIGENT- IRTM UFLED ILLUMINATOR, 200, 940NM UFLED20-WBD AEGIS INTELLIGENT WHITE LIGHTTM UFLED ILLUMINATOR, 200 UFLED30-813D AEGIS INTELLIGENT-IRTM UFLED ILLUMINATOR, 300, 850NM UFLED30-913D AEGIS INTELLIGENT-IRTM UFLED ILLUMINATOR, 300, 940NM UFLED30-WBD AEGIS INTELLIGENT WHITE LIGHTTM UFLED ILLUMINATOR, 300 UFLED60-813D AEGIS INTELLIGENT-IRTM UFLED ILLUMINATOR, 600, 850NM UFLED60-913D AEGIS INTELLIGENT-IRTM UFLED ILLUMINATOR, 60°, 940NM UFLED60-WBD AEGIS INTELLIGENT WHITE LIGHTTM UFLED ILLUMINATOR, 600 UFLED95-813D AEGIS INTELLIGENT-IRTM UFLED ILLUMINATOR, 950, 850NM UFLED95-9BD AEGIS INTELLIGENT-IRTM UFLED ILLUMINATOR, 950, 940NM .UFLED95-WBD AEGIS INTELLIGENT WHITE LIGHTTM UFLED ILLUMINATOR, 950 UFLED-CI-5M 5M (16.4FT) REMOTE TELEMETRY OR DAY -NIGHT SWITCHING CABLE FOR AEGIS UFLED UFLED-CL-1 M 1 M (3.3FT) TELEMETRY LINK CABLE FOR AEGIS UFLED UHI-OG-0 HOUSING, INDOOR, FOR CAMERA/LENS TO 12.5-INCH UHI-OGS-0 HOUSING, INDOOR, SUNSHIELD INCLUDED UHI-SBG-0 HOUSING, INDOOR, INCLUDES MOUNT UHO-HBGS-10 HOUSING, OUTDOOR, IP66/NEMA-4X, w/HEATER, BLOWER, SUNSHIELD, 24VAC, 50/60HZ UHO-HBGS-60 HOUSING, OUTDOOR, IP66/NEMA-4X, w/HEATER, BLOWER, SUNSHIELD, 120VAC, 50/60HZ UHO-HBPS-10 HOUSING, OUTDOOR, IP66/NEMA-4X, WHEATER, BLOWER, SUNSHIELD, 4 PIN, 24VAC, 50/60HZ UHO-HGS-10 HOUSING, OUTDOOR, IP66/NEMA-4X, w/HEATER, SUNSHIELD, 24VAC, 50/60HZ UML-151-90 15-INCH COLOR LCD MONITOR, 3D IMAGE, 500 TVL, 1024 X 768 RESOLUTION, VGA, CVBS, AUDIO, 120/230VAC, 50/60 HZ UML-171-90 17-INCH COLOR LCD MONITOR, 3D IMAGE, 500 TVL, 1280 x 1024 RESOLUTION, VGA, CVBS, AUDIO, 120/230VAC, 50/60 HZ UML-172-90 17-INCH COLOR LCD MONITOR, 1280 X 1024 RESOLUTION, VGA, DVI, HDMI, CVBS, AUDIO, 120/230VAC, 50/60 HZ UML-191-90 19-INCH COLOR LCD MONITOR, 3D IMAGE, 500 TVL, 1280 X 1024 RESOLUTION, VGA, CVBS, AUDIO, 120/230VAC, 50/60 HZ UML-192-90 19-INCH COLOR LCD MONITOR, 1280 X 1024 RESOLUTION, VGA, DVI, HDMI, CVBS, AUDIO, 120/230VAC, 50160 HZ UML-19P-90 19-INCH COLOR LCD MONITOR, 1280 X 1024 RESOLUTION, VGA, DVI, AUDIO, 120/230VAC, 50/60 HZ UML-202-90 20-INCH COLOR LCD MONITOR, 1600 X 1200 RESOLUTION, VGA, DVI, HDMI, CVBS, AUDIO, 120/230VAC, 50/60 HZ UML-273-90 27-INCH FULL HD COLOR LED MONITOR, 1920 x 1080 RESOLUTION, VGA, DVI, HDMI, CVBS, AUDIO, 120/230VAC, 50/60 HZ, STAND SOLD SEPARATE UML-323-90 32-INCH FULL HD COLOR LED MONITOR, 1920 x 1080 RESOLUTION, VGA, DVI, HDMI, CVBS, AUDIO, 120/230VAC, 50/60 HZ, STAND SOLD SEPARATE UML-423-90 42-INCH FULL HD COLOR LED MONITOR, 1920 x 1080 RESOLUTION, VGA, DVI, HDMI, CVBS, AUDIO, 120/230VAC, 50/60 HZ, 50/60 HZ, STAND SOLD SEPARATE UML-553-90 55-INCH FULL HD COLOR LED MONITOR, 1920 x 1080 RESOLUTION, VGA, DVI, HDMI, CVBS, AUDIO, 120/230VAC, 50/60 HZ, 50160 HZ, STAND SOLD SEPARATE UMM-LCDUB-RM RACK MOUNT BRACKET, SUPPORTS DUAL 8.4-INCH AND SINGLE 8.4 TO 19-INCH UMM-LED32-SD TABLE STAND FOR UML-323 32" LED MONITOR, BLACK UMM-LED42-SD TABLE STAND FOR UML-553 AND 423 LED MONITOR UMM-LW-20B MONITOR MOUNT, WALL, FIXED, FOR LCD MONITORS UP TO 26-INCHES, SUPPORT UP TO 26.5 LBS (12kg) UMM-LW-30B MONITOR MOUNT, WALL, TILT/SWIVEL, FOR LCD MONITORS 26-INCHES, SUPPORT UP TO 26.5 LBS (12kg) UMM-WMT-32 TILT WALL MOUNT FOR UML-323 32" LED MONITOR. BLACK UNIPF REPLACEMENT BULB KIT UF500 UPA-1216-50 POWER SUPPLY INPUT, 100-240 VAC, 50-60 HZ; OUTPUT: 12 DC 1.25A UPA-1220-60 POWER SUPPLY, 120VAC 60Hz, 12VDC 1A OUTPUT UPA-12300-60 POWER SUPPLY,120 VAC 60Hz INPUT, 12VDC 300mA OUTPUT UPA-1509-60 POWER SUPPLY, 1 20VAC 6bHz, 15VDC 9VA OUTPUT UPA-2410-60 POWER SUPPLY,120 VAC 60 Hz INPUT, 24 VAC 10 VA OUTPUT UPA-2430-60 POWER SUPPLY, 120VAC, 60HZ INPUT, 24VAC, 60HZ, 30VA OUTPUT UPA-2450-60 POWER SUPPLY, 120VAC 60Hz INPUT, 24VAC 50VA OUTPUT UPH-C485N-L8120 CAMERA/LENS SLED ASSEMBLY FOR HSPS INCLUDES LTC 0485 DINION XF 1/3-INCH NTSC WDR COLOR CAMERA AND LTC 3293/30 8-120MM ZOOM LENS UPH-C498N-L8120 CAMERA/LENS SLED ASSEMBLY FOR HSPS INCLUDES LTC 0498 DINION 2X 1/3-INCH NTSC DIN COLOR CAMERA AND LTC 3293/30 8-120MM ZOOM LENS UPH-C498N-L8585 CAMERA/LENS SLED ASSEMBLY FOR HSPS INCLUDES LTC 0498 DINION 2X 1/3-INCH NTSC DIN CAMERA AND LTC 3783/51 8.5-85MM IR CORRECTED ZOOM LENS UPH-C498N-L86154 CAMERA/LENS ASSEMBLY FOR HSPS INCLUDES LTC 0498 DINION 2X 1/3" 540 TVL DIN CAMERA AND 8.6-154MM IR CORRECTED ZOOM LENS, NTSC UPH-C610N-L8120 CAMERA/LENS SLED ASSEMBLY FOR HSPS INCLUDES LTC 0610 DINION XF 1/2-INCH NTSC WDR COLOR CAMERA AND LTC 3293/30 8-120MM ZOOM LENS UPH-C630N-L8120 CAMERA/LENS SLED ASSEMBLY FOR HSPS INCLUDES LTC 0630 DINION 2X 1/2-INCH NTSC DIN COLOR CAMERA AND LTC 3293/30 8-120MM ZOOM LENS UPH-C630N-1-8585 CAMERA/LENS SLED ASSEMBLY FOR HSPS INCLUDES LTC 0630 DINION 2X 1/2-INCH NTSC DIN CAMERA AND LTC 3783/51 8.5-85MM IR CORRECTED ZOOM LENS UPH-C630N-L86154 CAMERA/LENS ASSEMBLY FOR HSPS INCLUDES LTC 0630 DINION 2X 1/2" 