RFP#: 269-20170126 ADDENDUM # 4 Video Monitoring Products and Services Proposals Due: MARCH 30, 2017 at 2:00 PM

Date: March 15, 2017

To: All Prospective Firms

Please note the following information regarding the above referenced Request for Proposal (RFP):

• Proposal submission deadline has been extended to March 30, 2017 at 2:00 pm. • Attached is the following information: . All Vendor Questions received prior to the deadline with the City’s answers. . A new section 3 scope of services . A new forms (pricing) section . Appendix: • All CATS Park and Ride Locations • All CDOT Street Camera Locations

Please acknowledge receipt of this addendum with your proposal submission.

We appreciate your interest in doing business with the Charlotte Area Transit System. We look forward to receiving your proposal.

Sincerely,

Francesca Cameron Sr. Procurement Officer cc: File

Vendor Questions and Answers:

Can you please clarify the following: 1. Are you accepting bids from the manufacturer for the Mobile Digital Video Systems; limited to supplying and installing the equipment. A: No, maintenance is required as part of the CATS service agreement.

2. Is monitoring of this equipment by the bidder required with this RFP? If so, please define your expectation for monitoring. A: Yes, monitoring the equipment to a state of good repair.

3. Section 1, Introduction and General Information; Can the proposer just bid on the CATS portion only? A: Yes

4. Section 1, Introduction and General Information, paragraph 1.6.6. Charlotte Business Inclusion Program, page 5; what will the MWSBE or DBE goal be for this solicitation? A: There is not a goal for this solicitation.

5. Section 3, Scope of Services, paragraph 3.1., General Scope, page 10; concerning the current fleet, can CATS provide us with the make and model of MDVR’S and cameras? A: The mDVR’s in the mobile fleet are a mix of Verint mDVR 12S, mDVR 12SX and mDVR 6S recorders. The cameras are mainly 2.8 mm non infrared and 2.8 mm infrared cameras from TSI and Verint.

6. Section 3, Scope of Services, paragraph 3.3.7. Recommendations for System Improvements, page 12; Can CATS provide the name of the Fleet Monitoring Software and Static Video Monitoring Software? A: The fleet monitoring software is Verint OpCenter and the static clients are Schneider DSControlPoint.

7. Section 3, Scope of Services, paragraph 3.4.1.7., page 12; who will be responsible for installing new equipment, the City or the vendor? A: The vendor is responsible for installation of new equipment and installations as maintenance requires.

8. Section 3, Scope of Services, page 15; for the CAT’s system, how many server locations and how review station locations are there? Could we get the addresses of the locations? A: There are three different locations where review stations are housed and one location with a true video server. These locations can be furnished to the short list companies.

9. Section 3, Scope of Services, paragraph 3.6. CATS System Performance Requirements, page 15; Can CATS please describe the audio features? A: CATS has audio features on all the mobile facilities. CATS expects for the audio features to be supported in accordance with the visual feature expectations. CATS should be able to

audio on and off while in playback. The purpose of this is to isolate the audio and particular cameras we wish to listen to without added disruption.

10. Section 3, Scope of Services, paragraph 3.6. CATS System Performance Requirements, page 15; Can CATS provide the make and model of the “Blue Light Phones”? A: Yes. (46) Talk-a-Phone ETP-400V-GAI (37) Talk-a-Phone ETP-400V Note: Stations are a mix of standalone towers & wall mounted units Note: Talk-a-Phone (Monitoring and Diagnostic Software) ETP-TAL

11. Section 3, Scope of Services, paragraph 3.6.2. Operations (System Up-Time) Calculations, Example 1, page 16; What is the total vehicle count and breakdown by type? A: CATS Video Monitoring Inventory Total Count Type Description 1 360 Facility 390 Fixed Facility 211 PTZ Facility 18 Fixed Trolley Vehicles 560 Fixed STS Vehicles 200 Fixed Light Rail Vehicles 2480 Fixed Bus 414 Mobile DVRs Various Locations 10 Review Stations Various Locations

12. General; Can CATS provide us with who is in there now at the CCTV provider? A: The current video monitoring maintenance service contract is with TransIT Solutions.

13. General; will CATS allow multiple awards? A: CATS prefers to award to one vendor however the City reserves the right to award based on the best cost benefit.

14. General; is the transit agency (CATS) looking to replace the current systems that are in service on both bus and rail? A: This would depend on the proposed pricing received. The CATS video system needs to be current and in a state of good repair in its entirety. However, the bus fleet is the most immediate planned and budgeted replacement project.

15. General; is there a “technical” MDVR specification? A: No, CATS is open to various MDVR solutions for moving towards system currency.

16. General; can the transit (Bus & Rail) or mobile portion be broken out separately? A: No, CATS needs an integrated system.

17. The existing fixed route vehicles currently have the following features. Will the newly installed systems be expected to incorporate the same features? -G-force sensing (is G force sensing required?) -GPS (is GPS required?) -Vehicle telemetry (please define the specific vehicle telemetry needs) -WiFi (is Wi-Fi required for health checks and software updates?) -3G Cellular (please identify the preferred cellular vendor is required) -No tag buttons (please confirm) A: Yes, newly installed systems will be expected to incorporate current possibly more features, however CATS does not want to lose features. For example: CATS currently has a 4G system but depending on the proposal would accept systems stronger than 4G.

18. The existing para transit vehicles currently have the following features. Will the newly installed systems be expected to incorporate the same features? -G-force sensing (is G force sensing required?) -GPS (is GPS required?) -Vehicle telemetry (please define the specific vehicle telemetry needs) -WiFi (is Wi-Fi required for health checks and software updates?) -3G Cellular (please identify the preferred cellular vendor is required) -No tag buttons (please confirm) A: See answer to question 17.

19. The existing light rail vehicles currently have the following features. Will the newly installed systems be expected to incorporate the same features? -4 using the existing video monitors in each vehicle, - G-force sensing, GPS -Vehicle telemetry (please define the specific vehicle telemetry needs), WiFi -3G/4G Cellular is currently active - Verizon - is this required feature for the replacement systems?) -No tag buttons. A: See answer to question 17.

20. Please define the peripheral features required in the Trolley installations. (The Trolley vehicles were not included in the walk-through) A: The Trolley installations should be using the same systems and have the same capabilities.

21. Please clarify the total number of replacement Mobile Video Recording Systems required for the Fixed Route Vehicles, the Para Transit Vehicles, the Light Rail cars and the Trolley vehicles. A: The entire fleet eventually needs to be current however the bus fleet is the first priority. See question 11 for fleet camera counts.

22. Please provide the technical specifications of the existing Charlotte wireless infrastructure. A: The infrastructure itself is a Cisco based 802.11X environment.

23. Does Charlotte plan to upgrade or replace the existing wireless infrastructure? A: CATS does not plan to upgrade or replace the existing wireless infrastructure.

24. Please clarify the quantities of and the requirements for spare parts A: CATS requires a 98.5% uptime rate.

25. Where should the spare parts pricing be placed in the bid documents? A: Any proposed equipment may be listed out in the same format as the pricing sheet. This information may be presented in your own format/report as long as the following information is clearly presented. Also acceptable is a providing a shorter list of your firm’s product line (like below) with a blanket percent off remaining catalog item pricing. Product Description * Current List Price % Off List Price $ %

26. [Reference: Exhibit A – Sample Contract, Section 30.19 “TAXES”] a. Is CATS exempt from all sales & use tax for all products & services provided under this contract? A: No.

b. If not exempt, should our pricing include applicable sales & use tax or will CATS account for this separately in the contract? A: Yes, all tax should be included in proposed pricing.

27. [Reference: Section 3.3 - Video Maintenance Services & Section 6 – Required Form 4 – Pricing Worksheet] a. Please confirm if CATS is requiring full on-site technical support by the contractor (both Fleet and Facility Surveillance), including removing and replacing non- functioning equipment and troubleshooting technical issues (i.e. if a camera on a bus stops functioning, is the contractor responsible for removing the non-functioning camera and replacing with a new camera, or will this be performs by CATS personnel)? A: Yes, that is what CATS is requiring. CATS personnel will not be performing any of these activities.

b. If CATS is requiring full on-site support & maintenance, should we assume that these functions will be performed outside of normal business hours [i.e. Buses are often not available during the day and would need serviced at night]? A: The vendor shall schedule on-site support & maintenance appropriately around operating parameters.

c. Is the “Monthly Price” line on the “CATS FLEET” pricing worksheet the location where we should list the monthly service fee for the on-site technicians? A: See new pricing form. CATS is requesting that all hardware, service, installation and support for the initial three year term be priced on a monthly fee basis.

d. Should we include a separate “Monthly” line for the CATS Facility Surveillance on- site technicians? A: Yes, this should be covered under the 98.5% uptime rate.

28. [Reference Section 6, Form 4, CATS Pricing Worksheet] a. For CATS FLEET onboard vehicle hardware upgrades (i.e. onboard MVR/NVR, IP Cameras, etc.) should the price for these components be listed in the “CATS PROJECT” Pricing section? A: See question 25.

b. For CATS FLEET, would CATS Like pricing for additional components beyond the MVR/NVR and IP Cameras (i.e. Wireless access points, antennas, GPS, Lockable enclosures for paratransit vehicles, Status LED, emergency alarm switch, etc.)? A: See question 25.

CATS Fleet Questions: 29. [Reference: Section 3 – Scope of Work & Addendum #2] a. Does CATS intend to upgrade its fleets onboard video surveillance equipment all at one time, throughout the course of the contract (3-5 years), or as old equipment fails? A: CATS would like the onboard video surveillance equipment to be completely replaced within the initial 3 (three) year contract term, though CATS is open to a reasonable alternatives.

b. Is the contractor required to support existing video surveillance equipment until it fails? A: Yes, the current system, whether new or old, should be maintain to approximately 98.5% uptime rate.

30. [Reference: Addendum #2 – Technical Requirement #21] a. During the pre-proposal site tour it was clarified that CATS is requiring IP cameras for the on board (Fleet) video surveillance. Please confirm that all cameras are required to be “IP” based? A: Yes, all cameras are required to be “IP” based.

31. [Reference: Addendum #2 – General Requirement #1] a. Is CATS requiring the contractor to provide a separate dedicated server for storing video after it has been removed/downloaded off of the MVR/NVR? A: CATS is not requiring a contractor to provide a separate dedicated server for storing video.

b. If a back-end server for video storage is required, do you have additional requirements for this server (Brand/Storage Capacity/Etc)? A: CATS is not requiring a contractor to provide a separate dedicated server for storing video.

32. [Reference: Addendum #2 – Pricing Worksheet to be incorporated with RFP 269- 20170126 Section 6 Form 4] a. Please confirm that the “Equipment Install” price per unit is only for installation services of the new MVR/NVR and IP Cameras on each vehicle (i.e. no other equipment is required for this base install “price per unit”). A: Price per unit should include all required materials and labor to keep the fleet at 98.5 uptime rate.

b. Are any of the “Fixed Cameras” on the “Mobile Video Configuration chart” required to be exterior cameras? If so how many? A: Yes, there are 3 on the buses and 4 on the light rail and trolley vehicles.

c. Please confirm that all bus wiring will need upgraded to network cable for use with IP Cameras? A: Currently CATS wiring is 90% old and 10% new. Any analogue wiring needs to be upgraded to CAT6 wiring. 33. [Reference: Addendum #2 – Technical Requirements, Requirement #4 & Addendum #2 – Additional Pricing Worksheet (Last Page) “Mobile Video Configuration” Chart] a. Addendum #2, Technical Requirement #4 - CATS requires an MVR/NVR with a minimum of 8 video channels. However, on the additional pricing worksheet on this addendum under the “Mobile Video Configuration” chart CATS shows a total of 9 cameras for the “Light Rail Vehicle Mobile Video” line. In order to accommodate for the Light Rail Vehicle camera count, and additional cameras that may need added to the fleet in the future, would CATS like to increase the minimum MVR/NVR requirement to at least 10 IP camera inputs? A: There should be 8 or more video channels for the bus fleet and 10 channels or more for the rail fleet.

