<<

Contract Award Certification Date: March 16, 2020

Bid/File Number: 201900485 Commodity: 557-25 Transit Equipment #1 (Manufactured Products)

To: From: Rich Rosselet Nicole Mathis for Rich Reber Veronica Lacy 919-807-4539 APOLLO VIDEO TECHNOLOGY [email protected] 24000-35 Ave SE Division of Purchase and Contract Bothell, WA 98201 [email protected] 972-516-3097

Agency Requisition Number: 04052019 I am pleased to inform you that, following the evaluation process, the Division of Purchase and Contract proposes to accept your offer in relation to the above commodity. You will be contacted with further details and instructions by the using agency.

Item(s) Estimated Using Agency: Award Amount: Awarded Items #1, 2, 3, 4, 5, 6, 7, 8, 9, $118,005.66 DEPARTMENT - Transportation 10, 11, 12 Chris Andresen 919.707.262, [email protected] Raleigh, NC 27611

Comments: Contract Term: Three (3) Year Agency Term Contract. All product quantities listed are estimates based on State’s historical and anticipated needs. The State shall not be obligated to purchase the amount represented by the estimated quantities contained herein or any other quantities.

Please Note: 1. This is not a purchase order. Do not make shipment until you have received an official order from the using agency. 2. Invoices should be made out to the using agency and forwarded directly to them for payment. 3. The exact items certified and ordered must be shipped. No substitutions shall be made without prior approval of the Division of Purchase and Contract. 4. Applicable North Carolina Sales and use tax shall be added to invoices as a separate item. 5. Please note the contract award description above, the contract awarded to you may be a portion of the contract, rather than the complete contract. Richard J. Reber Signature State of North Carolina

Invitation for Bid #: 201900485 Equipment #1 -Mobile Digital Video Recording Systems

06/13/2019 Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

(This page left blank intentionally.)

Apollo Video Technology Page 2 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Table of Contents

A - Cover Letter ...... 5 B - About Apollo Video Technology ...... 7 1. Client References ...... 7 2. Case Studies ...... 10

C - Detailed Review of the Video Surveillance System ...... 11 1. Response to GENERAL SPECIFICATIONS ...... 11 2. Response to MDVR System Minimum Requirements ...... 11 3. Proposed Solution ...... 26 4. Recommended Maintenance ...... 27 5. Standard Warranty Statement ...... 29 6. System Architecture Guide – for Optional mSET Software ...... 31 7. Product Brochures D - Detailed Cost Proposal E - Completed Bid Document and Forms

Apollo Video Technology Page 3 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

(This page left blank intentionally.)

Apollo Video Technology Page 4 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com

Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

(This page left blank intentionally.)

Apollo Video Technology Page 6 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

B - About Apollo Video Technology

For over 15 years, Apollo Video Technology has provided innovative transportation information, management, safety, and security solutions. The RoadRunner™ mobile video and audio recording system provides exceptional quality with management software optimized for wireless downloading and live video streaming. Renowned for reliability, durability and ease of use, Apollo Video solutions improve accessibility of data and deliver streamlined, fleet-wide management of video surveillance and on-board equipment to reduce liability, mitigate risk and improve efficiency, while reducing maintenance and operating costs. Apollo Video is unique in the industry, providing software interoperability and compatibility across multiple generations of hardware. Apollo Video has been ranked the No. 1 supplier of transit bus mobile video surveillance equipment in the Americas since 20101 — an achievement that further supports the Company’s commitment to offer its customers superior, compatible solutions throughout the lifetime of their fleet. Since its release in 2004, Apollo Video has supplied the RoadRunner system to over 400 agencies worldwide, representing more than 35,000 total implementations.

1. Client References

AC Transit (Alameda Contra-Costa PO Box 28507 - Oakland, California 94601 Contact: Salvador Llamas; Tel: 510.891.7215; Email: [email protected]

Alexandria Transit Company / DASH 116 South Quaker Lane - Alexandria, Virginia 22314 Contact: Todd Christiansen; Tel: 703.746.5649; Email: [email protected]

Asheville Redefines Transit 360 W Haywood Street – Asheville, North Carolina 28801 Contact: Nancy Lohr; Tel: 828.251.4060; Email: [email protected]

“[Compatibility] saves us time and resources, eliminating the need for additional employee training to cover multiple versions of software. ART currently operate all four generations of Apollo Video hardware and one software solution. This is truly a unique asset to have in a service provider.” – Norman Schenck, General Manager Asheville Redefines Transit

Chatham Area Transit 900 East Gwinnett Street – Savannah, Georgia 31401 Contact: Steve Boatright; Tel: 912-629-3921; Email: [email protected]

Chattanooga Area Regional 1617 Wilcox Boulevard – Chattanooga, Tennessee 37406 Contact: Annie Powell; Tel: 423.629.1411; Email: [email protected]

City of Fayetteville 455 Grove Street – Fayetteville, North Carolina 28301 Contact: Tony Means; Tel: 910-433-1229; Email: [email protected]

1 IHS World Markit Report for Mobile Video Surveillance and Body Worn Cameras

Apollo Video Technology CONFIDENTIAL Page 7 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

City of Greensboro 300 Washington Street – Greensboro, North Carolina 27401 Contact: Bruce Adams; Tel: 336-412-6237; Email: [email protected]

City of Santa Clarita 28250 Constellation Road – Santa Clarita, California 91355 Contact: Corie Zamora; Tel: 661.295.6303; Email: [email protected]

Clark County Transit (C-TRAN) PO Box 2529 – Vancouver, Washington 98668 Contact: Glenn Hanning; Tel: 360.906.7359; Email: [email protected]

“In a recent incident when a C-TRAN driver took evasive action to avoid a collision, a video clip was quickly and seamlessly downloaded and viewed using the ViM Software…. Clearly substantiated the drivers report and plainly revealed the license plate number of the other vehicle involved. - Bob Medcraft, Field Operations Manager Clark County Transit (C-TRAN)

Eagle County Transit 3289 Colley Mesa Road – Gypsum, Colorado 81637 Contact: Lance Trujillo; Tel: 970.328.3440; Email: [email protected]

Edmonton Transit Authority 8729 – 58th Avenue - Edmonton, Alberta T6E 5W4 Canada Contact: Michael Pappas; Tel: 780.940.4739; Email: [email protected]

Escambia County Area Transit 1515 West Fairfield Drive - Pensacola, Florida 32501 Contact: Ted Woolcock; Tel: 850.595.3228x 225; [email protected]

GoTriangle PO Box 13787 – Research Triangle Park, North Carolina 27709 Contact: Brian McLean; Tel: 919-485-7472; Email: [email protected]

GoRaleigh 404 Poole Road – Raleigh, North Carolina 27610 Contact: Marie Parker; Tel: 919-996-3864; Email: [email protected]

GoDurham 1903 Fay Street – Durham, North Carolina 27704 Contact: Steve Vargas; Tel: 919-560-1545; Email: [email protected]

Greater Cleveland Regional Transit Authority 1240 West 6th Street – Cleveland, Ohio 44113 Contact: Charles Brown; Tel: 716.781.4842; Email: [email protected]

Interurban Transit Partnership (The Rapid) 300 Ellsworth Avenue SW – Grand Rapids, Michigan 49503 Contact: Brian Pouget; Tel: 616.774.1195; Email: [email protected]

“The system provides real-time monitoring of video and location data and sends our management staff comprehensive vehicle reports and data, ensuring the safety and efficiency of the Rapid Fleet.” - Brian Pouget, COO Transit Partnership (The Rapid)

Apollo Video Technology CONFIDENTIAL Page 8 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Jacksonville Transportation Authority 100 N Myrtle Avenue – Jacksonville, Florida 32204 Contact: Bursey Armstrong; Tel: 904.525.2298; Email: [email protected]