540 TVL DIN CAMERA AND 8.6-154MM IR CORRECTED ZOOM LENS, NTSC UPH-HD-230 HSPS INTEGRATED POSITIONING SYSTEM BASE WITH EMPTY HOUSING FOR DINION CAMERA/LENS ASSEMBLY NO WIPER, 230VAC UPH-HD-24 HSPS INTEGRATED POSITIONING SYSTEM BASE WITH EMPTY HOUSING FOR DINION CAMERA/LENS ASSEMBLY NO WIPER, 24VAC UPH-HWD-120 HSPS INTEGRATED POSITIONING SYSTEM BASE WITH EMPTY HOUSING FOR DINION CAMERA/LENS ASSEMBLY INCLUDES WIPER, 120VAC UPH-HWD-230 HSPS INTEGRATED POSITIONING SYSTEM BASE WITH EMPTY HOUSING FOR DINION CAMERA/LENS ASSEMBLY INCLUDES WIPER, 230VAC UPH-HWD-24 HSPS INTEGRATED POSITIONING SYSTEM BASE WITH EMPTY HOUSING FOR DINION CAMERA/LENS ASSEMBLY INCLUDES WIPER, 24VAC (NO TRANSFORMER) UPH-HWDIR-24 HSPS INTEGRATED POSITIONING SYSTEM BASE WITH EMPTY HOUSING FOR DINION CAMERA/LENS ASSEMBLY INCLUDES IR BRACKET/WIRING AND WIPER, 24VAC (NO TRANSFORMER) VBC-4075-C21 DINION 1/3" 960H ELECTRONIC D/N, DWDR, NTSC LV VBN-4075-C21 DINION 1/3" 960H TRUE D/N, DWDR, NTSC LV VBN-5085-C21 DINION 1/3" 960H TRUE D/N, WDR, NTSC LV VCD-811-ICT 2MP / HD 1080P PTZ DOME FOR CONFERENCE SYSTEMS ONLY, CCL" VCD-811-IWT 2MP / HD 1080P PTZ DOME FOR CONFERENCE SYSTEMS ONLY, WHITE' VDA-445DMY-S FLEXIDOME DUMMY CAMERA, INDOOR, SURFACE MOUNTED VDA-445SMB SURFACE MOUNT BOX FOR FLEXIDOME-ANALOG VF MODELS VDA-455CBL CLEAR DOME, FOR FLEXIDOME SERIES VDA-455SMB SURFACE MOUNT BOX FOR FLEXIDOME-ANALOG VANDAL MODELS VDA-455SMB-IP SURFACE MOUNT BOX FOR FLEXIDOME-IP MODELS VDA-455TBL TINTED DOME, FOR FLEXIDOME SERIES VDA-455UTP BNC TO UTP TRANSCEIVER MODULE VDA-832FHD-PMT PENDANT PIPE MOUNT FOR FLEXIDOME IP 1080p VDA-832FHD-WMT WALL MOUNT FOR FLEXIDOME IP 1080p VDA-CMT-DOME CORNER MOUNT FOR FLEXIDOME, CONCAVE VDA-PLEN-DOME PLENUM -RATED IN -CEILING MOUNT KIT FOR IP FLEXIDOMES NDC-455, NDN-498, NDN-921, AND NIN SERIES; INCL ANALOG FLEXIDOMES VDC-455, VDC-485, VDN-498 SERIES VDA-PMTC-DOME PENDANT PIPE CAP ONLY FOR FLEXIDOME VDA-PMT-DOME PENDANT PIPE MOUNT FOR FLEXIDOME VDA-WMT-DOME WALL MOUNT FOR FLEXIDOME VDC-445V03-20S CAMERA FLEXIDOME-VF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/2.6-6MM F1.4 VARIFOCAL, WHITE, SMB VDC-445VO4-20S CAMERA FLEXIDOME-VF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/4-9MM F1.6 VARIFOCAL, WHITE, SMB VDC-445V09-20S CAMERA FLEXIDOME-VF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 9-22MM F1.4 VF LENS, WHITE, SMB VDC-455V03-20 CAMERA FLEXIDOME-XT+,COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/2.6-6MM F1.4 VARIFOCAL, WHITE VDC-455V03-20S CAMERA FLEXIDOME-XT+, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/2.6-6MM 171.4 VARIFOCAL, WHITE, SMB VDC-455VO4-20 CAMERA FLEXIDOME-XT+, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/3.7-12MM F1.6 VARIFOCAL, WHITE VDC-455VO4-20S CAMERA FLEXIDOME-XT+, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/3.7MM-12MM F1.6 VARIFOCAL, WHITE, SMB VDC-455V09-20 CAMERA FLEX] DOM E-XT+,COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 9-22MM F1.4 VF LENS, WHITE VDC-455V09-20S CAMERA FLEXIDOME-XT+, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 9-22MM F1.4 VF LENS, WHITE, SMB VDC-48OV03-20S CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 3-9.5MM F1.4 VF LENS, WHITE, SMB VDC-48OVO4-20S CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 3.7-12MM F1.4 VF LENS, WHITE, SMB VDC-480V09-20S CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 9-22MM F1.4 VF LENS, WHITE, SMB VDC-485V03-20 CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/3-9.5MM F1.0 VARIFOCAL, WHITE VDC-485V03-20S CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/3-9.5MM F1.0 VARIFOCAL, WHITE, SMB VDC-485VO4-20 CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/3.7-12MM F1.6 VARIFOCAL, WHITE VDC-485VO4-20S CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, W/3.7-12MM F1.6 VARIFOCAL, WHITE, SMB VDC-485V09-20 CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 9-22MM F1.4 VF LENS, WHITE VDC-485V09-20S CAMERA FLEXIDOME-XF, COLOR NTSC, 540TVL, 12VDC/24VAC 60HZ, 9-22MM F1.4 VF LENS, WHITE, SMB VDN-498V03-21 FLEXIDOME 2X, DAY/NIGHT, WDR, 540TVL, NTSC, 12VDC/24VAC, 60HZ, 2.8-10MM F1.2 VARIFOCAL, WHITE, RECESSED MOUNT VDN-498V03-21S FLEXIDOME 2X, DAY/NIGHT, WDR, 540TVL, NTSC, 12VDC/24VAC, 60HZ, 2.8-10MM F1.2 VARIFOCAL, WHITE, SURFACE MOUNT VDN-498V06-21 FLEXIDOME 2X, DAY/NIGHT, WDR, 540TVL, NTSC, 12VDC/24VAC, 60HZ, 6-50MM F1.4 VARIFOCAL, WHITE, RECESSED MOUNT VDN-498V06-21 S FLEXIDOME 2X, DAY/NIGHT, WDR, 540TVL, NTSC, 12VDC/24VAC, 60HZ, 6-50MM F1.4 VARIFOCAL, WHITE, SURFACE MOUNT VDN-498V09-21 FLEXIDOME 2X, DAY/NIGHT, WDR, 540TVL, NTSC, 12VDC/24VAC, 60HZ, 9-22MM F1.4 VARIFOCAL, WHITE, RECESSED MOUNT VDN-498V09-21S FLEXIDOME 2X, DAY/NIGHT, WDR, 540TVL, NTSC, 12VDC/24VAC, 60HZ, 9-22MM F1.4 VARIFOCAL, WHITE, SURFACE MOUNT VDN-5085-V321 FLEXIDOME 960H