[Reference: Section 3.8 – Scope of Services, Current Video Monitoring System Components] 34. For CATS Facility based Video Surveillance Hardware, Is CATS only requesting that the cameras be replaced, or does CATS require pricing for replacing all of the following equipment: a. Facility NVR’s b. Axis Encoders c. New Cable to support IP cameras d. Rack Mounted IFS Fiber Boards e. Video Matrix A: CATS requires a state of good repair on the entire video monitoring system.

35. Does CATS require certain specifications for new facility cameras (i.e. Brand, Type, Etc.)? A: No, CATS is open to proposals on various brands and systems.

36. Can CATS provide a list of existing switch locations and available POE ports at the CTC location? A: On the east and west side of each facility.

37. Are the 4 NVR’s and 107 IP cameras covering the TVM locations for the rail platforms part of the scope of this project? Is the contractor required to maintain these components and replace if they fail? A: Yes, the 4 NVR’s and 107 IP cameras are part of the system.

38. There are approximately 15 cameras located at the VMF and Stonewall Tunnel locations that are currently being recorded on a NICE video system. Will these cameras need maintained under this contract? If so, will NICE certification be required? A: Yes, those cameras need to be maintained. NICE certification is preferred however it is not required.

39. Will the contractor be required to support and maintain all of the Axis Encoders across all of the CATS facilities?

A: Yes, the Axis Encoders are part of the video system.

40. Will the contractor be required to support and maintain the video matrix and remote PTX control keyboards (including associated infrastructure) at the VMF location? A: No.

41. RFP: The hardware shall support independent audio channels that can be isolated during playback. Q: Do you mean the separation of audio in vs audio out or are you asking if we can separate audio from video on playback by turning the audio channel(s) off and on? A: CATS should be able to audio on and off while in playback. The purpose of this is to isolate the audio and particular cameras we wish to listen to without added disruption.

42. Is there a want to federate into existing VMS deployments around the city? Federation allows sharing live and recorded video thru a network connection between different entities using the same video management system. A: Yes, federation is a city goal.

43. Will we have the chance to present our solutions with our manufacturing partners? A: A short list of vendors may be invited in for demonstrations, if the City desires further information.

44. Is there a Buy America provision? A: Yes, the hardware for this solicitation falls under the FTA microprocessor waiver. More information can be located https://www.transit.dot.gov/regulations-and-guidance/buy- america/security-industry-association-buy-america-waiver

45. Will cable installation be part of the scope for General Services, City Hall, and CMPD? A: Yes, however it will depend on the size of the cable installation.

46. Does the RFP require support for the legacy video wall software and VMS for CMPD? A: Yes

47. Can an integrator opt out of some of the departments like CDOT requiring boom trucks to service cameras, but still do the facilities infrastructure? A: You may propose on any part of the work being solicited. Make sure your proposal is clear on what is and is not being proposed.

48. For the departments other than CATs is the work primarily done during normal business hours M-F 8-5? A: Yes.

49. For the existing hardware on the buses and trains will you require swapping out the cameras to new 360 degree cameras or would this be done a vehicle bases as cameras fail? A: This will be decided on a case by case basis.

50. Are all of the cameras on buses and trains IP? A: Not currently.

51. Do you want the Mobile video recorder to provide POE power to the downstream cameras or is this a separate network switch requirement? Would the POE switch be part of the scope? A: This will be decided on a case by case basis.

52. Will all the legacy Verient recording equipment be replaced expeditiously because it is no longer supported by Verient? A: This is desired.

53. Would the City of Charlotte/CATs please confirm (per addendum 2) that along with the service contract portion of the RFP, CATs is also requesting vendors supply and install a complete mobile video surveillance system for their fleet? A: No. a. If yes, will the City of Charlotte/CATS accept a response for just the supply and installation of the mobile video surveillance system? A: No, maintenance is a required service for contract award.

54. Page 15 of the RFP, in the table titled, “CATS Video Monitoring Inventory” states that CATS has a total inventory of 414 Mobile DVRs. Would CATS kindly confirm the total number of vehicles they want vendors to quote for the MVSS/FVSS retrofit? A: 414 a. Would CATS please also provide the number of vehicles in each fleet type (i.e. Fixed Route, Paratransit, Light Rail, and Trolley)? A: See question 11.

55. Page 66 of the RFP states, “A separate contract goal of TBD* DBE participation has been established for this procurement.” a. Would the City of Charlotte/CATS please clarify if there is a separate DBE goal for this procurement? A: Due to the highly technical and integrated nature of this work, no DBE goal is assigned to this project. DBE opportunities may be discussed with awarded vendors if future subcontracting opportunities arise.

56. Page 2 of Addendum # 2, item 1 states, “A dedicated server for the purposes of downloading and storing MVSS/FVSS footage. It is CATS’s intent to retrieve video from all facilities and modes on a routine basis, and download the footage to the server. Therefore, all proposals for mobile systems shall include MVR’s equipped with 2TB removable storage drives in each DVR. The Contractor will also provide 30 spare 2TB removable storage drives. Fixed camera systems shall include NVR’s capable of retaining recorded video from each connected camera for a minimum of 720 hours and from which video can be downloaded to the server.” a. Would CATS like vendors to propose a server? A: This is desired. b. Would CATS kindly provide details for the existing facility network? A: No, for security reason this will only be shared with the successful vendor awarded the contract. c. Are there currently any existing wireless equipment on the vehicles? A: Yes. d. If yes, please supply make, model and type. A: Not available.

57. In reference to page 6 of Addendum 2, would CATS please provide a layout diagram or description, describing the current placement of the 360° camera and fixed cameras in each Mobile Video Configuration? A: Vendor is to provide CATS with a proposed layout for a 360 camera on the bus. This is then to be negotiated on a case by case basis.

58. Would CATS also confirm that two (2) 360° cameras are required for each fixed route, paratransit and trolley vehicle and that three (3) 360° cameras are required for each light rail vehicle? A: Yes, this is desired.

59. Would CATs please provide the mean time between failure (MTBF) rate for the existing equipment? A: Not available.

Page 10 3.3 60. What are the APTA standards that are of typical concern for this project? A: There are not any APTA standards for this type of project.

61. What documentation exists today that informs vendors what model numbers of all devices to maintain, the age of equipment, and service records? A: None.

62. Are vendors required to provide the remote system monitoring health check software or will the existing system remain? A: Yes, the vendor is required to provide the remote system monitoring health check software. a. If the existing system shall remain, what is in place? A: Verint OpCenter, Pelco DSControlPoint and NICEVision

Page 11 3.3.3 63. Is preventative maintenance included with this service that shall be provided as part of the bid? A: Yes, the preventative maintenance is included with this service.

3.3.4 64. Who will be responsible for the electrical maintenance? A: CATS Electronic Service Department will be responsible for the electrical maintenance that is not associated with the upkeep of the video monitoring system.

65. Can the bus and trains harness part numbers be provided? A: Not available.

3.3.5

66. Does the City already have a ticketing system or is the vendor responsible to provide one? A: The vendor is responsible to provide a ticketing system.

Page 12 3.2.1.2 67. What system verification checking platform is in place today? A: OPS Center is the current system verification checking platform.

68. Is the vendor required to provide one or will the vendor use the current one? A: Yes, the vendor is required to provide a system verification checking platform.

3.4.1.7 69. Is there an inventory list of all components deployed and their approximate age? A: No, there is not an inventory list with all of the deployed components.

Page 15 3.6.1 70. What are the current up times by device? A: Various, it depends on the service being conducted.

71. What is the age of each device deployed at each site? A: This is not available.

72. Can we see the service history? A: Not available.

Page 18 3.6.1 73. What is in place now for monitoring? A: OPS Center is what is currently in place.

74. Is Owner satisfied with this monitoring system? If no, what issues are being experienced? A: CATS may keep the OPS Center, however the department is open to other proposed solutions.

75. Are these cameras wired/wireless? A: Wired. CATS is not interested in wireless.

76. Are the 40-60’ height cameras on buildings with building access? A: Yes

77. Is a bucket truck required? A: A bucket truck is required.

CMPD 78. What is the health of the servers and archivers? A: Servers and archivers are 5 years old and at end of life.

79. Is the vendor responsible to manage the servers’ health & updates/virus? A: No, City IT maintains the servers’ health and updates.

80. How are the cameras being monitored? A: CMPD cameras are being monitored through a video management system or through a web streaming service.

Page 19 CLTW 81. In what way are vendors to quote this section? A: Provide the best available pricing on the referenced product lines.

82. Are these the only products being considered? A: The product lines are in the current configuration for Charlotte Water. Also add the full product line for Axis Communication and the video components for Boch Security Systems.

Page 20 EPM 83. Are all of these cameras attached to a building? A: Yes, cameras are attached to a building (both inside and outside cameras)

84. What is vendor’s responsibility for all the listed equipment? A: EPM would need full support from installation and maintenance after items are installed.

Page 20 SWS 85. What video monitoring system is in place currently? A: Genetec software currently operates the SWS video monitoring system.

86. What access control software is in place? A: Genetec software currently operates the SWS access control system.

87. Whose intrusion detection? A: Bosche software manages SWS intrusion detection and is synced with the Genetec software also.

88. Where are the CDOT road cameras located and what type of connectivity do they have? A: The cameras are located across the City, mainly pole mounted within the ROW at signalized intersections. Attached is a current list with cameras being added yearly

89. CATS Park and ride locations A. Where are they? B. Please provide a list of equipment at each location. 90. What are the service times for the equipment at CATS locations? 91. What is the process/policy to the Request for Work at CATS? 92. Is the idea of this RFP to replace all of the CATS current mobile video systems as it fails or all at once?

93. The bus and train systems had a very thorough inspection and explanation with maps. This allows for accurate proposals for those RFP, however, for all of the rest of the RFP’s (Buildings) the scope of work is very vague and without a map or a thorough walk through its impossible to submit an accurate proposal. With that being said: a) What information would you need from us that will allow us to win the bid? b) Is it a price per component plus labor charges?

c) Do we need to list all the equipment we think we will use on each bid and our estimated installation cost per hour? I just need a bit of direction to what you need me to send you.