Knoxville Transit 301 E Church Avenue – Knoxville, Tennessee 37915 Contact: Si McMurray; Tel: 865.215.7803; Email: [email protected]

PACE Suburban Bus 405 Taft Drive - South Holland, Illinois 60473 Contact: David Grillier; Tel: 847.364.8130; Email: [email protected]

San Diego Metropolitan Transit System 1255 Imperial Avenue, Suite 1000 – San Diego, California 92101 Contact: Michael Wygant; Tel: 619.238.0100 x 6500 Email: [email protected]

Santa Cruz Metropolitan Transit District 370 Encial Street, Ste 10 – Santa Cruz, California 95060 Contact: Isaac Holly; Tel: 831.420.2551; Email: [email protected]

Space Coast Area Transit 401 Varr Avenue - Cocoa, Florida 32922 Contact: Scott Nelson; Tel: 321.635.7815; Email: [email protected]

Volusia County Transit (VOTRAN) 950 Big Tree Road – South Daytona, Florida 32119 Contact: Elizabeth Suchsland; Tel: 386.763.3727; Email: [email protected]

Williamsburg Area Transit Authority (WATA) 7239 Pocahontas Trail - Williamsburg, Virginia 23185 Contact: Hank Lewis; Tel: 757.220.6746; Email: [email protected]

Customer Video Testimonials are available at: https://www.apollovideotechnology.com/company/testimonials/

Apollo Video Technology CONFIDENTIAL Page 9 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2. Case Studies Mobile Cellular Solution Streamlines Operations and Improves Rider Experience: Video On-Demand and Wi-Fi Capabilities Combine Efforts to Accelerate Investigations

Building a Reputation for Safety: High Quality Video Surveillance California Transit Enhances Public Safety, Eases Maintenance and Allows for Authority Future Upgrades A Proactive Approach to Fleet Health Diagnostics: Video Surveillance System Increases Operational Efficiencies

802.11ac Delivers Breakthrough Transit Video Performance: Gardena Transit Increasing Safety and Security with Fastest Wireless Technologies

Legacy System Optimizes Transit Investment: Transit System Leverages Flexible, Multi-Generational Mobile Video Surveillance Capabilities to Reduce Equipment and Operating Costs Investing in the Future: Multi-Generational Mobile Video Surveillance Technology Streamlines Training and Reduces Expenses

The Gold Standard for Transit Risk Management: A Proactive Approach to Monitoring Vehicle Health Ensures Reliability of Agency’s Video Evidence Standardizing Transit Surveillance: In the Heart of the Nations' Capital, Ride On, Montgomery One Transit Agency Sets a Precedent for Public Transportation Safety County and Security Choosing the Right Technology: A Reputation of Simplicity and Reliability Puts Proven Video Surveillance Management in the Hands of Metro Five Years and Counting: Transit Agency's Commitment to Hassle-Free Michigan City and Upgradable Video System Continues to Pay Dividends

Bus Camera Solution Enhances Service Planning: Everett Transit Everett Transit partners with Apollo Video Technology to address on-time performance Cellular Connectivity Improves Transit Incident Investigation: Apollo Video provides immediate access to live video feeds from Jacksonville Transportation Authority's buses and Skyway trains State-of-the-Art Command Center: JTA partners with Apollo Video Technology to stream real-time digital video to state-of-the-art command center

Apollo Video Technology Page 10 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

C - Detailed Review of the Video Surveillance System

1. Response to GENERAL SPECIFICATIONS

Apollo Video’s proposed on-board video security solution supports up to 16 cameras per vehicle and has proven successful adaptability to cover different types of installations and configurations of vehicle manufacturers. Our response includes both information on the minimum system requirements and options that far exceed the minimum requirements so that the State’s agencies have a choice in solution types. As a manufacturer with a proven positive reputation in the industry, Apollo Video will supply all equipment, materials, labor, installation and training for a complete system on each vehicle. Apollo Video has reviewed the MDVR System Minimum Requirements in this IFB and has provided below detailed responses that explain how our products and services meet and often exceed the minimum requirements.

2. Response to MDVR System Minimum Requirements Specifications Apollo Video’s Response  Fully compliant. 2.2.1 Advanced digital video / audio event The RoadRunner systems utilizes state-of- management MDVR system with MPEG-4 the-art H.264 (OPTION A - RoadRunner MRH OR H.264 compression encoding ( H .265 System) or H.265 (OPTION B -RoadRunner is preferred) 4K System) compression providing the highest video quality, longest on-board recording durations and optimal network performance.  The RoadRunner system is available in 2.2.2 Which MDVR systems are several compatible and interchangeable available? formats for recording up to 4, 8, 12 or 16 cameras.  Fully compliant. 2.2.3 The system shall be engineered and The RoadRunner Recorder is Mil-Spec and constructed with rugged materials to SAE rated for proven reliability and durability protect the system to protect against against shock and vibration in harsh mobile elements such as shock, dust, water, applications. Tested to MIL-STD-810F humidity. The MDVR shall utilize an specifications, Methods 516.7 and 514.7, for integrated front door and rear shroud, in Shock & Vibration. The Recorder does not order to ensure the front MDVR panel and require a separate housing or lockbox for rear cable connections are tamper vandal resistance, however a separate resistant. MDVR shall be shock-resistant enclosure is available (OPTION A - Model to a minimum 700g’s resting and a No. RR-ENV) for the RoadRunner MRH maximum or better of 180g’s active. option. The RoadRunner 4K has an optional MDVR shall be in vibration and vandal locking front cover (Model No. RR-HDVCS) proof housing / lockbox. for added protection if the system is to be installed in the passenger compartment. The hard drive is removable (protected by key- lock), accessible from the front panel.

Apollo Video Technology CONFIDENTIAL Page 11 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.2.4 Defines image quality by  Exceeds. recording video at full frame rate and Our proposal includes two (2) options, full resolution on all channels at the OPTION A (RoadRunner MRH) features same time; also independently recording resolution up to 704x480; OPTION configurable by user as follows: B (RoadRunner 4K), features recording resolution settings of U-HD (3840x2160), F- -Programmable frame rate from 1 HD (1920x1080), HD 1280x720), W-D1 to 30 frames per second (fps) on (864x480), Q-HD (640x360) or W-CIF each camera and also able to (432x240). Both systems provide industry- program a higher frame rate when leading video quality as demonstrated by an alarm is activated. actual video clips that can be viewed on our -Resolution settings including website (www.apollovideo.com). CIF (360x240), 2CIF (720x240) and D1 (720x480). -Quality setting 2.2.5 The system allows the frames per  Exceeds. second (fps) to be programmed to record OPTION A (RoadRunner MRH) features at a slower frame rate when an alarm is higher resolution settings based upon alarm activated. inputs. OPTION B (RoadRunner 4K) features dual-stream recording, therefore the system simultaneous records two video streams and will utilize alarm activations to easily locate video and trigger the automatic download of video clips (when equipped with mSET Software), but is not reliant on the activation of alarms to record the highest quality video. 2.2.6 Interfaces: Global Positioning  Fully compliant, however, integration with System (GPS), J1708 interface, external J1708 and J1939 requires additional LED, RS 485, RS 232, USB , hardware – the Network Intelligent Interface compact flash or Ethernet connection, Unit (Model No. AVT-NIIU). Additionally, non- conforms to SAE standards. recurring engineering fees may be charged if integration is required. 2.2.7 Recording channels:  Fully compliant. continuously recording on all video and The RoadRunner MRH system continuously a minimum of two audio channels records all cameras and up to two (2) audio (note: please state if the system is inputs. For audio recording on all channels capable of recording on all audio (plus an additional two inputs – therefore, up channels in the vendor response to 18), we recommend the optional column). RoadRunner 4K system (OPTION B). 2.2.8 Alarm and Signal inputs shall  Fully compliant. be at a minimum of 6 discrete inputs to capture items such as accelerometer, speed, brakes, left and right turn signals, lift deployment