TRUE D/N WDR 2.8-10.5MM NTSC VDN-5085-V321S FLEXIDOME 960H TRUE D/N WDR 2.8-10.5MM NTSC+SMB VDN-5085-V921 FLEXIDOME 960H TRUE D/N WDR 9-22MM NTSC VDN-5085-V921 S FLEXIDOME 960H TRUE D/N WDR 9-22MM NTSC+SMB VDN-5085-VA21 FLEXIDOME 960H TRUE D/N WDR 18-50MM NTSC VDN-5085-VA21S FLEXIDOME 960H TRUE D/N WDR 18-50MM NTSC+SMB VEI-308V05-23W ANALOG IR IMAGER, DINION 850NM, NTSC VEI-309V05-23W ANALOG IR IMAGER, DINION 940NM, NTSC VEN-650V05-2A3 EX65 EXPLOSION PROTECTED CAMERA, ALUMINUM, DAY/NIGHT, 1/3-INCH CCD, 2X DSP, 5-50MM, NTSC, 12-24VDC/AC VEN-650V05-2A3F EX65 EXPLOSION PROTECTED CAMERA, ALUMINUM, DAY/NIGHT, 1/3-INCH CCD, 2X DSP, 5-50MM, NTSC, FIBER, 12-24VDC/AC VEN-650V05-2S3 EX65 EXPLOSION PROTECTED CAMERA, STAINLESS STEEL, DAY/NIGHT, 1/3-INCH CCD, 2X DSP, 5- 50MM, NTSC, 12-24VDC/AC VEN-650V05-2S3F EX65 EXPLOSION PROTECTED CAMERA, STAINLESS STEEL, DAY/NIGHT, 1/3-INCH CCD, 2X DSP, 5- 50MM, NTSC, FIBER, 12-24VDC/AC VER-D2R1-2 DINION CAPTURE 7000 DUAL LICENSE PLATE READER WITH LED CAMERA, 12.5-21 FT CAPTURE RANGE, NTSC, W/BRACKET VER-D2R2-2 DINION CAPTURE 7000 DUAL LICENSE PLATE READER WITH LED CAMERA, 18-30FT CAPTURE RANGE, NTSC, W/BRACKET VER-D2R3-2 DINION CAPTURE 7000 DUAL LICENSE PLATE READER WITH LED CAMERA, 26-45FT CAPTURE RANGE, NTSC, W/BRACKET VER-D2R4-2 DINION CAPTURE 7000 DUAL LICENSE PLATE READER WITH LED CAMERA, 37-64FT CAPTURE RANGE, NTSC, W/BRACKET VER-D2R5-2 DINION CAPTURE 7000 DUAL LICENSE PLATE READER WITH LED CAMERA, 54-92FT CAPTURE RANGE, NTSC, W/BRACKET VER-L2R1-2 DINION CAPTURE 5000 LICENSE PLATE READER WITH LED CAMERA, 12.5-21 FT CAPTURE RANGE, NTSC, W/BRACKET VER-L2R2-2 DINION CAPTURE 5000 LICENSE PLATE READER WITH LED CAMERA, 18-30FT CAPTURE RANGE, NTSC, W/BRACKET VER-L2R3-2 DINION CAPTURE 5000 LICENSE PLATE READER WITH LED CAMERA, 26-45FT CAPTURE RANGE, NTSC, W/BRACKET VER-1-2R4-2 DINION CAPTURE 5000 LICENSE PLATE READER WITH LED CAMERA, 37-64FT CAPTURE RANGE, NTSC, W/BRACKET VER-L2R5-2 DINION CAPTURE 5000 LICENSE PLATE READER WITH LED CAMERA, 54-92FT CAPTURE RANGE, NTSC, W/BRACKET VEZ-221-ECCE IP AUTODOME EASY II OUTDOOR NO IVA 10X COL NTSC CHARCOAL CLEAR DOME VEZ-221-ECCEIVA IP AUTODOME EASY II OUTDOOR IVA ENABLED 10X COL NTSC CHARCOAL CLEAR DOME VEZ-221-ECTE IP AUTODOME EASY 11 OUTDOOR NO IVA 10X COL NTSC CHARCOAL TINTED DOME VEZ-221-ECTEIVA IP IVA AUTODOME EZ2 OUT 10X NTSC CHAR TN VEZ-221-EWCEIVA IP AUTODOME EASY II OUTDOOR IVA ENABLED 10X COL NTSC WHITE CLEAR DOME VEZ-221-EWCS AUTODOME EASY 11 OUTDOOR 10X COL NTSC WHITE CLEAR DOME VEZ-221-ICCEIVA IP AUTODOME EASY II INDOOR IVA ENABLED 10X COL NTSC CHARCOAL CLEAR DOME VEZ-221-ICTEIVA IP AUTODOME EASY II INDOOR IVA ENABLED 10X COL NTSC CHARCOAL TINTED DOME VEZ-221-IWCEIVA IP AUTODOME EASY II INDOOR IVA ENABLED 10X COL NTSC WHITE CLEAR DOME VEZ-221-IWCS AUTODOME EASY II, 10X 530TVL COLOR NTSC MINIDOME PTZ CAMERA, INDOOR SURFACE MOUNT, WHITE, CLEAR BUBBLE 24VAC VEZ-221-IWTEIVA IP AUTODOME EASY II INDOOR IVA ENABLED 10X COL NTSC WHITE TINTED DOME VEZ-221-IWTS AUTODOME EASY 11, 10X 530TVL COLOR NTSC MINIDOME PTZ CAMERA, INDOOR SURFACE MOUNT, WHITE, TINTED BUBBLE 24VAC VEZ-523-EWCR AUTODOME 5000 960H, 36X DAY/NIGHT PTZ, OUTDOOR PENDANT, ANALOG, CLEAR RUGGED BUBBLE VEZ-523-IWCR AUTODOME 5000 960H, 36X DAY/NIGHT PTZ, INDOOR PENDANT, ANALOG, CLEAR RUGGED BUBBLE VEZ-A2-IC IN -CEILING MOUNT KIT FOR AUTODOME EASY II ANALOG AND IP SERIES CAMERAS VEZ-A2-JC AUTODOME EASY II SURFACE MOUNT ADAPTER, CHARCOAL VEZ-A2-JW AUTODOME EASY II SURFACE MOUNT ADAPTER, WHITE VEZ-A2-PC AUTODOME EASY II PIPE MOUNT, CHARCOAL VEZ-A2-PW AUTODOME EASY 11, PIPE MOUNT WHITE VEZ-A2-WC AUTODOME EASY II WALL MOUNT, CHARCOAL VEZ-A2-WW AUTODOME EASY II WALL MOUNT, WHITE VEZ-AS-PP AUTODOME 5000 PIPE MOUNT VEZ-AS-WL AUTODOME 5000 WALL MOUNT VEZ-SBUB-CL AUTODOME EASY II POLYCARBONATE RUGGED BUBBLE, CLEAR VEZ-SBUB-TI AUTODOME EASY II POLYCARBONATE RUGGED BUBBLE, TINTED VG4-523-ECE 5001 SERIES PTZ 26X D/N NTSC, ENVIRO ASSEMBLY, 24 VAC, IP CLEAR BUBBLE, NO MOUNT VG4-524-CCE 5001 SERIES PTZ 36X D/N NTSC, IN -CEILING, 24 VAC, IP CLEAR BUBBLE VG4-A-9541 MAST (POLE) MOUNT, FOR USE WITH PENDANT ARM STYLE POWER SUPPLIES VG4-A-9542 CORNER MOUNT, FOR USE WITH PENDANT ARM STYLE POWER SUPPLIES VG4-A-9543 AUTODOME PIPE MOUNT, WHITE VG4-A-PAO AUTODOME PENDANT ARM, 24 VAC (NO TRANSFORMER), WHITE VG4-A-PA1 AUTODOME PENDANT ARM, 120 VAC, WHITE VG4-A-PSUO AUTODOME MODULAR (G5) REMOTE POWER UNIT, 24 VAC, NEMA, WHITE VG4-A-PSU1 AUTODOME REMOTE POWER UNIT, 120 VAC (100W), NEMA, WHITE VG4-A-TSKIRT TRIM SKIRT, AUTODOME PSU BOX, WHITE VG4-FHWD-1 MOUNTING KIT FOR AUTODOME IP FIBER BOARD VG4-MHSG-NT AUTODOME MODULAR (G4) OUTDOOR PRESSURIZED PENDANT HOUSING, WHITE, TINTED HIGH RES BUBBLE VG4-MTRN-0 AUTODOME MODULAR (G4) STANDARD COMMUNICATIONS MODULE (FIXED MODELS) VG4-MTRN-C AUTODOME MODULAR (G4) ALTERNATIVE PROTOCOL MODULE COMMUNICATIONS MODULE (AD MANCHESTER, SENSORMATIC RS-422) VG4-MTRN-El AUTODOME MODULAR (G4) H.264 ETHERNET COMMUNICATIONS MODULE VG4-SFPSCKT ETHERNET TO SFP INTERFACE KIT FOR AUTODOME IP AND MIC IP SERIES VG4-SHTR-XT AUTODOME MODULAR (G4) HEATER MODULE EXTENDED TEMPERATURE RANGE VG5-161-CTO 100 SERIES FIXED 2.7-13.5MM/COLOR, NTSC, IN -CEILING, ANALOG, POLYCARBONATE TINTED BUBBLE VG5-161-PTO 100 SERIES FIXED 2.7-13.5MM/COLOR, NTSC, INDOOR PENDANT, ANALOG, TINTED ACRYLIC BUBBLE VG5-162-CTO 100 SERIES FIXED 2.7-13.5MM/DAY/N IG HT, NTSC, IN -CEILING, ANALOG, POLYCARBONATE TINTED BUBBLE VG5-162-ECO 100 SERIES FIXED 2.4-13MM/DAY/NIGHT, NTSC, OUTDOOR PENDANT, ANALOG, CLEAR ACRYLIC BUBBLE VG5-162-PTO 100 SERIES FIXED 2.7-13.5MM/DAY/NIGHT, NTSC, INDOOR PENDANT, ANALOG, TINTED ACRYLIC BUBBLE VG5-163-CTO 100 SERIES FIXED 5-50MM/COLOR, NTSC, IN -CEILING, ANALOG, POLYCARBONATE TINTED BUBBLE VG5-163-PTO 100 SERIES FIXED 5-50MM/COLOR, NTSC, INDOOR PENDANT, ANALOG, TINTED ACRYLIC BUBBLE VG5-164-CTO 100 SERIES FIXED 5-50MM/DAY/NIGHT, NTSC, IN -CEILING, ANALOG, POLYCARBONATE TINTED BUBBLE VG5-164-ECO 100 SERIES FIXED 5-50MM/DAY/NIGHT, NTSC, OUTDOOR PENDANT, ANALOG, CLEAR ACRYLIC BUBBLE VG5-164-PTO 100 SERIES FIXED 5-50MM/DAY/NIGHT, NTSC, INDOOR PENDANT, ANALOG, TINTED ACRYLIC BUBBLE VG5-623-CTS 600 SERIES PTZ 28X DAY/NIGHT, NTSC, STD IN -CEILING, ANALOG, TINTED POLYCARBONATE BUBBLE VG5-623-ECS 600 SERIES PTZ 28X DAY/NIGHT, NTSC, STD OUTDOOR PENDANT, ANALOG, CLEAR ACRYLIC BUBBLE VG5-623-PCS 600 SERIES PTZ 28X DAY/NIGHT, NTSC, STD INDOOR PENDANT, ANALOG, CLEAR ACRYLIC BUBBLE VG5-624-ECS 600 SERIES PTZ 36X DAY/NIGHT, NTSC, STD OUTDOOR PENDANT, ANALOG, CLEAR ACRYLIC BUBBLE VG5-624-PCS 600 SERIES PTZ 36X DAY/NIGHT, NTSC, STD INDOOR PENDANT, ANALOG, CLEAR ACRYLIC BUBBLE VG5-7028-C2PT4 AUTODOME 7000 IP 28X DAY/NIGHT IN -CEILING NTSC, TINTED ACRYLIC BUBBLE, HIGH PoE or 24VAC VG5-7028-E2PC4 AUTODOME 7000 IP 28X DAY/NIGHT INDOOR/OUTDOOR PENDANT NTSC, CLEAR ACRYLIC BUBBLE, HIGH PoE or 24VAC VG5-7036-E2PC4 AUTODOME 7000 IP 36X DAY/NIGHT INDOOR/OUTDOOR PENDANT NTSC, CLEAR ACRYLIC BUBBLE, HIGH PoE or 24VAC VG5-7220-CPT4 AUTODOME 7000 HD 20X DAY/NIGHT IN -CEILING 50/60HZ, TINTED ACRYLIC BUBBLE, HIGH PoE or 24VAC VG5-7220-EPC4 AUTODOME 7000 HD 20X DAY/NIGHT INDOOR/OUTDOOR PENDANT 50/60HZ, CLEAR ACRYLIC BUBBLE, HIGH PoE or 24VAC VG5-723-CCE2 700 SERIES PTZ 28X DAY/NIGHT, NTSC, IP IN -CEILING, CLEAR POLYCARBONATE BUBBLE VG5-723-ECE2 700 SERIES PTZ 28X DAY/NIGHT, NTSC, IP INDOOR/OUTDOOR PENDANT, CLEAR ACRYLIC BUBBLE VG5-724-ECE2 700 SERIES PTZ 36X DAY/NIGHT, NTSC, IP INDOOR/OUTDOOR PENDANT, CLEAR ACRYLIC BUBBLE VG5-836-ECEV 800 SERIES HD, 1080p, D/N, 20X, CLEAR BUBBLE, 50/60H7_, IVA VGA-BUBBLE-CCLA AUTODOME IP IN -CEILING HIGH RES BUBBLE, CLEAR VGA-BUBBLE-CCLR AUTODOME INCEIL CLEAR RUGGED POLYCARBONATE BUBBLE VGA-BUBBLE-CTIA AUTODOME IP IN -CEILING HIGH RES BUBBLE, TINTED VGA-BUBBLE-CTIR AUTODOME INCEIL TINTED RUGGED POLYCARBONATE BUBBLE VGA-BUBBLE-PCLA AUTODOME PEND CLEAR HIGHRES ACRYLIC BUBBLE VGA-BUBBLE-PCLR AUTODOME PEND CLEAR RUGGED POLYCARBONATE BUBBLE VGA-BUBBLE-PTIA AUTODOME PEND TINTED HIGHRES ACRYLIC BUBBLE VGA-BUBBLE-PTIR AUTODOME PEND TINTED RUGGED POLYCARBONATE BUBBLE VGA-BUBHD-CCLA AUTODOME HD IN -CEILING HIGH RES BUBBLE, CLEAR VGA-BUBHD-CTIA AUTODOME HD IN -CEILING HIGH RES BUBBLE, TINTED VGA-BUBLRG-CCLA AUTODOME LARGE IN -CEILING CAN HIGH RES BUBBLE, CLEAR VGA-BUBLRG-CTIA AUTODOME LARGE IN -CEILING CAN HIGH RES BUBBLE, TINTED VGA -FIBER -AN AUTODOME ANALOG MULTIMODE FIBER KIT VGA-IC-SP SUSPENSION CEILING SUPPORT KIT- 7 IN. DI VGA-IP54K-IC AUTODOME IN -CEILING IP54 RATING KIT VGA-IP54K-IC78 AD IN -CEILING IP54 RATING KIT FOR IP,HD VGA-PEND-ARM AUTODOME PENDANT ARM WITH WIRING VGA-PEND-WPLATE AUTODOME PENDANT ARM WALL PLATE 24VAC VGA -ROOF -MOUNT AUTODOME ROOF PARAPET MOUNT WITHOUT PIPE VGA-SBOX-COVER AUTODOME POWER SUPPLY BOX COVER VIDOS16CH VIDOS STAND-ALONE LICENSE FOR 16 CHANNELS VIDOS16CH-5P VIDOS STAND-ALONE LICENSE FOR 16 CHANNELS 5-PACK VIDOS32CH VIDOS STAND-ALONE LICENSE FOR 32 CHANNELS VIDOS32CH-10P VIDOS STAND-ALONE LICENSE FOR 32 CHANNELS 10-PACK VIDOS32CH-5P VIDOS STAND-ALONE LICENSE FOR 32 CHANNELS 5-PACK VIDOS64CH VIDOS STAND-ALONE LICENSE FOR 64 CHANNELS VIDOS64CH-10P VIDOS STAND-ALONE LICENSE FOR 64 CHANNELS 10-PACK VIDOSCL VIDOS CLIENT LICENSE PER PC W/0 CAMERAS VIDOSPRODEMO VIDOS PRO 30-DAY TRIAL VERSION INCLUDING MANUAL AND CD VIDOSUNLIM-10P VIDOS STAND-ALONE LICENSE FOR UNLIMITED NO. OF CHANNELS 10-PACK VIP-VJTXF-RMK RACK -MOUNT KIT 5X VIP-X1XF OR 3X VJT-XF VIP-X1600-B VIP XI 600 CHASSIS FOR 4x4 H.264 OR MPEG4 ENCODER: H.264 WITH XFM4 A OR B MODS, MPEG-4 WITH 4S OR 4SA MODS, EXCL. PSU VIP-X1600-PS VIP X1600 POWER SUPPLY UNIT, 100-240V AC / 47-63 Hz / 1.6 A