93. Do we submit our bids per location? A: Yes.

94. If we only want to bid on some locations and not other, will our bid be disqualified? A: No.

New Section 3 Scope of Service:

SCOPE OF VIDEO MONITORING PRODUCTS AND RELATED SERVICES. General Scope. The City requires multiple Companies to provide various Video Monitoring Products and applicable Services. While the City is flexible with respect to certain elements of the Video Monitoring Products and Related Services, the following specific requirements and preferences apply. Video Monitoring Products. The Products required include, but are not limited to: • Video cameras and components • Security cameras and components • Wireless cameras and components • Video Recorders • Intrusion Detection components • Services related to the above All Products shall be provided in new condition. City of Charlotte-specific standards for the above items, where applicable, are included as Exhibit B. Where no standards are included, the City does not have specific standards for those Products at this time. Video Maintenance Services. Product-Related Services. The City may require Services directly related to the Products listed in the pricing sheet including, but not limited to, implementation, customization, installation, basic maintenance and repair, consulting, project management and applicable software licenses. Other Services. The City may require other Services from time to time including, but not limited to, devices and support software related maintenance and support. Duties. The Service Provider shall implement, direct, and oversee maintenance activities supporting all assigned bus, van, trolley, light and heavy rail vehicles, non-revenue vehicles, Park and Ride Facilities, building and miscellaneous areas that utilize monitoring and recording equipment. This includes recorders, cameras, wiring, and other associated tasks in support of installing and maintaining mobile and non-mobile recording systems. The Service Provider shall: direct activities to assure compliance with the City, County, State, Federal, and APTA standards, vehicle and equipment manufacturers, the City Safety and Security Policy and other regulatory requirements; coordinate and manage activities relating to proper installation and operations of monitoring and recording equipment to include proper wiring, mounting of equipment, and serviceability; maintain a current inventory of equipment serviced by the provider, providing data such as serial number, description, detailed location information of the serviceable equipment, condition of equipment and estimate end of life. The Service Provider shall: monitor and document systems and equipment through work orders, remote system health check, and system samplings for failures; ensure all recording devices are synced with the correct time of day; develop trend analysis through reporting; respond to customer complaints and take corrective action; analyze data, compile service

standards, monitor trends, review and prepare reports and other statistical data; and provide notification and recommendations for problem equipment for potential replacement. When requested, the Service Provider shall monitor the design criteria, manufacturing processes, testing, and integration of new equipment into operations based on established standards; assign maintenance tasks and ensure system availability; review work orders to evaluate completed work assignments; review and interpret written communications and provide the necessary feedback; create, review, and provide written documentation for preventive maintenance; provide monthly activities and system health reports via electronic media utilizing Microsoft applications such as Excel and MS Project; perform other related duties as assigned; and provide equipment upgrade options for equipment that does not meet the “City Policy for Structured Cabling Infrastructure” sections, at the end of this document. Wiring. The Service Provider will be required to read, interpret, troubleshoot, and replace wiring harnesses based on schematics and product specifications. The Service Provider will perform any installation or make repairs using the appropriate gauged wire, electrical connectors, and clamps according to Nema, UL, and Manufacturer specifications. Any deviations of local, state, federal, or manufacturer specifications will require approval by City Technology and Office of Safety and Security. During repairs of the wiring harnesses, connectors, and other components, the Service Provider will be required to inspect for chaffing, exposed wires, stressed wires, overheated connectors, and damaged connectors. Service Provider will document areas that show signs of stress or chaffed wiring sleeves, and take corrective action. Upon completion of installation, modification, or repairs, a complete systems check will be checked by City staff before signoff and acceptance as serviceable. Support. The Service Provider shall provide a toll free “single point of call” telephone support number to City staff with respect to product support and issue resolutions. Such support will be available from Monday through Friday 7:00 a.m. until 6:00 p.m. Eastern Time (“Regular Business Hours”). During regular business hours, the Service Provider will provide sufficient, qualified personnel to ensure that City monitoring and recording system problems are addressed immediately. This will vary based on the department being serviced. During non-business hours and holidays, a call center representative will advise the City representative of the appropriate after hours support number to utilize. The Service Provider will respond to each call within one hour. EMAIL SUPPORT: The Service Provider will be responsible for providing a support system to include an email address for contact during normal business 7:00 a.m. Eastern Time to 6:00 p.m. Eastern Time. Response to Emails will occur within 3 business hours and if received after 2:00 p.m. a response is due by 10:00 a.m. the next business day. In addition, the Service Provider will provide escalation procedures for no-response issues and emergency responses. This escalation procedure will need to be reviewed by City staff for acceptance and must detail the actions taken by the Service Provider escalation team. All issues will be tracked by case number for reference by Service Technicians and City personnel (“Service Provider” provided tracking system). Ticket number should be a composite value to include basic date and sequence numbers (not mandatory). Service Technicians will document resolutions and actions, using a central source of electronic data. Data format should be such that Daily, Weekly, Monthly, or other reports can be generated using standard Microsoft Office tools. Training. Upon request the Service Provider shall have the ability to provide training for: 1. General Check Out procedures (mobile/non-mobile) 2. System configurations for DVR’s/MDVR’s to include a. Camera configuration

b. Frame rate Configuration c. Motion detection overlays d. Scheduling e. Resolution and other basic features of the system 3. Video searching, review and extraction for facilities and from mobile review stations 4. Remote access 5. See contract “Maintenance And Service Level agreement” Recommendations for System Improvements. Where appropriate, the provider will be required to make recommendations for lightning arrestors, power conditioning (drops/surges), and general support options. Likewise, recommendations for improving camera equipment (vandal resistant/moisture proof), DVRs, operating systems, and any other upgrades to improve the City’s system performance will be considered, however the improvements must be in accordance with the specifications outlined in the City Policy for Structured Cabling Infrastructure section at the end of this document. Procedural Requirements. Maintenance Issues. The procedure Service Provider follows when maintenance and/or repairs are required for video equipment are outlined as follows: During any service/maintenance visits, the vendor will use proper tools for the type of work performed, perform work in a safe manner according to OSHA standards, and use proper power lockout/tagout procedures. The Service Provider will be required to run a daily system verification check on all mobile and fixed site systems. As problems with video equipment have been identified, the City System Specialists (to be determined) are notified. The issue shall be documented with information such as vehicle ID number, vehicle type, camera number, facility address, DVR failure, failure lights, or general nature of the problem. The information collected is recorded into the “Vendor provided Tracking Application” and electronically logged with a unique ticket number assigned to each incident is property of the City. Barring “emergency issues”*, the vendor is contacted and provided the same information recorded in the “SiteLog / Tracking Application”. The vendor at this time will establish a work order and/or invoicing system, using, at a minimum the unique case number, dates, equipment physical location and complete set of all pertinent information in order to properly troubleshoot the failure. Vendor coordinates with System Specialist (to be determined) for access to the system(s). Upon proper coordination with the City, the vendor will work with City personal, or utilize the provided facilities access control system. Vendor will document all inspections, failures, and findings on a work order. If equipment is to be returned as defective the following action will occur: • Contact appropriate personnel/vendor for replacement parts, hardware, etc. • The vendor will be responsible for any additional charges that may be incurred for the return on any parts, both for the part itself and any shipping cost. • The vendor will contact the City System Specialist (to be determined) informing them of parts return. • Sign for replacement parts (Service Provider will record part and serial numbers)

• Replace parts and annotate work order with the removed and replaced part and serial numbers for cameras and DVR’s. • Appropriate City personnel will log the replaced components and facilitate return to the manufactures the defective parts or condemn parts through proper procedures. • The duration for corrections will be noted on the work order along with detailed information concerning the failure. If 48 hours or more is required to correct the issue, it will be noted and the City will be notified within 4 hours from the time of this determination. Upon correction of failures, a detailed system test will be performed for all corrected components and a basic system test to verify system functions. Final correction and tests performed will be annotated using a standardized pre-approved form and legible for viewing (Work Order). Upon completion of work, the Safety Administrator, and System Specialist (to be determined) will be notified. City personnel will then review the work order and perform basic system tests before signing off the job. If failures still exist, it will be annotated on the work order and correction to all issues will be required before signing off the work order. The City will then close the job in the “SiteLog / Tracking Application”. Vendor will transfer completed work order data into a web/internet viewable database system.

*Emergency issue are defined as any video equipment rendering the vehicle unsuitable to pull off the lot for revenue service. *Note: If the cameras or DVR’s are integrated with other systems (Access/Control), the service provider will coordinate appropriate City personnel or agencies when the changes or replacements affect those systems. Reporting. The vendor is required to provide the following types of reports: • All reported issues and failures • Summary of all work orders – Installations and Repairs • Work order by range of dates • Groupings By: o Facility o Dates o Vehicle Type (Mobile DVR’s) o Vehicle ID o Failure Classification • Mean Time failure by system and component to include DVR, Monitor, and Camera • Primary and Sub-system metrics • Vehicle up time • Fleet Uptime (all buses) • Facility Uptime • Include total inventory counts of spare/used equipment to be utilized by vendor from City staff. • Include statement of system standardization moving forward with all City owned/operated camera systems.

• City shall be granted inquire only access to the system utilized to manage CATS video system. Service Response Times. Service response time expectations are identified below. The terms, Non-Emergency and Emergency Call are defined as:

 Non-Emergency – Standard day to day issues with the systems, ie. Camera failure, DVR problem, Data Pack issues, etc. Issues addressed as soon as possible within normal business hours.

 Emergency – This term will be utilized when a problem, such as trying to recover recorded data from a system is not possible. Emergencies will be handled on a case by case basis and the City understands that expedited service response may require special pricing. Quantities. The City reserves the right to purchase according to actual need and do not guarantee quantities. Multiple orders will be placed on an as needed basis during the term of the Contract. Environmental Purchasing Requirements. The City promotes the practice of Environmentally Preferable Purchasing (EPP) in acquiring products or services. Companies must provide certification of environmental standards and other environmental claims, such as recycled content and emissions data or a formal statement signed by a senior company official. Products shall include the following environmental attributes wherever possible or appropriate: • Energy efficiency • Lifecycle management • Reduced packaging • Recycled content packaging • End of life management Companies able to supply products or services containing any of the applicable environmentally preferable attributes that meet performance requirements are encouraged to offer them in their proposal. Current Video Monitoring System Components. Numerous City departments are participating in this request for proposals and they are: • Charlotte Area Transit System (CATS) • Charlotte Department of Transportation (CDOT) • Charlotte Mecklenburg Police Department Facilities (CMPD) • Charlotte Water (CLTW) • Engineering and Property Management (EPM) • Solid Waste Services (SWS)

Charlotte Area Transit System (CATS) CATS requires video monitoring system services and products to support their facilities, buses and light rail vehicles. Transit’s current video monitoring system is comprised of the following inventory count. CATS Video Monitoring Inventory Total Count Type Description 1 360 Facility 390 Fixed Facility 211 PTZ Facility 18 Fixed Trolley Vehicles 560 Fixed STS Vehicles 200 Fixed Light Rail Vehicles 2480 Fixed Bus 414 Mobile DVRs Various Locations 10 Review Stations Various Locations

1 A dedicated server for the purposes of downloading and storing MVSS/FVSS footage. It is CATS’s intent to retrieve video from all facilities and modes on a routine basis, and download the footage to the server. Therefore, all proposals for mobile systems shall include MVR’s equipped with 2TB removable storage drives in each DVR. The Contractor will also provide 30 spare 2TB removable storage drives. Fixed camera systems shall include NVR’s capable of retaining recorded video from each connected camera for a minimum of 720 hours and from which video can be downloaded to the server.

2 All proposals shall include complete, identical systems for each vehicle in each mode of CATS’s fleet (Bus, Trolley, Streetcar, Light Rail Vehicle Etc.) along with adequate numbers of spare system components to support repair and replacement of the systems on each mode.

3 All proposed materials and equipment shall include a warranty of a minimum of one (1) year parts and labor. Warranty labor must be provided by the contractor. CATS will not perform labor on the MVSS/FVSS during the warranty period.

4 During the warranty period, spare camera system components may be used by the vendor as replacement of failed equipment or system components. Any and all components used for the replacement of failed or inoperable system components used by the vendor must be replaced, by the vendor, within three (3) days, at no cost to CATS.

5 Prior to the expiration of the warranty period, the vendor must provide training to CATS staff on how to diagnose system failures and replace system parts.

6 Prior to acceptance of the MVSS/FVSS, the contractor must provide training to CATS staff regarding configuration of the system, and extracting and viewing video.

7 Unlimited telephone and email technical support shall be provided at no additional charge for the life of the system.

8 All proposed materials and equipment shall be new and unused. Refurbished materials or equipment shall not be accepted.

9 All equipment shall be designed for use in the transit industry, with specific attention to ruggedness, reliability and vandal resistance.

10 All equipment furnished shall be the latest model in current production, and shall conform to quality workmanship practices and use materials consistent with CATS and transit best practices, standards, and policies.

11 All Software shall be the current version in production at the time of the installation.

12 The MVSS/FVSS shall consist of the most current technologically advanced equipment and features.

13 The MVSS/FVSS shall have the ability to support upgrades in its hardware, software, and possible expansion of service applications at no additional cost to CATS.

14 Each MVSS/FVSS shall be able to be removed and reinstalled with ease and minimal risk of damage to the system.

15 The Contractor shall furnish an equipment list including all system parts and components.

16 Standard commercially available components and connectors shall be used wherever possible. All proprietary hardware shall be disclosed as such on the equipment list.

17 All parts and external screws, nuts, and locking washers shall be stainless steel or an approved alternate non-corrosive material; no self-tapping screws shall be used unless specifically approved. No sharp edges shall be exposed.