Apollo Video Technology CONFIDENTIAL Page 12 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.2.9 The surveillance system  Fully compliant. records on commercially available The RoadRunner system records to a hard drive or other technology that removable hard disk drive that is compatible can be interchanged with all units and interchangeable. Drives include a 2-year equipped with this system. Drives warranty. Drives cannot be swapped while used for recording video/audio shall be the system is running – the system is unable industry standard drives with a to record without recording media. The minimum of 3 years’ warranty, mobile RoadRunner system exceeds the recording rated and hot swap capable, while the duration specified. Using the standard and system is running. Minimum recording included 1.0TB hard disk drive, the system capacity of 300 hours of data at these will record each camera at 15 images per settings: 720 x 480 resolution and at second (60 images per second system-wide) 15 fps per camera (x 4). (Note: must for over 376 hours prior to overwrite at be able to store and maintain 704x480 resolution. With options up to 6TB recordings for up to 30 days.) for OPTION A (RoadRunner MRH) and 10TB for OPTION B (RoadRunner 4K) - the RoadRunner system will provide months of onboard recording – or record at a higher frame rate and/or quality. 2.2.10 Is GPS used to keep the time  Fully compliant. and date stamps correct; including when time changes? 2.2.11 An accelerometer (also called  Fully compliant / Exceeds. inertia sensor or g-force sensor) and The RoadRunner MRH system (OPTION A) operator silent alarm button are fully complies with the exception of “incidents required with the following minimum shall be preserved” – the system follows best criteria: practices for video recording in mobile -Accelerometer settings must be easily applications, whereby the system records on adjusted by the transit system. a first-in, first-out basis therefore not requiring any user intervention to continue recording. -All flagged incidents shall be preserved Additionally, the system’s maximum recording a minimum of 10 minutes of video/audio resolution is 704x480. before the incident and up to 40 minutes after the incident and are easily The RoadRunner 4K system (OPTION B) adjustable. exceeds these requirements with recording - Minimum recording capacity of 300 resolution settings up to 3840x2160. hours of data at these settings: 720 x Additionally, by simultaneously recording two 480 resolution and 15 fps per camera (x (2) video streams, the system will always 4 cameras) or functionally equivalent. have the highest quality video recording without reliance of an event trigger.

Apollo Video Technology CONFIDENTIAL Page 13 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.2.12 The changing of system  Fully compliant / exceeds. parameters shall be through on board The system is protected by password, for up MDVR controls, laptop, USB drive, to 64 different groups and 256 users. With the SD Card or wireless (802.11.). For the optional mSET Software, LDAP user wireless connection changes, there verification can be utilized to ensure data is must be a method of securing the accessible and secure. system so that only authorized personnel can access the system for changes. A multi-level access level is required, with unique passwords and user names to access the system for system changes. Identify how many levels and user’s groups are available and through what method. 2.2.13 All components shall be new of a  Fully compliant / Agreed. proven design and utilize commercial off the shelf components, durable and accessible for maintenance and upgrades and are currently in service. NCDOT PTD shall not be a test bed for any new hardware or software systems. 2.2.14 The system shall begin recording  Fully compliant with the exception of “begin within 30 seconds of when the switch recording within 10 seconds…”. The key is turned and shall be capable of RoadRunner system takes approximately 60 being programmed to continue seconds to begin recording after the ignition recording for an adjustable period after is turned on. The RoadRunner system the ignition is switched off. For features a highly-adjustable delay-off timer for example, shall start recording when the recording up to 24 hours after the ignition has switch is turned on for a minimum of 0- been turned off (adjustable by transit 60 minutes after the engine is switched agencies in one minute increments). off. These time periods shall be adjustable by the transit agencies. 2.2.15 The system shall have a  Fully compliant. programmable power off feature at a minimum of 4 hours to allow for automatic downloads. This requirement is for downloads with the recording feature (cameras off). 2.2.16 System shall provide clear and  Fully compliant. stable images regardless of vibrations. Please visit our website The image quality/resolution shall be (www.apollovideo.com) to view actual video equal to or better than industry recorded from the RoadRunner system. We standards for mobile security recommend obtaining video samples from all surveillance systems. vendors in order to provide a side by side comparison of video and quality and demonstrate ease of use, portability and security of video clips. 2.2.17 Cycling the ignition switch shall  Fully compliant. not interrupt the download.

Apollo Video Technology CONFIDENTIAL Page 14 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.2.18 The system shall be equipped  Fully compliant. with a GPS system that shall display Additionally, the system features enhanced latitude and longitude coordinates that searching with interactive speed and mapping is recorded along with the video/audio. interface. To locate video based upon The GPS system shall also be used to location, users can simply click on the desired track speed monitoring. location on the map or speed for instant access to video recorded at that location / speed. 2.2.19 Imprinting capabilities shall  Not compliant. include: day, date, time, speed, door To avoid covering video clips with imprinted open, wheel chair lift deployment, data, Apollo instead uses metadata that is brake and turn signal functions, etc. The stored within the system and can be used as imprinted data shall be shown on the search criteria to locate the desired video screen during playback. If a single clips. screen is selected for playback, the imprinted data shall be displayed unless switched by the person reviewing the video clips. Note: date and time format programmable. 2.2.20 On-board real-time clock that  Fully compliant. automatically adjusts for daylight savings time via GPS equipment is required. No manual adjustment necessary. 2.2.21 A recommended maintenance  Fully compliant. schedule must also be included with bid Please refer to section C, item 4 response that clearly states the period “Recommended maintenance”. for maintenance of all major components. Also a schedule for replacement should be included for budgeting purposes to ensure continued system performance shall be provided. 2.2.22 The MDVRs shall be  Fully compliant. configurable manually and wirelessly through the back office equipment. The wireless configuration shall be able to configure cameras names, camera image quality, image size etc. 2.2.23 The system shall provide some  Fully compliant. method of visually signaling the The RoadRunner system features an operator on the system status / integrated event switch. This switch features health. The method of signaling a heartbeat-style indicator light that provides operating, malfunction or inoperative visual confirmation to the operator that the system shall not include a flashing system is operating properly. In a system LED at the camera positions. This error occurs, the light will illuminate red requirement is for the operator to be providing visual notification to the operator. able at a glance to determine if the For fleetwide health reporting, emails and system is operating, not operating or complete software management of system has a malfunction. health, please refer to the optional mSET (Managing Safety & Efficiency in Transit) Software.

Apollo Video Technology CONFIDENTIAL Page 15 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.2.24 The Vendor shall supply all on-  Fully compliant. board vehicle equipment, the access Our proposal includes a quote for standard points, base stations and bridges and A/P equipment and installation. Installation provide descriptive materials and costs assume that Ethernet and Power are specifications necessary to make the readily available at necessary mounting wireless system functional; base station locations. The number of access points will computers and server base stations. vary based upon the number of vehicles, The local agencies shall provide the topography and unique characteristics of base computers and/ or server for each individual site. Please refer to the downloading and the storage of the detailed price list for site survey pricing downloaded videos (Model No. AVT-XSN), for network design services. Minimum requirements for supporting optional mSET Software can be found in section C, item 6 “System Architecture Guide – for Optional mSET Software”. 2.2.25 A recommended spare parts list  Fully compliant. with price of all major components Please refer to the detailed cost proposal must be included with your bid. At a located in section D for recommended spare minimum the list shall contain the parts. MDVR, Hard drive/media, cameras, cable, IR modules, filters and hard drive caddy if applicable. 2.2.26 MDVR shall be able to  Fully compliant. pause/freeze video and be able to download these images to a USB drive or similar media. 2.2.27 The MDVR shall be  Fully compliant. easily connected and disconnected without interference to cables, etc. Preferably modular system where media replacement does not require dismantling of any components 2.2.28 System shall be equipped with  Exceeds. separate security locks for MDVR As proposed the system features a single media access. Different key types may lock – to secure the hard drive. Optional be required to access the MDVR and enclosures (OPTION A, model no. RR-ENV) hard drive/media. A maximum of 2 and panel covers (OPTION B, model no. RR- keys shall be used to access the box HDVCS) utilize separate keys. and remove the hard drive. Location of key use should be easily identifiable.