VIP-X1600-XFB VIP X1600 XF CHASSIS FOR 4x4 H.264 OR MPEG-4 ENCODER WITH SFP SLOT: H.264 WITH XFM4 A OR B MODS, MPEG-4 WITH 4S OR 4SA MODS, EXCL. PSU VIP-X1600-XFM4A VIP X1600 XF 4CH ENCODER MODULE, H.264, W/ AUDIO VIP-X1600-XFM4B VIP X1600 XF 4CH ENCODER MODULE, H.264, W/ AUDIO, BILINX VIP-Xl6XF-E 16 CHANNEL H.264 DUAL STREAMING VIDEO ENCODER; MOTION+ VCA; 2 AUDIO IN, 1 AUDIO OUT; 4 ALARM IN, 1 RELAY OUT; INCL PSU VIP-X1-FS1 IVMD (INTELLIGENT VIDEO MOTION DETECTION) V1.OLICENSE FOR VIP-X1 SINGLE CHANNEL ENCODERS VIP-X1XF 1-CHANNEL ENCODER, H.264 DUAL -STREAMING, SD CARD SLOT, VCA READY, EXCL. PSU VIP-X1XF-E 1-CHANNEL ENCODER, H.264 DUAL -STREAMING, SD CARD SLOT, EXCL. PSU (without FPGA for VCA) VIP-X1XF-PSU VIP-X1-XF POWER SUPPLY VIP-X2-FS1 IVMD (INTELLIGENT VIDEO MOTION DETECTION) V1.0 LICENSE FOR VIP-X2 TWO CHANNEL ENCODERS (VALID FOR 2 CHANNELS) VIP-XD VIP XD, HIGH PERFORMANCE SINGLE CHANNEL QUAD -VIEW MPEG-4 DECODER, INCL. PSU VIP-XDA VIP XD, HIGH PERFORMANCE SINGLE CHANNEL QUAD -VIEW MPEG-4 DECODER, AUDIO, INCL. PSU VIP-XDHD HD, HIGH PERFORMANCE SINGLE CHANNEL QUAD -VIEW H.264 DECODER VIP-X-PS VIP-X POWER SUPPLY (SPARE) VJR-821-ICCV JR HD PTZ 1080p D/N CHARCOAL CLEAR 60HZ IVA VJR-821-ICTV JR HD PTZ 1080p D/N CHARCOAL TINTED 60HZ IVA VJR-821-IWCV JR HD PTZ 1080p D/N WHITE CLEAR 60HZ IVA VJR-821-IWTV JR HD PTZ 1080p D/N WHITE TINTED 60HZ IVA VJR-831-EWCV JR HD PTZ OUTDOOR 1080p D/N WHITE CLEAR 60HZ IVA VJR-A3-IC IN -CEILING MOUNT KIT FOR AUTODOME JUNIOR HD SERIES CAMERAS VJR-A3-IC54 PLENUM -RATED IN -CEILING MOUNT KIT FOR AUTODOME JUNIOR HD SERIES CAMERAS VJR-A3-SP AUTODOME JR SUPPORT KIT FOR VJR-A3-IC FLUSH MOUNTING KIT VJR-F801-ICCV JR HD FIXED, 1080p, D/N, 10X INDOOR CHAR/CLEAR, IVA VJR-F801-ICTV JR HD FIXED, 1080p, D/N,10X INDOOR CHAR/TINTED, IVA VJR-F801-IWCV JR HD FIXED, 1080p, D/N,10X INDOOR WHITE/CLEAR, IVA VJR-F801-IWTV JR HD FIXED, 1080p, D/N,10X INDOOR WHITE/TINTED, IVA VJR-SBUB2-CL BUBBLE FOR AUTODOME JR HD, CLEAR VJR-SBUB2-TI BUBBLE FOR AUTODOME JR HD, TINTED VJR-SBUB3-CL BUBBLE FOR AUTODOME JR HD OUTDOOR, CLEAR VJR-SBUB3-TI BUBBLE FOR AUTODOME JR HD OUTDOOR, TINTED VJT-X10S-H008 VIDEOJET X10 MPEG-4 RUGGED ENCODER, 80 GB HDD, BILINX, EXCL. PSU VJT-X20S-H008 VIDEOJET X20 MPEG-4 RUGGED ENCODER, 80 GB HDD, BILINX, EXCL. PSU VJT-X20XF-E 2-CHANNEL ENCODER, H.264 DUAL -STREAMING, CF CARD SLOT, INCL. PSU (without FPGA for VCA) VJT-X40S-H008 VIDEOJET X40 MPEG-4 RUGGED ENCODER, 80 GB HDD, BILINX, EXCL. PSU VJT-X40XF-E 4-CHANNEL ENCODER, H.264 DUAL -STREAMING, CF CARD SLOT, INCL. PSU (without FPGA for VCA) VJT-XACC-PS VIDEOJET X10/20/40 EXTERNAL WIDE -RANGE EXT TEMP PSU VJT-XACC-PSN VIDEOJET X10/20/40 EXTERNAL WIDE -RANGE NORMAL TEMP PSU VJT-XACC-RMK VIDEOJET-X SN AND VJ10 RACK MOUNT KIT FOR 3 UNITS VJT-XTCXF VIDEOJET XTC XF, H.264 4 CHANNEL VIDEO TRANSCODER; PROVIDES 2 INDEPENDENT TRANSCODED STREAMS; INCLUDES PSU VLG-2V2806-MP3 3 MEGAPIXEL CS LENS, 1/3-INCH, 2.8-6MM, IR CORRECTED, DC IRIS, F1.4 TO 360 VLR-4075-V521 COMPACT IR LICENSE PLATE BULLET CAMERA, 5-50MM, 16-91 FT CAPTURE, 75MPH, 960H, 720TVL SENSOR, NTSC, 12VDC/24VAC, IP66 VOT-320V009H IP CAMERA, THERMAL 320x240, 9MM LENS, H.264, 30Hz; IVA ENABLED, SD CARD SLOT VOT-320V009L IP CAMERA, THERMAL 320x240, 9MM LENS, H.264, 8.33Hz, IVA ENABLED, SD CARD SLOT VOT-320V0l3H IP CAMERA, THERMAL 320x240, 13MM LENS, H.264, 30Hz, IVA ENABLED, SD CARD SLOT VOT-320V013L IP CAMERA, THERMAL 320x240, 13MM LENS, H.264, 8.33Hz, IVA ENABLED, SD CARD SLOT VOT-320V019H IP CAMERA, THERMAL 320x240, 19MM LENS, H.264, 30Hz, IVA ENABLED, SD CARD SLOT VOT-320V019L IP CAMERA, THERMAL 320x240, 19MM LENS, H.264, 8.33Hz, IVA ENABLED, SD CARD SLOT VOT-320V060H IP CAMERA, THERMAL 320x240, 60MM LENS, H.264, 30Hz, IVA ENABLED, SD CARD SLOT VOT-320V060L IP CAMERA, THERMAL 320x240, 60MM LENS, H.264, 8.33Hz, IVA ENABLED, SD CARD SLOT VP-CFGSFT CONFIGURATION SOFTWARE FOR DOMES/CAMERAS USING BILINX INCLUDES VP-USB ADAPTOR VP-RS2BLNX PROTOCOL CONVERTER, RS-232 AND RS-485 TO BILINX CONVERTER, 24VAC, 50/60Hz VP-USB BILINX TO USB ADAPTOR FOR USE WITH CONFIGURATION TOOL FOR DOMES/CAMERAS VFA-ADPO-2075 CIRCULAR GANG BOX ADAPTOR PLATE FOR USE WITH 960H BULLET CAMERAS (VT"-407- AND VLR-4075) VTI-4075-V321 OUTDOOR DAY/NIGHT IR BULLET CAMERA, 2.8-12MM, 100FT, 960H, 720TVL SENSOR, NTSC, 12VDC/24VAC, IP66 VTI-4075-V921 OUTDOOR DAY/NIGHT IR BULLET CAMERA, 9-22MM, 200FT, 960H, 720TVL SENSOR, NTSC, 12VDC/24VAC, IP66 VTI-4085-V521 OUTDOOR DAY/NIGHT WDR IR BULLET CAMERA, 5-50MM, 200FT, 960H, 720TVL SENSOR, NTSC, 12VDC/24VAC, IP66 VTN-4075-V321 OUTDOOR DAY/NIGHT BULLET CAMERA, 2.8-12MM, 960H, 720TVL SENSOR, NTSC, 12VDC/24VAC, IP66 WPTV2443000L POWER SUPPLY, OUTDOOR, 1 TO 4 CHANNEL, 120VAC 60HZ INPUT, 24-28VAC OUTPUT, 12.5A/10A, WALL MOUNT ENCLOSURE WZMB.001 GANG BOX ADAPTOR PLATE FOR VTI-220 