18 Provisions shall be made to protect all equipment and components from common vandalism and physical abuse.

19 It shall be the responsibility of the contractor to properly locate and install all vehicle equipment. All equipment shall be installed in a manner that facilitates replacement in the event of a component failure.

20 Equipment shall not pose a safety hazard to operators, passengers or maintenance staff when installed or operated according to manufacturer’s recommendations.

21 The onboard system shall not interfere electrically with the operation of the bus or with other onboard equipment or systems.

22 It shall be the responsibility of the contractor to dispose of the current MVSS/FVSS in a safe and environmentally friendly manner.

23 Any damage, deformity, or abnormality caused by or discovered during the removal of the current MVSS/FVSS must be repaired in a manner approved by CATS. All repairs shall be done in a clean, nondescript manner.

Technical Requirements

1 The system shall be made entirely of new materials and shall be engineered and constructed with rugged materials to protect the system from environmental elements including shock, dust, water and humidity.

2 The system shall be provided in compatible and interchangeable hardware that shall support simultaneous recording of the required number of high definition cameras for each mode and an equal number of microphones.

3 The hardware shall support independent audio channels that can be isolated during playback.

4 The MVR/NVR must support eight (8) or more high definition camera inputs. 5 The MVR/NVR shall be rugged and designed for use in a typical transit environment, SAE rated J1455 for vibration and shock, and include a shock absorbing kit; evidence of system reliability shall be provided, showing that the proposers products have been in used in a transit environment for over 2-years and have at least 1,000 units in the field.

6 The video and audio files must be interoperable with common video file formats.

7 The proposed cameras shall include a manufacturer’s warranty of no less than 1 year; the MVR/NVR unit shall include a manufacturer's warranty of no less than 1-year parts & labor, including the hard disk drives, wiring harnesses, MVR/NVR lockbox etc.

8 The system shall be FCC approved and powered by 12 or 24 VDC vehicle power supply connected by 12 gauge wire and protected from power spikes, surges and reverse polarity operating between a range of 11 to 36 VDC. Power to all 12-volt cameras shall be provided directly from the MVR/NVR unit.

9 The MVR/NVR shall utilize user-configurable frame rate (1-30FPS/ camera) and quality settings for each camera.

10 The MVR/NVR shall utilize user-configurable resolution settings that include, at a minimum, CIF (360 x 240), 2CIF (720 x 240) and D1 (720 x 480).

11 The MVR/NVR shall be equipped with a temperature sensing system, software controlled fan and integrated heater or other hardware necessary for operation in a wide range of temperatures; the MVR/NVR shall not begin writing to the hard drive until a safe operating temperature is reached.

12 The MVR/NVR will be required to remain recording for a minimum of fifteen (15) minutes after the vehicle ignition is deactivated.

13 The system shall be equipped with a port to allow for exporting video and audio clips or updating software or system configurations.

14 The MVR/NVR shall have the capacity to be configured to record continuously or by event, software settings shall determine overwriting options: either to continue recording over the first video recorded, or to signal an alarm when storage is full.

15 Software that is capable of playback, time & date, event and clip searches, and administration shall be available and shall be compatible with Microsoft Windows.

16 Any software upgrades shall be made available and pricing shall be included in the proposal.

17 Software upgrades to MVR/NVRs will be accomplished through the use of a USB equipped media.

18 To retrieve recorded video, the software shall allow for searches by: Event, Time, Date and by Clip.

19 Options for archiving/retrieving video shall include: saving a video clip as in a standard video format, saving a video clip as in the vendors provided wrapped player and saving as an image. The system shall have the capability to transfer video events via wireless connection, downloaded directly to a laptop connected to the video system or by removal of the storage media.

20 Operating voltage shall be between 11 and 18 VDC and the cameras shall be powered via the MVR. Facility cameras shall be POIP with the appropriate hardware and software provided by the vendor.

21 The cameras shall be HD with multiple resolution settings.

22 The recording device must be capable of being mounted both horizontally and/or vertically as warranted by the vehicle model and must accommodate the needs of low floor vehicles.

23 The recording device must not require defragmentation, maintenance, or any other housekeeping operations that may interrupt recording when the vehicle ignition is powered up.

Installation

1 The start date of installation shall begin on a date agreed upon by the contractor and CATS and shall commence shortly after the contract is signed.

2 The installation shall be completed in a timely manner and conform to the timeline set forth through negotiations.

Testing

1 Testing must be performed so that every CATS bus in service has a fully functioning audio and video digital recording system that is viable and retrievable.

2 CATS shall not be constrained by the testing and reserves the right to make the following requests which shall be acted upon by the Contractor:

• Procedural changes and other reasonable tests to assure the MVSS/FVSS’ performance and conformance • Investigation into any apparent troubles, flaws, or abnormalities with respect to the MVSS/FVSS

• Audit of any and all test reports and verification of any or all previous test measures.

3 CATS shall be notified a minimum of one (1) week in advance of each test, unless given written consent by CATS to conduct the test earlier. CATS reserves the right to witness any and all tests.

4 There shall be two tests that must be successfully completed, without flaws, and the successful completion of these tests must be accepted by CATS before acceptance of the MVSS/FVSS. The two tests are as follows:

Vehicle Performance Test

1 The performance test shall commence upon the completion of the first system installed on a Vehicle.

2 The installation of systems on other like mode vehicles shall not commence until a successful performance test has been accepted by CATS.

3 All system functions shall be tested during the performance test.

4 Upon acceptance of the performance test, CATS will grant permission to the contractor to continue with the installation of the MVSS on the rest of the contracted vehicles for that mode of operation.

Acceptance

1 During any test or otherwise, it is discovered that the system does not conform to the requirements of the signed contract COJ will not accept the system until the issues have been corrected.

CATS System Performance Requirements. “Operational Up Time” Percentages. a. Service provider will be granted a six month initial timeframe to establish a baseline for performance. b. In all cases the “Operational Up Time” percentage (Op-upT) is a value from 0% to 100%. c. CATS requires a “System” Op-upT for the following: 1. Mobile Monitoring and Recording Systems ...... 98.5% 2. Brick & Mortar Facilities ...... 95.0% d. Percentage descriptions are as follows: 0% being completely Non-Operational and 100% being fully operational. Percentages between 0 – 100 % represent a portion of the system is failing. e. Non-functioning audio features do not equate as a total system failure, they are equaled to 25% of a single system failure. This equates to 4 audio failures is equaled to 1 system failure (i.e. MDVR not recording audio from Mic, or the Mic is not working). f. Non-functioning Digital Video Recorder (DVR / MDVR), where no video is being recorded by the system, is a system failure. g. Non-functioning Digital Video Recorder (DVR / MDVR), where no audio is being recorded by the system, is 25% of a single system failure. h. Non-functioning Cameras on either “Mobile” or “Brick & Mortar Facilities” is a system failure. i. Non-functioning Mobile Monitoring and Recording System “Emergency Buttons” does not prohibit recording of video on vehicles, but are considered as a system failure. j. Non-functioning Brick & Mortar “Panic Switches” on “Blue Light Phones” which redirects cameras to view these devices, therefore it is a system failure. k. Below are listed serviceable percentages based on failure types:

“Mobile” Systems Requirement Vehicle Complete Monitoring 98.5% Op-upT and Recording System

Video Device System Vehicle  MDVR Video Op-upT: 98.5% System Measure Only  Vehicle Cameras 98.5% No more than 1 failure per Vehicle, however total failures must not exceed the system requirement.

Audio Device System Vehicle  MDVR Audio: (25%) 98.5% System Measure Only  Microphone: (25%) 98.5% System Measure Only

Other Device System Vehicle  Panic Button 98.5% System Measure Only

“Brick & Mortar” Systems Requirement Facility Monitoring and Recording 95.0% Op-upT

Video Device System Facility  DVR Video Op-upT: 95.0% System Measure Only

 Facility Cameras 95.0% No more than 1 failure per site, however total failures must not exceed the system requirement.

Other Device System Facility  Panic Button: 95.0% System Measure Only “Blue Light Phone”

Operations (System Up-Time) Calculations. In all cases System Up Time is based on: System (Bus Fleet): Sum of “System Failures” divided by the total number of all fleet vehicles, multiplied by 100. This provides the daily “present failure”, which after being subtracted from 100% calculates the Op-upT. (See examples below)

 System Up Time (Z%) = [System Failures] ÷ [Total Vehicles] = X [ X ] * [ 100 ] = Daily Present Failure% [ 100% ] – [Daily Present Failure% ] = Z%

Example 1: [ 3 ] SysFailures [ 328 ] Vehicles

[ 3 ] ÷ [ 328 ] = .00915 [ .00915 ] * [ 100 ] = .915% [ 100% ] – [ .915 ] = 99.09%

 Audio Failures = 25% of a System Failure [Audio Failures] ÷ [ 4 ] = System Failures

Example 2: [ 17 ] Audio Failures [ 328 ] Vehicles

[ 17 ] ÷ [ 4 ] = 4.25 (or 4 system failures)

[ 4 ] ÷ [ 328 ] = .0122 [ .0122 ] * [ 100 ] = 1.22% [ 100% ] – [ 1.22 ] = 98.78%

Example 3: [ 14 ] Audio Failures [ 5 ] SysFailures [ 328 ] Vehicles

[ 14 ] ÷ [ 4 ] = 3.5 (or 3 system failures) Add: [ 3 ] + [ 5 ] = 8 (Total SysFailures)

[ 8 ] ÷ [ 328 ] = .0243 [ .0243 ] * [ 100 ] = 2.44% [ 100% ] – [ 1.22 ] = 97.56% (This example does NOT meet requirements)

Non-Performance. Non-Performance is defined as failure to perform services to a level acceptable as defined in this section.

A. Operational Up Time for the following i. System (Mobile Fleet): 98.5% total system operation during CATS “Fleet Operational Day”  MDVR 98.5% total fleet device operation  Cameras 98.5% total fleet device operation  Audio Components 98.5% total fleet device operation  Panic Buttons 98.5% total fleet device operation  Wireless Components 98.5% total fleet device operation  Mobile Network Switches 98.5% total fleet device operation  Video Encoders 98.5% total fleet device operation

ii. System (Brick & Mortar Facilities): 95.0% total system operation during CATS “Operational Day”  Transportation Center 95.0% total device operation  Park and Rides 95.0% total device operation  Multi-Modal Stations 95.0% total device operation

iii. All Others: To be defined by both CATS and the Service Provider.

B. Same vehicle/facility failure occurring three or more times within a 90 day period.

C. Failure to respond to a call based upon “Agreed Service Level”

D. Trouble Ticket Resolution. Trouble tickets are to be resolved by the Service Provider in a timely manner, any ticket remaining open for a period in excess of 60 hours, must be escalated by the Service Provider to a higher level support. Written communications with CATS Equipment Specialist (to be determined) must also be provided, explaining the circumstances of the delay in service.