Apollo Video Technology CONFIDENTIAL Page 16 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.2.29 Any cooling openings for fresh  Fully compliant. air intake shall be fitted with a filter to The Recorder is Mil-Spec 810G (newer prevent dirt and sand from entering standard of 810F) and SAE rated for proven the MDVR. The filter must be a reliability and durability in harsh mobile replaceable and the replacement applications. period and cost must be listed. OR, the system may be built without ventilation to obstruct the penetration of dust, foreign elements and moisture (Military 810F Specification). 2.2.30 The MDVR shall use a  Exceeds. proprietary recording system that Video clips can be exported in a proprietary shall allow video to be viewed only format that includes an embedded player, so if the appropriate proprietary viewing proprietary viewing software is not required. software is used. Additionally, the video clip can be protected by password to prevent unauthorized viewing access. All clips are encrypted and the player authenticates when reviewed, to ensure that video has not been altered or tampered. 2.2.31 Power requirements:  Fully compliant. -The MDVR shall operate from a 12V DC power source. It shall be internally protected from power surges, spikes and reverse polarity. -The minimum MDVR power required for downloading video clips shall be 10 volts (no camera or IR modules in operation and MDVR not recording). -A 12V battery and ignition switched source is available. Power for all equipment like cameras, IR modules GPS units etc. shall be powered from the MDVR module with clean power. -Power to the cameras shall come directly from the MDVR. Fuses shall be located as close to the power source as possible or the required rating for the system. 2.2.32 Vendor will notify customer of  Fully compliant. updates when available. 2.2.33 Signage shall be provided  Fully compliant. by vendor stating that video and audio recording equipment may be in use. The quantity required is 2 signs per vehicle. Signage must be readable from a 8’ distance in vehicle.

Apollo Video Technology CONFIDENTIAL Page 17 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.3 Camera Specifications  Fully compliant. 2.3.1 Color with accommodations for low light conditions as well as bright sunlight and incorporate LED illumination. Day/night cameras where required. 2.3.2 Rugged, camera housings.  Fully compliant. 2.3.3 Appropriate mounting for locations  Fully compliant. (inside of vehicle). 2.3.4 Automatic backlight compensation  Fully compliant.  Fully compliant with the exception of the 2.3.5 All interior cameras shall have audio capabilities. forward-facing cameras. Other interior cameras within proximity of this location will record audio, or an external microphone can be placed at this location (model no. RR-M2i / RR-HDM2i). 2.3.6 Complete line of lens options  Fully compliant. (2.1mm – 8mm) to be able to provide the full field of view as required by each camera. 2.3.7 Small footprint for easy mounting  Fully compliant. 2.3.8 Weather resistant and rust proof  Fully compliant. housing 2.3.9 Each camera shall be  Not compliant. equipped with a video output Camera adjustment is accomplished via jack, so that adjusting of the connection to the Recorder using software, camera can be executed at the directly connecting to the Recorder via laptop, camera position. or connecting to the Recorder with a portable display and USB mouse. 2.4 Viewing Software Shall be user friendly and able to search data by the following criteria  Fully compliant. 2.4.1 Each agency shall provide the computer to be used as a Minimum Requirements: viewing station. The minimum requirements to run the software application are: Operating System: MS Windows 1 GB of RAM and i5 Intel core CPU/RAM: Intel Premium II (Celeron) processor (min hardware) 266MHz or higher / 64Mb or higher (2 GB of RAM is recommended) VGA: AGP, Video RAM 8MB or higher Windows XP (latest version), (800x600, 24bpp or higher) Windows Vista 32, or USB: 2.0 Windows 7 bit Please confirm minimum requirements and identify viewing software that shall be used.

Apollo Video Technology CONFIDENTIAL Page 18 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

 Fully compliant. 2.4.2 Play back speeds for recorded video can be adjusted between 1 and 64x playback rates. 2.4.3 Search data by the following  Fully compliant. methods, either download Additionally, users can search by calendar accelerometer and operator tagged time and date, speed, vehicle location (using events, or for an agency selected time interactive speed and mapping interface). frame, or by pulling the hard drive. With the optional mSET Software, video clips can be configured to automatically uploaded of manually requested to the central system based upon event type. 2.4.4 The system shall include a  Fully compliant. method of displaying imprinted data during playback or viewing the video clips without the imprinted data. -Date and time -Alarms -Play back of video shall display all discrete information with vehicle number and time on every frame. 2.4.5 Software shall be capable of  Fully compliant. playing any selected camera view or all views simultaneously on one screen. Able to view multiple camera selections with audio. 2.4.6 Software shall provide  Fully compliant. image enhancement, including: brightness, contrast, and zoom. 2.4.7 Software shall be capable of  Exceeds with license-free and included upgrades. The Vendor shall upgrade software, which includes lifetime updates. software to the latest version during the For optional mSET Software, 3-years of warranty period at no cost to the local software maintenance (including updates) is agencies. as needed/required included at no additional charge. Please refer to the detailed cost proposal for options for extended software maintenance. 2.4.8 Software shall clearly indicate  Fully compliant. the presence of “event” tags, or files in a calendar. 2.4.9 Software shall include an  Fully compliant. interface with Google maps or offer a fixed map solution for computers that may not have internet access, or an approved equal. 2.4.10 Latest version of software  Fully compliant. capable of reviewing stored image video and audio.  Fully compliant. 2.4.11 Any/all power, interface, and printing required for system setup.

Apollo Video Technology CONFIDENTIAL Page 19 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.4.12 Able to convert and save to  Fully compliant. other formats such as Media Player, Video clips can be archived in a standard AVI Real Player, AVI format, or using the proprietary .exe format. Video clips archived in the proprietary format are secured, encrypted and verified as authentic prior to each viewing. Video clips can also be secured with password protection to prevent unauthorized viewing.  Fully compliant. 2.4.13 Able to be used for Court To ensure integrity of the video, ensure that it documentation is untampered and can be utilized as evidence in a court of law - the video is uploaded and viewed in a proprietary format. Video clips can be archived in the proprietary format, that features an embedded player – no software or downloads or proprietary software is required for viewing. This provides an easy, yet secure method for transferring rd video clips to necessary 3 parties. Additionally, video clips feature an optional password to prevent unauthorized viewing access. Video clips can be archived in a standard .AVI format as well. 2.4.14 MDVR Video search criteria:  Fully compliant. -time of alarms -by maps -date / time -segments 2.4.15 All software support shall be  Fully compliant with license-free and included provided free of charge through the life software. License-free software includes free, of the product. liftime updates. mSET Software includes updates at no additional charge for a period of 3-years. After which time, optional software maintenance is required for upgrades. Remote technical support is provided at no additional charge for the life of the product. 2.4.16 Archiving / retrieving video  Fully compliant. shall include: saving video clip as an Additionally, video clips can be archived in a AVI file, as an image (JPEG) or in its proprietary format included an embedded native proprietary format. This player and authentication prior to review of includes single and multi-camera each clip. archiving. Able to be used for Court documentation  Fully compliant. 2.4.17 Capable of managing an unlimited number of MDVRs. 2.4.18 System health checking of  Fully compliant with the purchase of the the entire fleet through visual optional mSET Software (Model No. mSET) displays – either by vehicle or on and health module (mSET-H, mSET-HL). all data if use wireless downloads – are required.