AND REG-X MSRP 280.00 140.00 150.00 780.00 1,380.00 2,580.00 4,980.00 60.00 450.00 100.00 2,580.00 4,980.00 780.00 780.00 240.00 160.00 12,400.00 15,000.00 18,200.00 24,600.00 23,400.00 28,600.00 8,600.00 11,800.00 15,800.00 10,000.00 12,600.00 6,200.00 780.00 4,800.00 100.00 800.00 11,200.00 1,600.00 3,200.00 4,800.00 6,400.00 8,000.00 9,600.00 8,900.00 12.500.00 35.90 1,100.00 791.90 348.00 490.00 988.00 1,669.47 2,450.15 3,303.37 391.47 2,461.83 3,189.68 4,042.90 6,472.02 9,650.31 7,565.04 15,031.48 8,766.59 15,123.18 4,754.38 642.10 642.10 800.00 603.50 603.50 3,629.72 6,806.24 1,980.07 3,336.00 69,508.00 1,676.00 5,810.00 5,932.00 1,966.00 1,336.00 4,542.00 4,640.00 1,560.00 24.596.55 32,588.24 1,500.00 5,154.00 5,264.00 1,756.00 31,389.48 280,774.00 1,280.00 1,200.00 1,400.00 1,460.00 1,550.00 1,370.00 1,570.00 1,630.00 1,720.00 1,400.00 1,600.00 1,660.00 1,750.00 1,570.00 1,770.00 1,830.00 1,920.00 1,850.00 2,050.00 2,050.00 2,250.00 2,110.00 2,310.00 2,200.00 2,400.00 2,050.00 2,250.00 2,250.00 2,450.00 2,310.00 2,510.00 2,400.00 2,600.00 200.00 260.00 350.00 358.00 200.00 800.00 1,600.00 800.00 410.00 418.00 418.00 418.00 418.00 1,445.40 1,588.00 1,328.80 1,460.00 1,749.58 1,177.00 1,177.00 1,009.80 1,337.05 1,286.56 1,337.05 1,286.56 1,144.00 165.00 187.00 187.00 55.00 44.00 44.00 154.00 209.00 46.00 26.40 131,989.00 131,989.00 51.50 24.72 800.00 2,100.00 92.70 824.00 113.30 1,957.00 735.98 1,285.82 1,415.82 808.08 1,357.92 1,487.92 1,053.22 1,125.32 1,197.42 1,447.42 1,557.92 1,887.92 1,247.42 1,238.62 1,488.62 1,599.12 1,929.12 1,288.62 1,454.92 1,372.52 1,985.78 2,275.78 1,795.78 2,085.78 1,985.78 2,275.78 674.54 1,224.38 1,354.38 746.64 1,296.48 1,426.48 991.78 1,063.88 1,144.22 1,496.48 1,826.48 1,185.42 1,537.68 1,867.68 3,025.00 3,025.00 5,500.00 5,500.00 317.24 217.12 225.88 346.42 368.42 280.16 280.16 409.46 431.46 488.00 488.00 597.40 597.40 726.70 748.70 669.50 669.50 870.90 892.90 912.10 934.10 762.20 762.20 844.60 844.60 247.20 309.00 309.00 309.00 1,019.70 1,225.70 1,225.70 1,256.60 103.00 350.20 1,019.70 1,266.90 1,493.50 1,792.20 2,729.50 2,976.70 113.30 136.00 113.30 80.00 195.70 226.60 535.60 113.30 164.80 226.60 185.40 195.70 3,563.80 4,120.00 30.90 1,071.20 1,071.20 1,071.20 1,071.20 1,071.20 339.90 566.50 566.50 401.70 401.70 669.50 669.50 2,142.40 2,142.40 2,142.40 2,142.40 1,019.70 309.00 721.00 1,350.00 607.70 1.030.00 1,194.80 2,729.50 2,235.10 1,442.00 92.70 206.00 1,534.70 370.80 710.70 1,030.00 1,431.70 164.80 113.30 1,184.50 1,184.50 1,184.50 762.20 1,740.70 2,719.20 3,378.40 3,378.40 978.50 1,266.90 1,266.90 1,442.00 1,266.90 1,091.80 1,030.00 2,369.00 2,369.00 2,369.00 2,369.00 2,369.00 360.50 5,283.90 5,932.80 1,452.30 412.00 195.70 257.50 5,283.90 4,243.60 2,410.20 1,575.90 12,000.00 144.20 61.80 51.50 51.50 72.10 45.32 37.08 114.00 51.50 .61.80 61.80 162.00 124.00 136.00 178.00 500.00 524.00 344.00 279.98 83.00 214.00 216.30 292.00 324.00 154.50 113.30 270.00 250.00 200.00 390.00 390.00 152.00 152.00 132.00 132.00 40.00 40.00 44.00 3,200.00 1,000.00 236.00 9,800.00 3,914.00 8,240.00 7,210.00 4,000.00 1,030.00 1,030.00 1,030.00 1,030.00 1,030.00 1,030.00 460.00 460.00 2,780.00 2,780.00 2,780.00 186.00 186.00 44.00 166.00 1,764.00 82.00 360.00 266.00 50.00 704.00 1,484.00 82.00 500.00 1,298.00 370.00 252.00 82.00 240.00 240.00 928.00 920.00 920.00 920.00 1,480.00 1,480.00 1,480.00 280.00 280.00 280.00 460.00 460.00 460.00 1,400.00 1,400.00 460.00 460.00 460.00 4,505.22 1,564.96 2,810.54 6,614.36 657.92 76.66 9,924.00 8,129.98 6,975.44 210.00 700.00 700.00 700.00 8,600.00 94.00 94.00 220.00 19,000.00 19,000.00 19,000.00 190.00 190.00 1,035.30 18,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 150.00 7,270.00 7,270.00 7,270.00 7,270.00 7,990.00 7,990.00 7,990.00 7,990.00 42,458.00 40,328.00 35,358.00 35,358.00 35.358.00 33,228.00 33,228.00 290.00 212.00 158.00 210.00 276.00 310.00 160.00 290.40 292.00 292.00 396.00 292.00 292.00 237.60 236.00 236.00 1,030.00 236.00 236.00 1,820.00 1,820.00 1,700.00 1,700.00 1,700.00 900.00 900.00 900.00 344.00 42.00 145.66 146.00 146.00 740.00 146.00 146.00 92.00 92.00 272.00 92.00 92.00 220.00 296.00 330.00 170.00 198.00 304.00 132.00 372.24 374.00 374.00 1,108.00 374.00 374.00 126.66 140.00 180.00 180.00 180.00 309.00 1,545.00 1,440.00 288.40 288.40 450.00 560.00 3,147.44 1,062.96 1,814.86 3,629.72 6,806.24 94,366.54 13,610.42 188,733.08 25,405.98 50,811.96 1,545.00 820.00 1,108.40 953.30 1,083.30 975.30 1,105.30 1,025.40 1,155.40 1,047.40 1,177.40 1,020.00 1,308.40 1,225.40 1,555.40 1,447.40 1,577.40 1,225.40 1,596.60 1,488.60 1,618.60 1,290.00 1,000.00 1,652.00 1,942.00 1,462.00 1,752.00 1,652.00 1,942.00 1,490.00 1,200.00 1,640.00 1,020.00 1,060.00 1,308.40 1,348.40 1,020.00 1,060.00 1,308.40 1,348.40 1,200.00 1,230.00 1,488.40 1,518.40 1,620.00 1,200.00 1,230.00 1,488.40 1,518.40 1,730.00 1,440.00 1,580.00 1,290.00 1,730.00 1,440.00 2,130.00 1,840.00 2,010.00 1,720.00 2,130.00 1,840.00 1,468.40 1,508.40 2,280.00 2,160.00 2,280.00 280.00 1,618.40 4,400.00 4,400.00 2,034.90 2,034.90 3,840.00 3,840.00 3,840.00 3,840.00 3,840.00 1,530.00 1,570.00 1,240.00 1,280.00 1,590.00 1,630.00 1,300.00 1,340.00 1,810.00 1,850.00 1,520.00 1,560.00 1,870.00 1,910.00 1,580.00 1,620.00 1,960.00 2,000.00 2,020.00 2,060.00 258.00 873.44 992.16 943.40 1,062.12 120.00 200.00 1,120.00 20.60 20.60 51.50 20.60 172.00 244.00 244.00 172.