E. CATS reserves the right for unscheduled audits of work performed by the Service Provider based on work orders received. CATS audits will be based on a Pass/Fail rating and the Service Provider is expected to maintain a percentage rating of 98% passing. Correction to failed inspections will be performed at no cost to CATS. The Service Provider is expected to address the issue(s) noted within a 48 hour period upon receiving notice from CATS of such failure. Audit’s will be documented and discrepancies noted on a standard form to include at a minimum:

i. Date of Inspection ii. Work Order Reference Number iii. Inspector Name iv. Noted Discrepancies v. Comment Section vi. Service Provider • Response Section • Corrective Action Section • Correction Date • Technicians Printed Name

Non-Performance Penalties. The Company will generate a daily system performance report at an agreed-upon time, every normal business day. The Company will log all system-reported issues and any issues submitted by the City into the Company and/or City tracking system. This will start the clock on the required repair time for reported issues. Required repair time will be based on the following tables:

Mobile Surveillance Systems "Allowable Failure Matrix" per Mobile System # of Failed System # of Allowable Components per Failures on Non-Critical Critical Time to Mobile System, Entire Fleet to Failures Per Failures Resolution Triggering a Trigger a Mobile System Critical Failure Critical Failure DVR (rail) 1 10 (CBH) DVR (non-rail) 1 20 (CBH) Camera (rail) 2 or More 6 10 (CBH) Camera (bus) 3 or More 20 20 (CBH) Camera (any) 1 or 2 50 (CBH) Audio 20 20 (CBH) Audio 1 or 2 40 (CBH) Emergency 1 40 (CBH) Button

Fixed Site Surveillance Systems "Allowable Failure Matrix" per DVR # of Failed System Components per Non-Critical Critical Time to Facility, Triggering a Failures Per Failures Resolution Critical Failure System DVR (rail) 1 10 (CBH) DVR (non-rail) 1 20 (CBH) 1 PTZ camera failure at any facility is critical

1 revenue camera (defined below) failure is critical Camera 10 (CBH)

All other critical failures are the lower of (i) 3 or more per facility or (ii) 50% of cameras on a single DVR unit Camera 1 or 2 50 (CBH)

Core Business Hours (CBH) are from 02:00pm to 12:00 midnight Monday through Friday. A Core Business Day is equal to ten (10) hours.

Critical Failures Failures that significantly disrupt service or expose the City to significant risk. Number of Failures The number of individual non-functional devices per mobile system, facility Triggering Critical Failure or entire fleet that will cumulatively trigger a Critical Failure. Non-Critical Failures Failures that do not significantly disrupt service or expose the City to significant risk. Time to Resolution The allotted number of CBHs to correct unit / system failures. Revenue Cameras Cameras that are positioned to monitor either revenue counting, cashiers, or vaults. These cameras are currently at three locations: 1) 3145 South Tryon Street Maintenance Facility in the revenue counting center; 2) 310 E. Trade Street Charlotte Transportation Center (CTC) in Pavilion A; and 3) CTC in Pavilion C.

If an issue is not corrected within the allotted time, a unit of system failure as defined above in this Scope of Services will be assessed for each following unit of Time to Resolution in which the issue remains uncorrected. The Company must be provided unencumbered access to vehicle equipment in order to accomplish repairs during the CBH time. Only CBH time where contractor is afforded unencumbered access can be counted towards critical failure and system failure calculations. More time may be granted at the discretion of the City Project Manager for issues with unusual circumstances.

The Company is required to maintain a daily performance level of 98.5% (ninety-eight and one half percent) for mobile systems and 95% (ninety-five percent) for fixed-site systems. The Company will be assessed fifty dollars ($50.00) per system failure below the required performance levels. This amount will be subtracted from the following month's invoice.

Charlotte Department of Transportation (CDOT)

CDOT requires video monitoring services and products to support their three facilities and their street video system located throughout the City. • Axis HD camera Q-6054-E • Axis mounting arm – part number 5017-671 • Axis pendant mounting kit – part number 5502-431 • Cohu PoE HD dome camera 5220HD • Cohu PoE HD positioning camera 5260HD

Common Services required by CDOT for Video Monitoring Maintenance: • Inspect and clean inside & outside of camera dome: mounting height 15-35’ • Inspect and clean inside & outside of camera dome: mounting height 40-60’ • Inspect and clean inside & outside of camera dome: on top of building • Supply and install camera dome & o-ring: mounting height 15-35’ • Supply and install camera dome & o-ring: mounting height 40-60’ • Supply and install camera dome & o-ring: on top of building

CDOT’s current video monitoring system is comprised of the following inventory count.

Charlotte Department of Transportation (CDOT) No. of Location Camera Type/Brand Cameras 11 Throughout Charlotte Axis IP 58 Throughout Charlotte Pelco IP 297 Throughout Charlotte Pelco Spectra III or IV 366 Total CDOT Street Video System 22 4411 Northpointe Industrial Blvd Fixed 9 4600 Sweden Road Fixed 10 6001 General Commerce Drive Fixed 41 Total CDOT Facilities 407 CDOT Camera Total

Charlotte Mecklenburg Police Department (CMPD)

CMPD would like to include the Command Center at 601 E. Trade Street, Charlotte. Their current video monitoring system is comprised of Axis and Pelco IP cameras. CMPD’s current video monitoring system is comprised of the following inventory count.

Device Inventory Count Archivers 30 Video Servers 2 Web Streaming Servers 2 Clients 16 Cameras /Encoders 1000+ Servers 34 CMPD Cameras 300 CDOT Cameras/Encoders 800

Charlotte Water (CLTW) No current need for maintenance services, however they are interested in pricing on the following products: Pelco – Full product line; hardware and software Raytec LED – Full hardware line Hikvision – Full hardware line Specco – Full Hardware line Dallmeier – Full Hardware line ACTI – Full Hardware line Northern – Video Monitors Only W-Box – Video Monitors Only

Engineering and Property Management (EPM)

EPM would like to include several of their facilities. Their nee

No. of Type Facility Name Address Cameras 6 PTZ CMGC 600 East 4th Street CMGC, City Hall, CMGC 600 East 4th Street, 232 South Davidson St, 600 East Trade 111 Fixed Deck Street 3 180 CMGC 600 East 4th Street 17 Knight Theatre 430 S Tryon St, Charlotte, NC 28202 4 PTZ Gantt Museum 551 S Tryon St, Charlotte, NC 28202 12 Fixed Gantt Museum 551 S Tryon St, Charlotte, NC 28202 5 PTZ Bechtler Museum 420 S Tryon St, Charlotte, NC 28202 18 Fixed Bechtler Museum 420 S Tryon St, Charlotte, NC 28202

Solid Waste Services (SWS)

SWS would like to include the facility located 1105 Otts St, Charlotte NC. Their current video monitoring system is comprised of the following inventory count. In addition to video monitoring equipment, Service Providers will need to perform troubleshooting, preventative maintenance and repair on the access control and security system for Solid Waste Services.

Device Inventory Count Access Card reader 10 Aiphone 3 Camera / Fixed 16 Camera / PTZ 7 Door Contact - Pedestrian Door 30 Door Contact - Roll up Door 2 Glass Break 3 Motion Detector 2 Security Keypad 4 Security Panel 2

REQUIRED FORM 1 - REQUEST FOR PROPOSALS ACKNOWLEDGEMENT RFP # 269-20170126 Video Monitoring Products and Related Services The Company hereby certifies receipt of the Request for Proposals for the City of Charlotte, RFP #269- 20170126, Video Monitoring Products and Related Services. This form should be completed upon receipt of the City’s Request for Proposals and faxed in time for the City to receive it by or before February 3, 2017. Failure to submit this form by the designated date shall not preclude the Company from submitting a proposal. Please email the completed Request for Proposals Acknowledgement Form to the attention of: Francesca Cameron CATS Procurement Email: [email protected]

Date: ______

Authorized Signature:______

Title:______

Company Name:______

Contact Name: ______

Contact E-mail address: ______

Please check the appropriate space below and provide the requested information:

_____We plan to attend the Pre-Proposal Conference and plan on submitting a Proposal

Number of attendees: _ _ Our company will participate via: __ Phone __ In person

_____We do not plan to attend but plan on submitting a Proposal

Reason:______

_____We do not plan on submitting a Proposal

Reason:______

REQUIRED FORM 2 - ADDENDA RECEIPT CONFIRMATION RFP # 269-20170126 Video Monitoring Products and Related Services Please acknowledge receipt of all addenda by including this form with your Proposal. All addenda will be posted to the NC IPS website at www.ips.state.nc.us.

ADDENDUM #: DATE ADDENDUM DOWNLOADED FROM NC IPS: ______

I certify that this proposal complies with the Specifications and conditions issued by the City except as clearly marked in the attached copy.

______(Please Print Name) Date

______Authorized Signature

______Title

______Company Name

REQUIRED FORM 3 - PROPOSAL SUBMISSION FORM RFP # 269-20170126 Video Monitoring Products and Related Services This Proposal is submitted by:

Company Name: ______

Representative (printed): ______

Address: ______

______

City/State/Zip: ______

Email address: ______

Telephone: ______(Area Code) Telephone Number

Facsimile: ______(Area Code) Fax Number

The representative signing above hereby certifies and agrees that the following information is correct: 1. In preparing its proposal, the Company has considered all proposals submitted from qualified, potential subcontractors and suppliers; and has not engaged in or condoned prohibited discrimination. For purposes of this Section, discrimination means discrimination in the solicitation, selection, or treatment of any subcontractor, vendor or supplier on the basis of race, ethnicity, gender, age, religion, national origin, marital status, familial status, sexual orientation, gender identity, gender expression or disability or any otherwise unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of discrimination. 2. Without limiting any other provision of the solicitation for proposals on this project, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the bid submitted by the Bidder on this Project and to terminate any contract awarded based on such bid. 3. As a condition of contracting with the City, the Company agrees to maintain documentation sufficient to demonstrate that it has not discriminated in its solicitation or selection of subcontractors. The Company further agrees to promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation and selection of subcontractors. Failure to maintain or failure to provide such information constitutes grounds for the City to reject the bid submitted by the Company or terminate any contract awarded on such bid. 4. As part of its Proposal, the Company shall provide to the City a list of all instances within the past ten years where a complaint was filed or pending against Company in a legal or administrative proceeding alleging that Company discriminated against its subcontractors, vendors or suppliers, and a description of the status or resolution of that complaint, including any remedial action taken. 5. The information contained in this Proposal or any part thereof, including its Exhibits, Schedules, and other documents and instruments delivered or to be delivered to the City, is true, accurate, and complete. This Proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the City as to any material facts.

6. It is understood by the Company that the City reserves the right to reject any and all Proposals, to make awards on all items or on any items according to the best interest of the City, to waive formalities, technicalities, to recover and re-bid this RFP. 7. This Proposal is valid for one hundred and eighty (180) calendar days from the Proposal due date. I, the undersigned, hereby acknowledge that my company was given the opportunity to provide exceptions to the Sample Terms as included herein as Exhibit A. As such, I have elected to do the following:

___ Include exceptions to the Sample Contract in the following section of my Proposal:______

___ Not include any exceptions to the Sample Terms.

Representative (signed): ______

REQUIRED FORM 4 - PRICING WORKSHEET RFP # 269-20170126 Video Monitoring Products and Related Services Regardless of exceptions taken, Companies shall provide pricing based on the requirements and terms set forth in this RFP. Pricing must be all-inclusive and cover every aspect of the Project. If there are additional costs associated with the Services, please add to this chart. Your Price Proposal must reflect all costs that the City will be responsible for. For purposes of this RFP, assume an initial term of three (3) years, with the City having an option to renew for two (2) additional consecutive one (1) year terms thereafter. Since each department participating has different products and project needs, pricing must take into account all the products and needs for each specific department. A service provider may submit on one or all of the various departments’ video monitoring service needs. See chart below for a summary of pricing types per department.