Apollo Video Technology CONFIDENTIAL Page 20 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.5 Regular Downloads 2.5.1 The transit system must be  Fully compliant. able to download the triggered When equipped with wireless routers and the events through the use of USB optional mSET Software (Model No. mSET) drive, laptop or by swapping out and the and the SmartClip Module (Model No. the hard drive. mSET-SC, mSET-SC-L), the system supports automatic wireless downloads. 2.5.2 Retrieving video must be  Fully compliant. achieved by searching by Event, Time & Date and by Clip. 2.6 Wireless Downloads Wireless downloads may be a requirement at some transit agencies. The surveillance systems shall be capable of wireless downloads of video/audio clips and shall at a minimum accomplish the following: 2.6.1 Video shall be capable of  Fully compliant when equipped with wireless downloading in the parking yard by the capabilities and the optional mSET Software transit system. (Model No. mSET).

2.6.2 Downloading shall commence once  Fully compliant when equipped with wireless the vehicle is physically on the facilities capabilities and the optional mSET Software and shall require no assistance from (Model No. mSET). operators or other personnel except to With the optional SmartClip Module (Model schedule a download. No. mSET-SC, mSET-SC-L), the system supports automatic wireless downloads. 2.6.3 Surveillance system in back office  Fully compliant when equipped with wireless equipment shall include the necessary capabilities and the optional mSET Software interface to schedule a download and (Model No. mSET). store the downloaded video/audio. 2.6.4 Downloading of all video and audio  Fully compliant. channels shall be done simultaneously for a MDVR/vehicle. 2.6.5 Downloading system shall be able  Fully compliant. to accommodate a minimum of 10 vehicles at a time 2.6.6 Downloading time is a minimum of  Fully compliant. 1:1, one minute of video/audio on a The system often exceeds this ratio, vehicle shall download in one minute to downloading faster than a 1:1 ratio, however the server. It is desired that all video and performance is primarily dependent upon the audio channels downloaded network infrastructure that is available at each simultaneously. If video channels location. download individually, then the system shall be able to download all video channels automatically without operator assistance once scheduled. 2.6.7 Downloading shall be  Fully compliant. scheduled for the period time adjustable from 5 minutes to 45 minutes per downloaded segment. 2.6.8 Downloading shall be automatic  Fully compliant when equipped with the for flagged alarms / events. optional SmartClip Module (Model No. mSET- SC, mSET-SC-L).

Apollo Video Technology CONFIDENTIAL Page 21 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.6.9 Downloading for video  Fully compliant when equipped with the requested time period shall occur optional SmartClip Module (Model No. mSET- automatically the next time the SC, mSET-SC-L). vehicle is within download range. 2.6.10 Flagged video segments time  Fully compliant when equipped with the shall be adjustable from 5 minutes to optional SmartClip Module (Model No. mSET- 20 minutes before the flagged alarm SC, mSET-SC-L). to 5 to 20 minutes after the flagged alarm. 2.6.11 Downloading system shall  Fully compliant. transmit all video/audio in an encrypted mode to prevent unauthorized use/viewing of video/audio. 2.6.12 Downloadable video clips shall  Fully compliant. be broken up into segments, 35 minutes to an hour segments are desired, length per clip. This is a flexible requirement. 2.6.13 Multiple video segments from  Fully compliant. same vehicle/same day may be required. 2.6.14 Vendor shall supply all on board  Fully compliant. vehicle equipment and provide Our proposal includes pricing for standard specifications for the access points, A/P equipment and installation. Installation base station computer/s and server costs assume that Ethernet and Power are base stations and equipment readily available at necessary mounting necessary for wireless downloads. locations. The number of access points will Base computers and server for vary based upon the number of vehicles, downloading and the storage of the topography and unique characteristics of downloaded videos are the transit each individual site. Please refer to the agency responsibility. detailed price list for site survey pricing (Model No. AVT-XSN), for network design and implementation services. 2.6.15 If a download is interrupted, once  Fully compliant. the vehicle is within range or power is restored, the download shall continue from the stopped point. 2.6.16 Please note that currently other  Fully compliant. wireless systems may be used locally and any solution proposed shall not intrude or hamper the existing wireless networks.

Apollo Video Technology CONFIDENTIAL Page 22 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.7 Optional Requirements The following are optional equipment: The State reserves the right to award or not to award these items. 2.7.1 Cost per unit (vehicle) for the  Fully compliant. wireless monitoring of the video of a This can be accomplished using the license vehicle from another vehicle free and included software at no additional (Supervisor vehicle) following the charge, assuming the supervisor vehicle is vehicle with a minimum range of 500 equipped with an equipped laptop or mobile feet. This option includes live device, and appropriate connectivity to the monitoring and downloading video bus wireless system. clips while the vehicle is in service recording video images from all cameras using existing windows based mobile computers. 2.7.2 Using a cellular / public data  Fully compliant. network, able to perform real-time, Please refer to the cost proposal and price list live- streaming video with real-time for cellular router options. GPS  Fully compliant when equipped with wireless 2.7.3 Geo-fencing capabilities and the optional mSET Software (Model No. mSET) and the location module (Model No. mSET-L, mSET-LL). 2.8 Training 2.8.1 The Vendor shall be responsible  Fully compliant. for training personnel in the proper use and operation of the system, viewing stations, setup, programming, downloading, troubleshooting and maintenance. Personnel that may be trained are Safety, Risk Manager, IT, Transportation Supervisors and Maintenance Technicians. 2.8.2 The schedule for training shall  Fully compliant. be agreed upon by the Vendor and each transit system. 2.8.3 The Vendor shall provide one  Fully compliant. (1) printed set of training manuals, installation manuals and system documentation and a compact disc with all files in electronic format (pdf). Video training for drivers showing views and troubleshooting notices shall also be provided. 2.8.4 Pricing for additional training to  Fully compliant. address turnover and future Training services are priced on a per-day requirements shall be priced on a per basis and includes fees. Please refer to hour basis. detailed cost proposal (Model No. RR-XS and RR-XS1) for pricing on additional training services

Apollo Video Technology CONFIDENTIAL Page 23 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.9 Warranty 2.9.1 Vendor shall be responsible  Not compliant. for providing any and all failed The standard included warranty is a return-to components within 2 business days manufacture type warranty, whereby the of notification during the warranty agency is responsible for the removal and period. reinstallation of equipment. Standard repair turn-around is within five business days after receipt. If there is an urgent repair that is sent by expedited shipping then it will be returned in the same method it was received. Returned freight is paid by Apollo Video. Please refer to the cost proposal for service contract options and pricing. 2.9.2 The installation work shall be  Fully compliant. warranted for a period of two (2) years. Any condition or problem found to be the cause of poor installation (loose or damaged parts) must be repaired by the Vendor at no additional cost. 2.9.3 The installed components shall  Fully compliant / Agreed. remain in service, up and running with a minimum of failures. At no time during the installation and warranty period shall more than ten (10) percent of the total equipment installed be out of service for any reason. If 10 % of the equipment fails for similar defects during this period, then this shall be considered a fleet defect that shall require a fleet wide repair of the system to address the fleet defect 2.9.4 All items priced shall be under  The standard warranty is 2-years. Our cost warranty and support for the first 36 proposal includes an extended warranty for months after acceptance. Warranty each system, for a total of 3-years. The and support information must be extended warranty excludes removable included in detail and includes parts drives. and labor. All warranty and repair work shall be done within the continental United States. Descriptions of where the work is done and if returned, who pays for shipping, expected length of time for a repair, etc. must be included in the bid. 2.9.5 Extended warranty options shall  Fully compliant. be described and priced if available.