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 2,100.00 247.20 216.30 18.75 25.00 22.00 22.00 57.80 410.00 378.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 1,170.00 48.40 48.40 144.20 154.50 111.24 247.20 247.20 288.40 206.00 758.00 1,218.00 1,118.00 1,478.00 520.00 1,718.00 1,818.00 2,238.00 3,398.00 5,198.00 130.00 142.00 164.00 92.70 154.50 170.00 153.34 32.00 26.78 22.66 50.00 22.66 30.90 41.20 2,580.00 2,658.00 4,572.00 5,172.00 2,758.00 2,848.00 4,762.00 5,362.00 3,900.00 3,850.00 4,290.00 4,290.00 4,180.00 5,240.00 230.00 324.00 [..1i Moil] 5,200.00 5,200.00 72.10 20.60 36.00 41.20 41.20 36.00 51.50 88.00 88.00 103.00 172.60 50.00 72.10 84.00 341.44 341.44 358.70 393.98 411.48 393.98 411.48 411.40 428.40 610.00 590.00 610.00 690.10 731.30 669.50 710.70 690.00 732.00 772.50 813.70 938.00 960.00 794.00 834.00 708.00 778.00 724.00 794.00 892.00 964.00 3,334.00 3,334.00 3,520.00 3,894.00 7,964.00 8,338.00 4,770.00 4,770.00 4,770.00 4,770.00 4,770.00 3,140.00 3,140.00 3,140.00 3,140.00 3,140.00 1,074.00 2,078.40 1,074.00 1,247.04 2,078.40 1,058.00 1,928.40 1,928.40 1,928.40 990.00 1,928.40 1,440.00 2,371.06 2,169.74 90.00 50.00 50.00 72.10 72.10 93.00 93.00 73.68 73.68 40.00 40.00 4,190.04 4,449.60 103.00 103.00 103.00 206.00 309.00 150.00 206.00 40.00 52.00 1,476.00 123.60 324.00 927.00 791.90 412.00 927.00 1,060.74 1,296.98 1,664.64 1,448.34 1,030.00 1,168.02 1;369.48 1,740.78 1,524.48 2,632.68 2,892.24 2,706.84 3,411.36 3,225.96 3,337.20 3,596.76 4,115.88 5,114.00 5,114.00 3,337.20 3,596.76 4,115.88 5,114.00 96.00 96.00 96.00 96.00 96.00 96.00 96.00 96.00 150.00 150.00 96.00 96.00 1,081.50 60.00 50.00 50.00 267.80 100.00 309.00 51.50 1,586.20 4,758.60 2,430.80 12,154.00 7,292.40 3,254.80 16,274.00 782.80 82.40 24,205.00 130.00 1,071.20 206.00 1.380.20 2,000.00 2,200.00 1,780.00 206.00 820.00 480.00 60.00 329.60 1,534.70 1,697.44 2,580.00 92.70 3,809.60 3,809.60 3,809.60 3,809.60 4,500.00 110.00 170.00 60.00 2,748.00 2,748.00 2,748.00 2,748.00 40.00 40.00 50.00 50.00 2,863.40 3,244.50 780.00 3,481.40 1.100.00 206.00 110.00 82.40 1,200.00 380.00 948.42 11,050.00 9,400.00 11,050.00 9,400.00 11,050.00 9,400.00 17,000.00 16,000.00 515.00 130.00 103.00 44.00 350.92 474.21 603.20 301.60 330.00 44.00 Requisition o.: Date: City Of Fayetteville - Purchase Order (PO) Request P.0 Number: Expected Delivery Date: (Not a Purchase Order) All purchases under $2500 shall be used on a P-Card unless medical or 1099 service related. (Call x256 with questions) All PO Request shall be scanned to the Purchasing e-mail: Purchasing@ci.fayetteville.ar.us Vendor #: Vendor Name: Mail 22004 Electra Link, Inc. Yes:_ No:_ Address: Fob Point: Taxable Quotes Attached 9906 E. 43rd Street, Suite G Yes:_ No: Yes: No: City: State: Zip Code: Ship to code: Divison Head Approval: Tulsa 1OK 74146 Requester: Requester's Employee #: Extension: Glenda Eden Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory # Fixed Asset # 1 Access Control and Security System for Solid Waste 1 LOT 31,752.96 $31,752.96 5500.5080.5801.00 13030.6001 Contract# 6252 2 test 3 4 5 6 7 8 9 10 Shipping/Handling Lot $0.00 Special Instructions: Per RFP 13-11, Access Control and Security System; Resolution# Subtotal: $31,752.96 Tax: $0.00 Total: $31,762.96 Approvals: Mayor: Department Director: Purchasing Manager: Finance & Internal Services Director: Budget Manager: IT Manager: Dispatch Manager: Utilities Manager: Other: Requisition o.: Date: City Of Fayetteville - Purchase Order (PO) Request P.0 Number: Expected Delivery Date: (Not a Purchase Order) All purchases under $2500 shall be used on a P-Card unless medical or 1099 service related. _(Call x256 with questions) All PO Request shall be scanned to the Purchasing e-mail: Purchasing@ci.fayetteville.ar.us Vendor #: Vendor Name: Mail 22004 Electra Link, Inca Yes:_ No: Address: Fob Point: Taxable Quotes Attached 9906 E. 43rd Street, Suite G Yes:_ No: Yes: No: City: State: Zip Code: Ship to code: Divison Head Approval: Tulsa 1OK 74146 Requester: Requester's Employee #: Extension: James Nicholson Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory # Fixed Asset # 1 Access Control and