Department Pricing Format CATS – Mobile Per Unit Pricing CATS – Everything Fixed + Mobile Monthly Price CATS – CTC Total Price Charlotte Dept of Transportation Time and Materials Police Time and Materials Charlotte Water Product Pricing Only Engineering & Property Mgt - Museums Monthly Price Engineering & Property Mgt Time and Materials Solid Waste Services Time and Materials

Price Per Unit Equipment Install Fixed Route Bus Mobile Video Paratransit Bus Mobile Video Light Rail Vehicle Mobile Video Uptown Trolley

Price Per Unit Equipment Transfer From One Vehicle To Another Fixed Route Bus Mobile Video Paratransit Bus Mobile Video Light Rail Vehicle Mobile Video Uptown Trolley

Price Per Unit Equipment De-Installation and Storage As Spare Equipment Until Needed Fixed Route Bus Mobile Video Paratransit Bus Mobile Video Light Rail Vehicle Mobile Video Uptown Trolley

Fixed Mobile Video Configuration 360 Camera Camera Audio Fixed Route Bus Mobile Video 2 4 Yes Paratransit Bus Mobile Video 2 4 Yes Light Rail Vehicle Mobile Video 3 6 Yes Uptown Trolley 2 4 Yes

CATS Fleet Monthly Price $ CATS CTC Upgrade Turn-Key Price $

Charlotte Dept of Transportation Time and Materials Product Description * Current List Price % Off List Price $ % $ % $ % $ % $ % $ % $ % $ % Service Description Hourly Price $ $ $ $

Charlotte Mecklenburg Police Dept Time and Materials Product Description * Current List Price % Off List Price $ % $ % $ % $ % $ % $ % $ % $ % Service Description Hourly Price $ $ $ $

Charlotte Water Product Cost Only Product Description * Current List Price % Off List Price Pelco – Full product line $ % Raytec LED – Full hardware line $ % Hikvision – Full hardware line $ % Specco – Full Hardware line $ % Dallmeier – Full Hardware line $ % ACTI – Full Hardware line $ % Northern – Video Monitors Only $ % W-Box – Video Monitors Only $ %

* You may submit pricing in a more detailed format, must include each item in the product line and the current list price and the % discount being offered to the City.

Engineering & Property Mgt Time and Materials

Product Description * Current List Price % Off List Price $ % $ % $ % $ % $ % $ % $ % $ % Service Description Hourly Price $ $ $ $

Solid Waste Services Time and Materials Product Description * Current List Price % Off List Price $ % $ % $ % $ % $ % $ % $ % $ % Service Description Hourly Price $ $ $ $ * You may submit product pricing in a more detailed format, must include each item in the product line and the current list price and the % discount being offered to the City.

REQUIRED FORM 5 – M/W/SBE UTILIZATION RFP # 269-20170126 Video Monitoring Products and Related Services The City maintains a strong commitment to the inclusion of MWSBEs in the City’s contracting and procurement process when there are viable subcontracting opportunities. Companies must submit this form with their proposal outlining any supplies and/or services to be provided by each City certified SBE, and/or City registered MBE and WBE for the Contract. The City recommends you exhaust all efforts when identifying potential MWSBEs to participate on this RFP. Please indicate if your company is any of the following: ____ MBE ____WBE ____SBE ____ None of the above

If your company has been certified with any of the agencies affiliated with the designations above, indicate which agency, the effective and expiration date of that certification below: Agency Certifying: ______Effective Date: ______Expiration Date: ______

Identify outreach efforts that were employed by the firm to maximize inclusion of MWSBEs to be submitted with your Proposal (attach additional sheets if needed): ______Identify outreach efforts that will be employed by the firm to maximize inclusion during the contract period of the Services (attach additional sheets if needed): ______List below all MWSBEs that you intend to use on the Contract. MWSBE City Amount or % Subcontractor Name Product or Service Type Vendor # Utilization

Representative (signed): ______

______Date Representative Name

REQUIRED FORM 6 – COMPANY’S BACKGROUND RESPONSE RFP # 269-20170126 Video Monitoring Products and Related Services Companies shall complete and submit the form below as part of their response to this RFP. Additional pages may be attached as needed to present the information requested. Question Response Company’s legal name Company location (indicate corporate headquarters and location that will be providing the Products and/or Services). How many years has your company been in business? How many years has your company been selling similar Products or Services? How many public sector (cities or counties) clients does your company have? How many are purchasing Products or Services? Identify by name some of the clients similar to City (e.g., similar in size, complexity, location, type of organization). List any litigation that your company has been involved with during the past two (2) years for Services similar to those in this RFP. Is your company privately held? Publicly

traded? Does it have a parent company? Provide a management organization chart of your company’s overall organization, including

director and officer positions and names and the reporting structure. Describe the key individuals along with their qualifications, professional certifications and experience that would comprise your company’s team for providing the Products and Services. Explain how your organization ensures that personnel performing the Services are qualified and proficient.

REQUIRED FORM 7 – REFERENCES RFP # 269-20170126 Video Monitoring Products and Related Services Companies shall complete the form below. The City’s preference is for references from organizations of similar size or where the Company is performing similar products and Services. If such are not available, companies that can speak to the Company’s performance are adequate. REFERENCE 1: Name of Client: Primary Contact:______Phone:______E-mail address:______Service Dates: Type of Products and/or Services Provided:

Approx. Annual Spend Budget: $ ______Number of Employees: ______

REFERENCE 2: Name of Client: Primary Contact:______Phone:______E-mail address:______Service Dates: Type of Products and/or Services Provided:

Approx. Annual Spend Budget: $ ______Number of Employees: ______

REFERENCE 3: Name of Client: Primary Contact:______Phone:______E-mail address:______Service Dates: Type of Products and/or Services Provided:

Approx. Annual Spend Budget: $ ______Number of Employees: ______

Appendix A – CATS Park and Ride Locations

Cameras PTZ / Fixed / 360 Facility Name Facility Address 1 Fixed 3rd Street Elevator 305 East 3rd Street 4 PTZ 3rd Street Platform 305 East 3rd Street 2 Fixed 3rd Street Platform 305 East 3rd Street 4 Fixed 3rd Street TVMs 305 East 3rd Street 8 PTZ 7th Street Platform 260 East 7th Street 28202 2 Fixed 7th Street Platform 260 East 7th Street 28202 4 Fixed 7th Street TVMs 260 East 7th Street 28202 2 PTZ Albemarle Road Park and Ride 6929 Albemarle Road 28227 12 Fixed Albemarle Road Park and Ride 6929 Albemarle Road 28227 2 PTZ Archdale Road Park and Ride 6929 Albemarle Road 28227 4 PTZ Archdale Road Station 6230 South Boulevard 28217 1 Fixed Archdale Road Station Elevator 6230 South Boulevard 28217 2 Fixed Arrowood 7717 England Street 28273 5 PTZ Arrowood 7717 England Street 28273 2 Fixed Arrowood Road Platform 7717 England Street 28273 4 Fixed Arrowood Road TVMs 7717 England Street 28273 2 Fixed Bland Street Platform 1511 Camden Road 28203 4 PTZ 1511 Camden Road 28203 4 Fixed Bland Street TVMs 1511 Camden Road 28203 4 PTZ Carson Station 218 East Carson Boulevard 28203 2 Fixed Carson Street Platform 218 East Carson Boulevard 28203 4 Fixed Carson Street TVMs 218 East Carson Boulevard 28203 43 Fixed Charlotte Area Transit Center 310 East Trade Street 28202 13 PTZ Charlotte Area Transit Center 310 East Trade Street 28202 2 PTZ Convention Center Tunnel 305 East 3rd Street 28202 4 PTZ CTC / Arena Station 303 East Trade Street 28202 5 Fixed CTC / Arena Station 303 East Trade Street 28202 10 Fixed CTC / Arena Station TVMs 303 East Trade Street 28202 2 Fixed East / West Platform 1821 Camden Road 28203 4 PTZ East / West Station 1821 Camden Road 28203 4 Fixed East / WestTVMs 1821 Camden Road 28203 1 PTZ Eastland Transit Center 5411 Central Avenue 14 Fixed Eastland Transit Center 5411 Central Avenue 12 Fixed Huntersville Gateway Park and Ride 10300 Compass Street 28078 3 PTZ Huntersville Gateway Park and Ride 10300 Compass Street 28078 12 Fixed Huntersville North Cross Park and Ride 17126 Northcross Drive 28078 1 PTZ Huntersville North Cross Park and Ride 17126 Northcross Drive 28078

13 PTZ I-485 Parking Deck 9510 South Boulevard 28273 2 Fixed I-485 Parking Deck Elevators 9510 South Boulevard 28273 7 PTZ I-485 Station 9544 South Boulevard 28273 4 Fixed I-485 Station 9544 South Boulevard 28273 12 Fixed I-485 TVMs 9544 South Boulevard 28273 9 Fixed Mallard Creek Park and Ride 8942 Mallard Creek Road 28269 1 PTZ Mallard Creek Park and Ride 8942 Mallard Creek Road 28269 1 PTZ Morehead Street Station 2 Fixed New Bern Street Platform 129 New Bern Street 28203 4 PTZ New Bern Street Station 129 New Bern Street 28203 4 Fixed New Bern Street TVMs 129 New Bern Street 28203 25 Fixed North Davidson Administration 900 N. Davidson Street 28206 7 PTZ North Davidson Administration 900 N. Davidson Street 28206 3 PTZ North Davidson Fuel / Fare / Wash 928 N. Davidson Street 28206 10 Fixed North Davidson Fuel / Fare / Wash 928 N. Davidson Street 28206 62 Fixed North Davidson Maintenance 901 N. Davidson Street 28206 29 PTZ North Davidson Maintenance 901 N. Davidson Street 28206 12 Fixed Rosa Parks Transit Center 2811 Beatties ford Road 1 PTZ Rosa Parks Transit Center 2811 Beatties ford Road 10 PTZ SBLRMF 3305 Pelton Street 28217 5 Fixed SBLRMF 3305 Pelton Street 28217 1 PTZ Scaleybark Park and Ride 2 Fixed Scaleybark Platform 3750 South Boulevard 28209 4 PTZ 3750 South Boulevard 28209 4 Fixed Scaleybark TVMs 3750 South Boulevard 28209 1 PTZ Sharon Road Park and Ride 2 Fixed Sharon Road Platform 8815 Crump Road 6 PTZ Sharon Road Station 8815 Crump Road 1 Fixed Sharon Road Station 8815 Crump Road 4 Fixed Sharon Road TVMs 8815 Crump Road 14 PTZ South Tryon Admin Parking 3129 South Tryon Street 28217 12 Fixed South Tryon Administration 3145 South Tryon Street 28217 4 PTZ South Tryon Administration 3145 South Tryon Street 28217 1 360 South Tryon Administration 3145 South Tryon Street 28217 3 Fixed South Tryon Body Shop 3239 South Tryon Street 28217 4 PTZ South Tryon Body Shop 3239 South Tryon Street 28217 4 PTZ South Tryon Fuel / Fare / Wash 3229 South Tryon Street 28217 31 Fixed South Tryon Fuel / Fare / Wash 3229 South Tryon Street 28217 8 Fixed South Tryon Maintenance 3225 South Tryon Street 28217 9 PTZ South Tryon Maintenance 3225 South Tryon Street 28217 7 PTZ 260 East Stonewall Street 28202

2 Fixed Stonewall Street Platform 260 East Stonewall Street 28202 4 Fixed Stonewall Street TVMs 260 East Stonewall Street 28202 1 PTZ Tremont 4 PTZ Tyvola Road Park and Ride 5 PTZ Tyvola Road Station 5703 Old Pineville Road 28217 4 Fixed Tyvola Road Station 5703 Old Pineville Road 28217 2 Fixed Tyvola Road Station Elevators 5703 Old Pineville Road 28217 4 Fixed Tyvola Road TVMs 5703 Old Pineville Road 28217 1 PTZ Woodlawn Road Park and Ride 1 PTZ Matthes Park and Ride 6 Fixed Matthes Park and Ride 8 PTZ Woodlawn Road Station 4756 Old Pineville Road 28217 2 Fixed Woodlawn Street Platform 4756 Old Pineville Road 28217 4 Fixed Woodlawn Street TVMs 4756 Old Pineville Road 28217