Apollo Video Technology CONFIDENTIAL Page 24 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

2.10 Installation 2.10.1 Installation times should be  Fully compliant / agreed. made available when it does not interfere with the transit system’s level of service. Installation may need to be scheduled during the hours of 6:30 p.m. through 5:30 a.m. Monday through Friday and 7:00 a.m. Saturday through 5:30 a.m. Monday morning. 2.10.2 Upon completion of each vehicle  Fully compliant / agreed. installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 2.10.3 All existing components  Fully compliant / agreed. disconnected for the installation shall be in working order prior to the completion of each vehicle installation.

(Remainder of page left intentionally blank.)

Apollo Video Technology CONFIDENTIAL Page 25 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

3. Proposed Solution

Best Quality and Retention of Video  The RoadRunner system provides the best quality video with the longest recording duration; The RoadRunner 4K system simultaneously record two (2) streams of video from all cameras at the same time, ensuring that high definition video is available for critical events, while maintaining the longest onboard recording duration.  All system data is secured with password protection and log actions of users. Additionally, utilizing the optional mSET Software, chain-of- custody provides a log of each action and the user associated with all actions in regards to video evidence. Video clips archived in the proprietary format are secured, encrypted and verified as authentic prior to each viewing.

Actual Screen Shot of RoadRunner System (HD Cameras)

Highest Reliability and Lowest Cost of Ownership  The RoadRunner system is designed and manufactured specifically for mobile applications with a proven record of high reliability in transit applications.  Apollo Video is unique in the industry with software interoperability and compatibility across multiple generations of hardware. The product development team has a proven track record of providing long-term solutions that provide the best return on investment.  Our commitment to forwards and backwards compatibility ensures a long-lasting solution through on-going replacements of vehicles within the fleet.  The system is wireless-ready, for use with any TCP/IP based network, making upgrades to network connectivity simple and affordable.

Apollo Video Technology Page 26 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Search Functionality of RsM Software

More Efficient Incident Management  Optimized specifically for security and ease of use, video clips are easily transferred to third parties in a secure, encrypted format that includes an embedded player (no proprietary software is required for viewing). Clips are also secured with optional password protection to prevent unauthorized viewing access.  Easy to use, robust back-end software provides automatic transmission to the central system for further analysis, classification, archiving, etc. Commitment to Long-Lasting Performance  Unlimited technical support to provide troubleshooting and assistance when needed to ensure continuous, uninterrupted performance.  Optional on-site service can be provided as a one-time, monthly or quarterly service for maintenance and up to full-time remedial maintenance support. Customized on-site support options are also available  Apollo Video provides affordable and convenient upgrade and equipment exchange programs to ensure that each system features the latest technologies.  Our hosted mSET solution means that all storage is maintained by Apollo Video at our data center with backup and redundancies.

4. Recommended Maintenance

The following document outlines maintenance that is recommended to ensure consistent, ongoing system operation and reliability of the RoadRunner System. The mSET Software™ Health Module provides reporting, automatic email notifications and proactive system health information to eliminate the need for most physical checks. If your fleet is equipped with mSET Software, please refer to the column titled “mSET Software Equipped Fleet” for an abbreviated action list.

Apollo Video Technology Page 27 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

In addition to advanced software management, Apollo Video offers several extended warranty options and a hard drive replacement program to ensure the system is performing at optimum levels while maintaining a low cost of ownership. Please contact technical support toll-free at: 888.228.8721 or email: [email protected] for additional information about these programs.

Standard Preventative Maintenance:

Inspect: Action: Every 30 Days:  Camera: Ensure debris, dust, fingerprints, . Visually inspect cameras and/or view a video clip. condensation etc. are not interfering with Clean with lint-free cloth and reseal if necessary. views.  Hard Drive: Ensure the key lock has not . Visually inspect hard drive and report damage. been tampered with or damaged.  HD Recorder: Confirm the system is . Verify operation of red and green lights on front powered and recording. panel.  HD Recorder: Confirm functional event . Press panic / event button (as applicable) and recording. confirm triggering of event. Every 90 Days:  Cameras: Ensure proper alignment and . View camera angles and playback audio using confirm audio recording. RsM (RoadRunner Secure Management Software™). Realign / initiate repair if necessary.  Hard Drive: Verify functionality. . Visually inspect. Initiate repair or replacement if evidence of corrosion or discoloration exists. . Check S.M.A.R.T. health using RsM - remove and replace if needed.  HD Recorder: Confirm data is accessible, . Review recorded video and system data utilizing a system time and date is accurate, event log laptop with RsM or the hard drive docking station. data is correct.  HD Recorder: Ensure connections are . Tighten wiring connections, terminals, mounts and secure. Inspect fuses for continued nuts as needed. operability.  HD Recorder: Inspect surrounding area. . Remove any accumulated dust and debris.  Wireless: Confirm connectivity. . Connect using RsM, conduct troubleshooting if required. Annually:  Hard Drive: Look for signs of excessive wear . Remove and replace if approaching end of useful or damage, evidence of tampering. life (>3 years) or if excessive wear is present.  Exterior Cameras: Looks for signs of . Reseal if sealant is approaching end of useful life cracking sealant, water intrusion (>3 years) or if cracking or splitting is present.

Preventative Maintenance, mSET Software™ Equipped Fleet:

Daily / Weekly:  Obtain email report generated from ViM and view summary of HD Recorder Health information. Every 30 Days:  Review ViM and HD Recorder Health Logs.  Request and view a video clip to confirm system operation. Initiate repair as needed.

Apollo Video Technology Page 28 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Every 90 Days:  Review ViM and HD Recorder Health Logs.  Request and view a video clip to confirm proper camera alignment and audio recording. Initiate repair as needed.

Annually:  Visually inspect hard drive, remove and replace if excessive wear or damage, evidence of tampering exists. Remove and replace if approaching end of useful life (>3 years) or if excessive wear is present.

Please refer to Installation and Operation Manuals, available at: www.apollovideo.com. For additional instructions and troubleshooting or contact technical support at: 888-AVT-USA1 (425-483- 7100) email: [email protected]

5. Standard Warranty Statement

This Apollo Video (hereinafter Apollo) product has been manufactured in accordance with high quality standards and when it is used in the manner intended, it has a limited warranty against defects in material or workmanship for a period of two (2) years.

This warranty commences on the date equipment is received, unless Apollo Video is responsible for the installation of the equipment; in which case this warranty commences on the date of installation acceptance. During the warranty period, at its discretion, Apollo will repair or replace without charge, any merchandise proven to be defective in material or workmanship. Repair of a defective product is contingent upon availability of replacement parts. Should Apollo be unable to obtain replacement parts, Apollo will, at its option, replace the equipment with a comparable product.

Product Returns: If you are not fully satisfied with any Apollo product it may be returned in its original condition within 60 days of receipt for refund or replacement. Products will only be accepted for return with an Apollo supplied RA number, and if returned within 60 days of delivery or acceptance. Items must be returned in original packaging with all provided documentation included. Apollo will issue a refund or replacement as requested, however refund returns are subject to a restocking fee. Refunds shall not be provided for damaged, non-repairable products. All shipping, delivery and installation charges will be excluded from the refund.