Security System for Airport 1 LOT 10,452.00 $10,452.00 5550.3960.5801.00 13030.6001 Contract# 6262 2 3 4 5 6 7 8 9 10 Shipping/Handling Lot $0.00 Special Instructions: Per RFP 13-11, Access Control and Security System; Resolution# Subtotal: $10,452.00 Tax: $0.00 Total $10,452.00 Approvals: Mayor: Department Director: Purchasing Manager: Finance & Internal Services Director: Budget Manager: IT Manager: Dispatch Manager: Utilities Manager: Other: Revised v22008 CITY OF Tday e eve le ARKANSAS CONTRACT Reference: RFP 13-11, Access Control and Security System Awarded Vendor: _Electra Link, Inc. Term: 1 year with 3 automatic renewal options This contract executed this Ly day of j I 1 i 2014, between the City of Fayetteville, Arkansas, and Electra Link, Inc. In consideration of the mutual covenants contained ein, the parties agree as follows: 1. Electra Link. Inc. at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items per RFP 13-11 as stated in Electra Link. Inc. proposal, and in accordance with specifications attached hereto and made a part hereof under RFP 13-11. 2. The City of Fayetteville shall pay Electra Link. Inc. based on its proposal form in pricing as shown in RFP response and attached to this contract. Payments will be made after approval and acceptance of work, submission of detailed invoice, and submission of certified payroll. Payments will be made within a maximum 30 days after acceptance of invoice. Electra Link. Inc. agrees to make detailed invoicing related documentation available to the City upon request (for example, during a post - award audit), including but not limited to actual cost of material, etc. 3. It is explicitly understood and agreed to by Electra Link. Inc. and the City of Fayetteville that the total amount of funding that the City of Fayetteville may use for this and four other similar contracts must be pre -approved by the Fayetteville City Council for all individual projects exceeding $20,000.00. The City will order any work to be done by Electra Link, Inc. by issuing a Purchase Order for such work or project which shall be the City's assurance that sufficient funds remain to pay for such work or project. Electra Link. Inc. shall not start work on any project unless and until it receives the City's Purchase Order for such work or project. No project shall be initiated over $20,000 without a valid and stamped 100% performance and payment bond. 4. The Contract documents which comprise this contract between the City of Fayetteville and Electra Link, Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Request for Proposal identified RFP 13-11 with all addendums, specifications & conditions. B. Electra Link. Inc. proposal response, including mark up on materials and hourly rates. 5. These Contract documents constitute the entire agreement between the City of Fayetteville and Electra Link. Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Electra Link, Inc. 6. Electra Link. Inc. shall not assign its duties under the terms of this agreement. 7. Electra Link. Inc. agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. a. Arkansas Department of Labor Prevailing Wage Rates - Electra Link, Inc. agrees to pay wage rates issued by the Arkansas Department of Labor for all projects exceeding $75,000. 8. Electra Link. Inc. shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Electra Link. Inc. shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. City of Fayetteville, Arkansas Contract: RFP 13-11, Access Control and Security System Page 1 of 2 Telecommunications Device for the Deaf TDD (479) 521-1316 113 west Mountain - Fayetteville, AR 72701 Worker's Compensation Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage Liability Statutory Amount $500,000 for each person injured. $1,000,000 for each accident. $500,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Electra Link, Inc. 9. Electra Link, Inc. to furnish proof of licensure and permits as required by all local and state agencies. 10. This contract may be terminated without penalty by the City of Fayetteville or Electra Link, Inc. with thirty (30) days written notice. 11. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 12 Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scco e. cost or fees. CITY GW7FAYETT5VI-LLE, ARKANSAS Mayor Dale Pearson C.O.O. Printed Name &Title t' ATTEST: ATTEST: ompany Secretary Sondra Smith, City Clerk 21755 IH45 BLDG#10 Date Signed: �/ //�i �1i� II111;►► Business Address ���tK / TR��,��, G\T Y 0,1_•.s'6% Spring Texas 77388 _= •FAY TT • EEVILLS_ : �11 City, State & Zip Code v� • � CJ .mow Date Signed: °%r ►`QD g'g �o®� City of Fayetteville, Arkansas Contract: RFP 13-11, Access Control and Security System Page 2 of 2 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701