X = 40' -60' Location Camera Type * = on building 7th & Mcdowell Pelco Spectra III or IV X Independence / Louise Pelco Spectra III or IV X Independence / Pecan Pelco Spectra III or IV X Independence / Westover Pelco Spectra III or IV X Independence / Morningside Pelco Spectra III or IV X Independence / Briarcreek Pelco Spectra III or IV X Independence / Eastway Pelco Spectra III or IV X Independence / Pierson Pelco Spectra III or IV X Independence / Albemarle Pelco Spectra III or IV X Independence / Farmingdale Pelco Spectra III or IV Albemarle / Greenbrook Pelco Spectra III or IV X E 10th St_Central Av_Louise Av Pelco Spectra III or IV Central Av_Hawthorne Ln Pelco Spectra III or IV Central Av_Pecan Av Pelco Spectra III or IV Central Av_Morningside Dr Pelco Spectra III or IV Central Av_Eastcrest Dr Pelco Spectra III or IV Briar Creek Rd_Central Av Pelco Spectra III or IV Central Av_Eastway Dr Pelco Spectra III or IV Central Av_Kilborne Dr_Norland Rd Pelco Spectra III or IV Central Av_Rosehaven Dr Pelco Spectra III or IV Central Av_N Sharon Amity Rd Pelco Spectra III or IV Albemarle Rd_N Sharon Amity Rd Pelco Spectra III or IV Charlottetowne Av_E 7th St_E Independence Pelco Spectra III or IV Bv E 7th St_Hawthorne Ln Pelco Spectra III or IV E 7th St_N Caswell Rd_Pecan Av Pelco Spectra III or IV E 5th St_E 7th St_Firefighter Pl Pelco Spectra III or IV Dunn Av_Monroe Rd Pelco Spectra III or IV X Briar Creek Rd_Monroe Rd Pelco Spectra III or IV Monroe Rd_N Wendover Rd Pelco Spectra III or IV Commonwealth Av_Monroe Rd Pelco Spectra III or IV Monroe Rd_Richland Dr Pelco Spectra III or IV Monroe Rd_N Sharon Amity Rd Pelco Spectra III or IV E Morehead St_S College St_S Tryon/College Pelco Spectra III or IV X Connector St Old City Hall - Davidson Pelco Spectra III or IV * Old City Hall - Alexander Pelco Spectra III or IV * E Trade St_N Caldwell St_S Caldwell St Pelco Spectra III or IV E 5th St_N College St Pelco Spectra III or IV E 4th St_S Caldwell St Pelco Spectra III or IV E 5th St_N Caldwell St Pelco Spectra III or IV E 5th St_N Brevard St Pelco Spectra III or IV E 6th St_N Brevard St Pelco Spectra III or IV 5th & Lrt Pelco Spectra III or IV E 7th St_N Brevard St Pelco Spectra III or IV E 3rd St_S Brevard St Pelco Spectra III or IV E 4th St_S Tryon St_W 4th St Pelco Spectra III or IV Tryon & 4th Pelco Spectra III or IV 5th & Church Pelco Spectra III or IV N Church St_W 5th St Pelco Spectra III or IV Albemarle Rd_Central Av Pelco Spectra III or IV Albemarle Rd_Farm Pond Ln Pelco IP Albemarle Rd_Regal Oaks Dr Pelco Spectra III or IV Albemarle Rd_E W T Harris Bv Pelco Spectra III or IV Albemarle Rd_Harrisburg Rd Pelco Spectra III or IV Albemarle Rd_Wilgrove-Mint Hill Rd Pelco Spectra III or IV

E W T Harris Bv_Idlewild Rd North Pelco Spectra III or IV E W T Harris Bv_Idlewild Rd Pelco Spectra III or IV Idlewild Rd_Margaret Wallace Rd Pelco Spectra III or IV E Tremont Av_South Bv Pelco Spectra III or IV South Bv. & Mcdonald Pelco Spectra III or IV Ideal Wy_Remount Rd_South Bv Pelco Spectra III or IV Marsh Rd_New Bern St_South Bv Pelco Spectra III or IV Clanton Rd_Hartford Av_South Bv Pelco Spectra III or IV

Old Pineville Rd_Scaleybark Rd_South Bv Pelco Spectra III or IV South Bv. & Woodlawn (South) Pelco Spectra III or IV E Woodlawn Rd_South Bv Pelco Spectra III or IV Seneca Pl_South Bv Pelco Spectra III or IV South Bv_Tyvola Rd Pelco Spectra III or IV Emerywood Dr_South Bv Pelco Spectra III or IV Archdale Dr_South Bv Pelco Spectra III or IV E Arrowood Rd_South Bv_Starbrook Dr Pelco Spectra III or IV

Sharon Lakes Rd_South Bv_Sweden Rd Pelco Spectra III or IV

Gleneagles Rd_Park Rd_Sharon Rd West Pelco Spectra III or IV Sharon Rd West_South Bv Pelco Spectra III or IV Cressida Dr_E Westinghouse Bv_South Bv Pelco IP I-485 Wb Ra_South Bv Pelco Spectra III or IV Cameron-Brown - NW Pelco Spectra III or IV * Cameron-Brown - SE Pelco Spectra III or IV * E Park Av_South Bv Pelco Spectra III or IV East Bv_South Bv Pelco Spectra III or IV Carolina Pavilion Dr N_South Bv Pelco Spectra III or IV E Woodlawn Rd_Old Pineville Rd Pelco Spectra III or IV Old Pineville Rd_Tyvola Rd Pelco Spectra III or IV Archdale Dr_Old Pineville Rd Pelco Spectra III or IV Shopton Rd. West/York Rd. Pelco Spectra III or IV S. Tryon St./Steele Creek Rd. Pelco Spectra III or IV Choate Cr/S. Tryon St. Pelco Spectra III or IV Erwin Rd./S. Tryon St. Pelco Spectra III or IV Carowinds Blvd/S. Tryon St. Pelco Spectra III or IV S. Tryon St./Westinghouse Blvd Pelco Spectra III or IV S. Tryon St./Sandy Porter Rd. Pelco Spectra III or IV I-485 Inner Ramp/S. Tryon St. Pelco Spectra III or IV S. Tryon St./W. Arrowood Rd. Pelco Spectra III or IV Beam Rd./S. Tryon St. Pelco Spectra III or IV S. Tryon St./Shopton Rd. Pelco Spectra III or IV Brown-Grier Rd./Steele Creek Rd. Pelco Spectra III or IV

Sandy Porter Rd./W. Arrowood Rd. Pelco Spectra III or IV

I-485 Inner Ramp/W. Arrowood Rd. Pelco Spectra III or IV

Steele Creek Rd./Westinghouse Blvd. Pelco Spectra III or IV E Morehead St_S Kings Dr Pelco Spectra III or IV Dilworth Rd_E Morehead St_S Mcdowell St Pelco Spectra III or IV E Morehead St_Harding Pl Pelco Spectra III or IV E Morehead St_Edgehill Rd North_Queens Rd Pelco Spectra III or IV S Independence Bv_S Kings Dr Pelco Spectra III or IV 3rd-4th Connector St_E 4th St_N Kings Dr_S Pelco Spectra III or IV Kings Dr E 4th St_N Caswell Rd_Randolph Rd_S Caswell Pelco Spectra III or IV Rd 3rd_Charlottetowne Pelco Spectra III or IV E 3rd St_Queens Rd Pelco Spectra III or IV Providence & Colonial Pelco Spectra III or IV Randolph & Dotger Pelco Spectra III or IV Randolph & Sam Drenan Pelco Spectra III or IV Billingsley Rd_Conservancy Ln_Randolph Rd Pelco Spectra III or IV

N Wendover Rd_Randolph Rd_S Wendover Rd Pelco Spectra III or IV Randolph & Woodlark Pelco Spectra III or IV Providence & Fenton Pelco Spectra III or IV Providence Rd_Queens Rd Pelco IP Colville Rd_Providence Rd Axis IP Providence Rd_S Wendover Rd Pelco Spectra III or IV Providence Rd_S Sharon Amity Rd_Sharon Ln Pelco Spectra III or IV Providence & Rutledge Pelco Spectra III or IV Providence & Cloister Pelco Spectra III or IV Rama Rd_Sardis Rd Pelco Spectra III or IV Randolph Rd_Sardis Rd Pelco Spectra III or IV Randolph & Amrita Ct. Pelco Spectra III or IV Randolph & Rembrandt Pelco Spectra III or IV N Sharon Amity Rd_Randolph Rd_S Sharon Pelco Spectra III or IV Amity Rd Fairview Rd_Providence Rd_Sardis Rd Pelco Spectra III or IV Carmel Rd_Fairview Rd Pelco Spectra III or IV Providence Rd_Lansdowne Rd Pelco Spectra III or IV Old Providence Rd_Providence Rd Pelco Spectra III or IV

Alexander Rd_Providence Rd_Rea Rd Pelco Spectra III or IV Providence & Beverly Crest Pelco Spectra III or IV Pineville-Matthews Rd_Providence Rd Pelco Spectra III or IV Ardrey Kell Rd_Lancaster Hy Pelco Spectra III or IV Ardrey Kell Rd_Rea Rd Pelco Spectra III or IV Eastway Dr_Woodland Dr Pelco Spectra III or IV N Graham St_Music Factory Blvd Pelco Spectra III or IV Providence & Greylyn / Jefferson Pelco Spectra III or IV

Randolph & Cmc Med. Bldg.(Near Billingsley Pelco Spectra III or IV Elementary School ) Nascar Hof North Pelco Spectra III or IV * Nascar Hof South Pelco Spectra III or IV * Ardrey Kell Rd_Providence Rd Pelco Spectra III or IV 12th St./Brookshire/College Pelco Spectra III or IV 12th & Davidson Pelco Spectra III or IV Charlottetowne/Kenilworth Pelco Spectra III or IV 7th/Charlottetowne/Indep. Ramp Pelco Spectra III or IV Elizabeth Ln_Pineville-Matthews Rd_Schooner Pelco Spectra III or IV Ln Alexander Rd_Pineville-Matthews Rd Pelco Spectra III or IV

Echo Forest Dr_Pineville-Matthews Rd Pelco Spectra III or IV Beckmore & Nc 51 Pelco Spectra III or IV Pineville-Matthews Rd_Raintree Ln Pelco Spectra III or IV Pineville-Matthews Rd_Rea Rd Pelco Spectra III or IV Elm Ln_Pineville-Matthews Rd Pelco Spectra III or IV Carmel Rd_Pineville-Matthews Rd Pelco Spectra III or IV

Johnston Rd_Pineville-Matthews Rd Pelco Spectra III or IV Fire Station 39 & Providence Pelco Spectra III or IV Greyson Ridge Dr_High Ridge Rd_Providence Pelco Spectra III or IV Rd Kuykendall Rd_Providence Rd Pelco Spectra III or IV Providence Church Ln_Providence Rd Pelco Spectra III or IV Alexa Rd_Providence Rd Pelco Spectra III or IV Ballantyne Commons Py_Mckee Pelco Spectra III or IV Rd_Providence Rd I-485 Outer Ra_Providence Rd Pelco Spectra III or IV X Mckee Rd_Tilley Morris Rd Pelco Spectra III or IV N Irwin Av_W Trade St Pelco Spectra III or IV Wesley Heights Way & Trade Pelco Spectra III or IV Beatties Ford Rd_Rozzelles Ferry Rd_W 5th Pelco Spectra III or IV St_W Trade St Mill Rd. & Beatties Ford Pelco Spectra III or IV Beatties Ford Rd_Oaklawn Av Pelco Spectra III or IV St. Mark & Beatties Ford Pelco Spectra III or IV Keller & Beatties Ford Pelco Spectra III or IV Beatties Ford Rd_N I-85 Exit 37 Ra Pelco Spectra III or IV

A Av East_Beatties Ford Rd_N Hoskins Rd Pelco Spectra III or IV

Beatties Ford Rd_Cindy Ln_Griers Grove Rd Pelco Spectra III or IV Capps Hill Mine & Beatties Ford Pelco Spectra III or IV Beatties Ford Rd_Sunset Rd Pelco Spectra III or IV N I-77 Exit 16 Ra_Reames Rd_Sunset Rd Pelco Spectra III or IV