Instructions for obtaining repair or return service: 1. All goods must be returned with a valid RA (Return Authorization) number. To request authorization by phone, contact Apollo Video Technology’s toll-free technical support at: 888- AVT-USA1 (888.288.8721) and select option 2. You may also request an RA from our website: http://www.apollovideotechnology.com/tech-support/ or send a request by email: [email protected]

Be prepared to provide the following information: • Your name, company or agency name, telephone number, email and physical shipping address • Part or model number of the product • Serial number and quantity of each product • Description of the defect or repair requested 2. Package your return carefully, using the original boxes and packaging material if possible. Apollo Video is not responsible for items damaged in transit.

Apollo Video Technology Page 29 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

3. Label the outside of the box with the RA number obtained. 4. Ship the package freight pre-paid to:

Apollo Video Technology / Luminator Technology Group Attn: RA #____ 900 Klein Road – Plano, TX 75074 If your repair is urgent, use expedited freight. Expedited packages will be returned using the same urgency (and freight delivery days) in which it was received.

Failure to comply with this procedure may result in a processing delay. Apollo reserves the right to refuse any package that has not been previously approved with a RA number for return.

Products that are found to be in-warranty will be repaired or replaced, tested, and returned (freight paid by Apollo Video). For out of warranty products, the repair department will contact you with an estimated cost of the repair. If a repair is approved, a purchase order or credit card payment for parts, labor and return freight is required. The product will then be repaired or replaced, tested and returned. If payment for repaired product is not made in full within 90 days and no alternate payment terms have been agreed upon, the product will be considered abandoned property and may be sold or otherwise disposed or recycled in any manner deemed suitable by Apollo. NOTE: Even items that are under warranty may incur repair and/or replacement costs due to damage or misuse (Refer to following: LIMITATION OF WARRANTY). A charge may also be incurred if a product is returned and found to be free of defects.

LIMITATION OF WARRANTY This warranty covers normal use and does not cover damage which occurs in shipment or failure which results from alteration, accident, misuse, neglect, voltage fluctuations, lightening, water damage, (or other acts of nature), faulty installation or adjustment of controls, interfacing with non-standard or custom equipment, or improper maintenance. This warranty also does not cover normal wear and tear of equipment, including, but not limited to broken connectors, broken or scratched housings or cases, frayed wires, etc. Equipment or devices that Apollo product is connected or mounted to is not covered under warranty and Apollo is not responsible for malfunctions that might occur with the installation of such equipment. NOTE: Apollo is not responsible for the removal or installation of equipment or components regardless of cause. Except as herein expressly set forth and to the maximum extent permitted by applicable law, Apollo or any of its employees shall not, under any circumstances, be responsible for any direct, indirect, incidental or consequential damages, including, but not limited to, damage to the equipment or injury caused by contact with the equipment. Caution should be taken with any device installed in a moving vehicle that could cause damage or personal injury in the event of a collision or violent maneuvers. Apollo Video makes no other warranties, express or implied including, but not limited to, the implied warranties of merchantability, fitness for a particular purpose, title, and non-infringement. Removal or alteration of the serial number will void this warranty.

ALL RETURNS MAY BE SUBJECT TO A 20% RE-STOCKING FEE

Apollo Video Technology Page 30 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

6. System Architecture Guide – for Optional mSET Software

1 Introduction This document provides detailed information for Apollo Video Technology’s mSET Software™ including installation options, minimum system requirements, and system architecture overview. IT professionals can consult this guide to prepare for installation and design their network infrastructure. For additional information and instructions for the set-up of the mSET Software, please contact Apollo Video Technology’s Customer Support by phone: 425-483-7100, or by email: [email protected].

2 Installation Options mSET is available as an on-premise solution, a fully hosted software service, and as a hybrid solution in some instances. On-premise and hybrid mSET installations must be coordinated through Customer Support and require access to the internet in most cases. For closed or restricted networks, a whitelist of websites required for installation is provided in Section 0 below. 3 On-Premise Installation 3.1 Server, Storage and Network Requirements The following table provides recommended hardware and software specifications to support the mSET software based on the number of vehicles in the fleet. Video storage requirements are based on typical customer characteristics for on-premise mSET deployments. Please review the Server Storage Calculator at the end of this guide for additional help on calculating storage requirements. These specifications can be met with dedicated hardware or through virtualization.

Figure A: Server, Storage and Network Minimum Requirements

No. of CPU OS Video Network Storage RAM Network, Bandwidth Vehicles (or equivalent) Storage Storage Bandwidth 1Gbps NIC Video Intel® Xeon® 2TB Up to 5 1 Gbps NIC Client/Mgmt 2.4GHz, 8 16GB Windows Local Storage SATA core Server® 2-5TB 6-200 RAID w/Hot Spare 2016 2x 1Gbps NIC Video Intel® Xeon® 1 Gbps NIC Client/Mgmt 201-500 32GB Standard or 5-12TB 2.4GHz 8 later core, 25M 10 Gbps NIC Video 48GB 12-24TB NAS Storage w/10Gb 501-1,000 Cache 1Gbps NIC Client/Mgmt Fiber Channel or 2x 10 Gbps NIC Video 1,001-2,500 64GB 200GB for 24-55TB Ethernet 2 x Intel® Application 1Gbps NIC Client/Mgmt Xeon® Installation 2,501-5,000 2.6GHz 16 128GB 55-110TB NAS Storage w/40Gb and OS 4x 10 Gbps NIC Video core, 30M dedicated Fiber storage 1Gbps NIC Client/Mgmt Channel or Ethernet 5,001+ Cache 256GB 110-220TB

3.2 Workstation / Client Requirements

3.2.1 Supported Web-browsers Google Chrome™. In addition to the browser-based mSET application, users may also utilize supportive desktop software such as RsPlayer and RsM (Remote Secure Management Software) for additional complementary features. The following workstation specifications are recommended for such software:

Apollo Video Technology CONFIDENTIAL Page 31 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Figure B: Workstation / Client Minimum Requirements

CPU RAM OS Version OS Storage Graphics Card (or equivalent) Windows® 7/8.1 ATI Radeon™ HD 7700 or NVIDIA 64-bit Intel® i7 2.4GHz 16GB 100GB GeForce® GTX650 (1280x720, 32bpp), (Professional) supporting multiple monitors or above

3.3 Analytics Server Requirements mSET provides an optional feature to create clips that protect privacy of individuals, by automatically detecting and blurring faces captured in a video clip. A separate Linux analytics server is required to provide such functionality, if desired:

During installation, a user account with root access via sudo on the analytics server is required.

Figure C: Server Minimum Requirements to Support Face Blurring

CPU RAM OS Version OS Storage Graphics Card (or equivalent) NVIDIA 1080 or better GPU capable of Intel® Xeon Gold Ubuntu 18.04 64GB 100GB running CUDA v9.2 and 5118 12C 2.3GHz LTS 64bit cuDNN v7.2

3.4 Email Functionality mSET Software can utilize either SMTP or encrypted SMTPS email protocols, however SMTPS is recommended. In order to access these services, the following must be directly accessible by the mSET Server: • SMTP requires TCP port 25 • TCP port 587 (SMTPS is recommended)

3.5 Location Functionality mSET requires access to Google maps and must have access to the following web API entry points: • maps.googleapis.com • maps.gstatic.com

3.6 Installation & Upgrade URL/Access Whitelist The following URLs and ports must be opened for installations and upgrades. Please note that such links are subject to change and may vary depending upon your location. It is recommended to verify the whitelist with Customer Support prior to the time of installation or upgrade. • https://auth.docker.io • https://registry-1.docker.io • https://index.docker.io • https://dseasb33srnrn.cloudfront.net • Ports 80 & 443

Apollo Video Technology CONFIDENTIAL Page 32 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

3.7 3rd Party Software The following matrix provides a list of 3rd party software and respective version numbers used by mSET.