Old Statesville Rd_Statesville Rd_Sunset Rd Pelco Spectra III or IV Gibbon Rd_Old Statesville Rd Pelco Spectra III or IV Pete Brown & Old Statesville Pelco Spectra III or IV Old Statesville Rd_W W T Harris Bv Pelco Spectra III or IV I-485 Outer Loop & Harris Pelco Spectra III or IV Northlake Centre Py_Reames Rd_W W T Harris Pelco Spectra III or IV Bv I-77 To Reames Rd Ra Sb_Reames Rd To I-77 Pelco Spectra III or IV Ra Sb_W W T Harris Bv Statesville Rd_W W T Harris Bv Pelco Spectra III or IV Lakeview Rd_W W T Harris Bv Pelco Spectra III or IV Northridge Business Park & Harris Pelco Spectra III or IV Davis Lake Py_W W T Harris Bv Pelco Spectra III or IV W Sugar Creek Rd_W W T Harris Bv Pelco Spectra III or IV

Mallard Creek Rd_W W T Harris Bv Pelco Spectra III or IV N Davidson St_Parkwood Av Pelco Spectra III or IV Parkwood Av_The Plaza Pelco Spectra III or IV E 36th St_The Plaza Pelco Spectra III or IV E Sugar Creek Rd_The Plaza Pelco Spectra III or IV E Sugar Creek Rd_Eastway Dr_Purser Dr Pelco Spectra III or IV Eastway Dr_The Plaza Pelco Spectra III or IV E W T Harris Bv_Meadow Rose Ln_Milton Rd Pelco Spectra III or IV

E W T Harris Bv_Robinson Church Rd Pelco Spectra III or IV E W T Harris Bv_Hickory Grove Rd Pelco Spectra III or IV Linda Lake & Harris Pelco Spectra III or IV E W T Harris Bv_The Plaza Pelco Spectra III or IV E W T Harris Bv_Grier Rd Pelco Spectra III or IV E W T Harris Bv_Rocky River Rd Pelco Spectra III or IV Orr Rd & N. Tryon Pelco Spectra III or IV Heathway & N. Tryon Pelco Spectra III or IV Orchard Trace & N. Tryon Pelco Spectra III or IV Stetson & N. Tryon Pelco Spectra III or IV City Blvd & N. Tryon Pelco Spectra III or IV N Tryon St_Shopping Center Dr_Wal-Mart Dy Pelco Spectra III or IV

E W T Harris Bv_N Tryon St_W W T Harris Bv Pelco Spectra III or IV

Institute Cr_Mallard Pointe_N Tryon St Pelco Spectra III or IV

E Mallard Creek Church Rd_N Tryon St_W Pelco Spectra III or IV Mallard Creek Church Rd I-85 & Harris Pelco Spectra III or IV Ibm Dr_Research Dr_W W T Harris Bv Pelco Spectra III or IV

Ballantyne Crossing Py_Johnston Rd Pelco Spectra III or IV

Ibm Dr_Medical Plaza Dr_W W T Harris Bv Pelco Spectra III or IV E W T Harris Ra_University City Bv_Town Pelco Spectra III or IV Center Dy Bonnie Cone Ln_E Mallard Creek Church Pelco Spectra III or IV Rd_Mary Alexander Rd E Mallard Creek Church Rd_University City Bv Pelco Spectra III or IV N Tryon St_Old Concord Rd Pelco Spectra III or IV N Shopping Center Dr_S Shopping Center Pelco Spectra III or IV Dr_University City Bv Broadrick Bv_University City Bv Pelco Spectra III or IV John Kirk Dr_University City Bv Pelco Spectra III or IV Back Creek Church Rd_Pavilion Bv_University Pelco Spectra III or IV City Bv I-485 Inner Ra_N Tryon St Pelco Spectra III or IV N Tryon St_Pavilion Bv Pelco Spectra III or IV Berkeley Place Dr_W Mallard Creek Church Rd Pelco Spectra III or IV

S I-85 Ra_W Mallard Creek Church Rd Pelco Spectra III or IV

Senator Royall Dr_W Mallard Creek Church Rd Pelco Spectra III or IV Claude Freeman Dr_W Mallard Creek Church Pelco Spectra III or IV Rd Mallard Creek Rd_Prosperity Church Rd_W Pelco Spectra III or IV Mallard Creek Church Rd

Eastway Dr_N Tryon St_W Eastway Dr Pelco Spectra III or IV Old Concord Rd_Orr Rd Pelco Spectra III or IV E Morehead St_Kenilworth Av Pelco Spectra III or IV Kenilworth Av_Romany Rd Pelco Spectra III or IV Kenilworth Av_Park Rd Pelco Spectra III or IV Marsh Rd_Park Rd Pelco Spectra III or IV Hillside Av_Park Rd Pelco Spectra III or IV Park Rd / Townes Rd Pelco Spectra III or IV E Woodlawn Rd_Park Rd Pelco Spectra III or IV Park Rd_Seneca Pl Pelco Spectra III or IV Park Rd_Park Selwyn Office Dr_Selwyn Av Pelco Spectra III or IV Fairview Rd_Park Rd_Tyvola Rd Pelco Spectra III or IV Archdale Dr_Park Rd Pelco Spectra III or IV Frederick Pl_Park Rd_Park South Dr Pelco Spectra III or IV Park Rd_Sharon Rd Pelco Spectra III or IV Arbor Pointe Dr_Park Rd_South Meck H S Dr Pelco Spectra III or IV Birnen Dr_Johnston Rd_Park Rd Pelco Spectra III or IV Carmel Rd_Johnston Rd Pelco Spectra III or IV Johnston Rd_North Community House Rd Pelco Spectra III or IV Billy Graham Pkwy/S. Tryon St. and W Pelco Spectra III or IV Woodlawn Rd. S. Tryon St./Tyvola Rd. Pelco Spectra III or IV Nations Ford Rd./Tyvola Rd. Pelco Spectra III or IV S I-77 Exit 5 / Tyvola Rd. Pelco Spectra III or IV Archdale Dr./N. I-77 Exit 4 Pelco Spectra III or IV Seventy Seven Center Dr./Tyvola Rd. Pelco Spectra III or IV Billy Graham Pkwy/West Blvd. Pelco Spectra III or IV Billy Graham Pkwy/Morris Field Dr. Pelco Spectra III or IV Billy Graham Pkwy/Boyer St. Pelco Spectra III or IV Brookshire Blvd./DMV Dr. Pelco Spectra III or IV Brookshire Blvd/N I-85 Exit 36 Pelco Spectra III or IV Brookshire Blvd./N. Hoskins Rd. Pelco Spectra III or IV Brookshire blvd./Lawton Rd. Pelco Spectra III or IV Brookshire blvd./Hovis Pelco IP Mulberry Church Rd./S I-85 Exit 33 Pelco Spectra III or IV Billy Graham Pkwy/N I-85 Exit 33 Pelco Spectra III or IV Brookshire Blvd./I-485 Outer Ramp Pelco Spectra III or IV

Brookshire Blvd./I-485 Inner Ramp Pelco Spectra III or IV Bellhaven Blvd./Brookshire Blvd Pelco Spectra III or IV Brookshire Blvd./Pleasant Grove Rd. Pelco Spectra III or IV

Brookshire Blvd./Mt Holly-Huntersville Rd. Pelco Spectra III or IV Brookshire Blvd/Nance Cove Rd. and Rozzelles Pelco Spectra III or IV Ferry Rd. Billy Graham Pkwy/Tyvola Rd. and W Tyvola Pelco Spectra III or IV Rd. WT Harris_Trysting Pelco Spectra III or IV WT Harris Blvd_Lawyers Rd Pelco Spectra III or IV Sugar Creek_I-85 NB Ramp Pelco Spectra III or IV Mt Holly Rd_ I-485 OL Pelco Spectra III or IV Freedom Drive_ I-85 Pelco Spectra III or IV Woodlawn_Scaleybark Pelco Spectra III or IV Woodlawn_Runnymede_Selwyn Pelco Spectra III or IV Barclay Downs_Runnymede Pelco Spectra III or IV Colony_Runnymede Pelco Spectra III or IV Sharon Rd_Wendover Pelco Spectra III or IV Sharon Rd_Runnymede Pelco Spectra III or IV Barclay Downs_Fairview Pelco Spectra III or IV Sharon Rd_Sharon Ln. Pelco Spectra III or IV Sharon Rd_Southpark Drwy. Pelco Spectra III or IV Sharon Rd_Fairview Pelco Spectra III or IV Sharon Rd_Sharonview Pelco Spectra III or IV Sharon Rd_Quail Hollow Pelco Spectra III or IV Gleneagles_Quail Hollow Pelco Spectra III or IV Carmel_Quail Hollow Pelco Spectra III or IV Cameron Valley_Fairview Pelco Spectra III or IV Colony_Sharonview Pelco Spectra III or IV Colony_Fairview Pelco Spectra III or IV Colony_Fairview Pelco Spectra III or IV Carmel_Colony Pelco Spectra III or IV Colony_Rea Pelco Spectra III or IV Colony_Selwyn Pelco Spectra III or IV Fairview_Park South Dr. Pelco Spectra III or IV Fairview_Piedmont Row Pelco Spectra III or IV Sharon Rd_Colony Pelco Spectra III or IV Sharon Rd_Morrison Pelco Spectra III or IV Fairview_Southpark Drwy. Pelco Spectra III or IV Sharon Rd_Ashley Park Ln. Pelco Spectra III or IV Midblock near Park_Tyvola Pelco Spectra III or IV S. Tryon_West Blvd Pelco IP S. Tryon_Remount Rd Pelco IP Wilkinson Bv_Morris Field Pelco IP Wilkinson Bv_S. Boyer Pelco IP Wilkinson Bv_Harlee Pelco IP Wilkinson Bv_Little Rock Pelco IP Wilkinson Bv_Morris Field Pelco IP Johnston Rd_I-485 OL Pelco IP Graham St_I-85 NB Pelco IP Ballantyne Comm_Rea Rd Pelco IP Graham St_I-85 NB Pelco IP Rea Rd_I-485 IL Pelco IP N Tryon_Sugar Creek Pelco IP Albemarle Rd_Farm Pond Ln Pelco IP Freedom Drive_ Morehead St Pelco IP Arrowood Rd_SB I-77 Pelco IP West Bv_Steele Creek Pelco IP West Bv_Remount Pelco IP Wilkinson Bv_Morehead St Pelco IP Wilkinson Bv_Remount Pelco IP Wilkinson Bv_Ashley Rd Pelco IP Wilkinson Bv_Old Steele Creek Pelco IP Ballantyne Comm_Comm H Pelco IP Johnston_PRW Pelco IP I-77 SB_Westinghouse Pelco IP Ardrey Kell_Hawfield Pelco IP Monroe_Idlewild Pelco IP Monroe_Conference Pelco IP Monroe_Thermal Pelco IP Independence_Village Lake Pelco IP Independence_Harris Pelco IP Independence_Margaret Wallace Pelco IP Monroe_Timber Springs Pelco IP Monroe_Sardis Rd N Pelco IP Independence_Sardis Rd N Pelco IP Independence_Idlewild Pelco IP J W Clay_N Tryon Pelco IP Brookshire_Oakdale Pelco IP 7th_Davidson St Pelco IP 6th_Davidson St Pelco IP Dixie River / Steele Crk Pelco IP Dixie River / Moody Parcel Pelco IP Dixie River / Berewick Pelco IP Dixie River / Shopton Rd Pelco IP Shopton Rd/ New Fashion Way Pelco IP Steele Crk / I-485 IL Ramp Pelco IP City Park Dr / Tyvola Rd Pelco IP IBM Dr / Neal Rd Pelco IP Elizabeth /Hawthorne Pelco IP Westinghouse/ Texland Pelco IP Westinghouse/ Granite Pelco IP Graham / Dalton Pelco IP Graham / Norris Pelco IP Graham / Craighead Pelco IP Church / 3rd St Axis IP Church / MLK Bv Axis IP Mint / MLK Bv Axis IP 4th / Mint Axis IP Stonewall / Church Axis IP Stonewall / Brevard Axis IP Ballantyne/ Elm Axis IP Graham / 4th St Axis IP Stonewall/ College Axis IP 4th / McDowell Axis IP

Totals