Figure D: Applications Utilized by mSET Software

Application Version Microsoft Windows Server 2016 Microsoft SQL Server 2012 SQL Express Microsoft .NET 4.5.1 Windows (Client) Windows 10 Google Chrome Version 71.0.3578.98 RabbitMQ 3.7.5 Erlang 9.3 PostgreSQL 10 Docker Docker EE 1.21.2 MS OS, etc. Patches Within 3 months of release date

3.8 Backup and Recovery The frequency and method for backup should be determined by the System Administrator. Backups should be run during a time of minimal mSET activity (typically recommended between 3am and 4am) to reduce the risk of access conflicts. Please refer to Microsoft recommendations for SQL Server backups.

Figure E: File Backup and Recommended Frequency

File Type File Name(s) / Location Suggested Frequency After initial installation is complete. Repeat backup after any new License mSET.lic licenses or modules are added. SQL Server should be configured for periodic backups. Be sure to Database mSET include mSET in these periodic backups. Incremental backup is recommended. Most data remains available All video file storage Video on the vehicles for a limited time period (actual time varies based location folders upon Recorder configuration and on-board storage capacity). mSET.properties After initial installation is complete. Repeat backup after any system Configuration Log4cplus.properties configuration changes.

If the mSET server and files must be restored to a new server, please contact Customer Support ([email protected]) for assistance and to generate a new license for the new machine.

3.9 Connectivity Wireless access from the Recorder to the facility network and mSET Server is required. This connection can be Wi-Fi or cellular. mSET provides the ability to configure primary data transfer over a Wi-Fi connection while also allowing for live data to be accessed with cellular connections. Cellular access has bandwidth limitations and should be used with caution to avoid large data charges.

Apollo Video Technology CONFIDENTIAL Page 33 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Figure F: Minimum Vehicle Wireless Network Throughput Requirements

Requirements: • 10Mbps upload/download to each onboard device • Minimum RSSI of -65dB over the designated vehicle parking area • Wireless AP’s placed with 30% overlap of designated parking area o Programmed to auto-adjust transmit power to avoid exceeding recommended coverage overlap o Programmed to avoid channel interference • The wireless network must provide access to TCP ports: o 8016 o 8116 o 8200 o 10019 o 12068 o 554

Figure F: Anticipated Wireless Data Consumption

mSET Module Typical mSET User Cases Monthly Bandwidth SmartClip A site will have a driver event once every 10 days that yields 3.3 GB data per site a 240MB clip: 1. Historically we observe that on any given day approximately 10% of a fleet with the mSET SmartClip module will have a driver initiated event. 2. Typical driver event clip is 90 seconds with a size of 240MB (480MB HD) with 8 cameras 3. Three driver events per month of 240MB (480MB HD) result in 720MB per month per site.

A site will have an accelerometer event every three days that yields a 60MB clip. 1. Historically 30% of the fleet will have an accelerometer event on any given day. 2. The typical accelerometer alarm video clip setting is for 30 seconds at a size of 60MB. 3. 10 accelerometer events of 60MB in size result in 600MB (1200MB HD) per month per site.

Estimate 20% of events will result in a customer clip request for an average of 2.5 requests per site per month. Estimate that each clip is 5 minutes resulting in an 800MB request Health Historical use of approximately 40MB per day in health 1.3 GB data per site log data. Streaming Streaming Video is more dependent upon utilization than 1GB per site Video other mSET Modules. The bandwidth estimate represents approximately 5 minutes of live view per vehicle, per month. Agency’s must purchase and manage cellular data plans. Location Estimate one location based custom clip request per month 800MB per site per site of 5 minutes resulting in an 800MB requests

Apollo Video Technology CONFIDENTIAL Page 34 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

3.10 System Diagram

Figure G: System Diagram for On-Premise Server Deployment

Apollo Video Technology CONFIDENTIAL Page 35 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

4 Hybrid Installation mSET is available as a hybrid deployment option in certain instances where the primary server and data collection resides in an on-premise environment with additional functionality provided by Luminator Technology Group’s hosted infrastructure. In such instances, the front-end mSET web application is hosted in the LTG datacenter while the associated back-end server and primary data storage remains on- premise in the customer’s environment (refer to Figure H below).

Please consult your respective sales manager or contact [email protected] for more information on when a hybrid installation may be appropriate.

Figure H: System Diagram for Hybrid Hosted Server Deployment

5 Hosted mSET mSET is available to customers as a fully hosted subscription service where the mSET server, database, clips and metadata are hosted at Luminator Technology Group’s datacenter with remote browser-based client access. Vehicle connectivity to Hosted mSET can be achieved by either Wi-Fi or cellular connection. The following details describe the process and requirements for establishing connectivity to support Hosted mSET.

5.1 Connectivity via Wi-Fi Connectivity to sites via a Wi-Fi network is achieved by establishing an IPSEC VPN tunnel from the offsite data center that hosts mSET to a static WAN IP address that is visible to the RoadRunnerTM Recorder sites. mSET can support DHCP over Wi-Fi. The Recorder must be able to send outbound

Apollo Video Technology CONFIDENTIAL Page 36 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

IP messages to the mSET server using TCP 8202 and 8203.

5.2 Connectivity via Cellular Network Hosted mSET connectivity through a cellular network can be accomplished by establishing static public cellular IP addresses via onboard cellular routers. Cellular connectivity is recommended for those customers who would like to have an always-connected fleet and to utilize the mSET Streaming Video. mSET supports both primary and secondary IP addresses to transfer most video data over a Wi-Fi connection while also providing live data/view over a cellular connection. NOTE: A public static IP address must be assigned to each vehicle’s cellular data plan.

Figure I: Network Connectivity Summary

Connectivity Wi-Fi Cellular Static or dynamic IP addresses on o Static public IP address the network are used to download o assigned to each router RoadRunnerTM Recorder video clips, onboard a vehicle with metadata and system health Roadrunner Recorder information. Minimum: 3G Static network IP address is o o Preferred: 4G/LTE dedicated to the remote mSET o Provides the benefit of near server that is also visible to o real time access to health RoadRunner Recorder sites. reports, clips and metadata An IPSEC VPN tunnel to the static IP o when the site is connected address hosting mSET. Apollo is then o Provides near real time location provided with the customer’s chosen via the mSET Location module VPN client and credentials. and will show the approximate o Take advantage of higher bandwidth location of vehicles on their with faster clips and metadata route downloads. o Daily batch update of health status.

Apollo Video Technology CONFIDENTIAL Page 37 24000-35th Avenue Southeast – Bothell, WA 98021 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Figure J: System Diagram for Hosted Server Cellular Deployment

Page 38 Apollo Video Technology CONFIDENTIAL Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

Figure K: System Diagram for Hosted Server Wi-Fi Deployment

6 Mobile Access Mobile devices can access real time live view and onboard video directly using the RoadRunner Mobile app, available on the App Store for iOS devices and the Play Store for Android devices. The RoadRunner Mobile App accesses the RoadRunner Recorders directly and requires direct access. RoadRunner Mobile requires access to TCP ports 8016, 8116, 8200, and 10019, 12068, 554.

6 Third Party Integrations 7.1 Onboard Metadata mSET Software retrieves third party data from RoadRunner Recorders using existing interfaces and ports. The integration of onboard metadata (including GPS, accelerometer data, vehicle signals, driver and route information, alarm events, etc.) imposes no additional architecture requirements. Onboard requirements are application specific.

7.2 Backend API Integration The mSET Open API is provided for integration with third party vendors and allows sharing of video, audio and

Apollo Video Technology CONFIDENTIAL Page 39 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com CONFIDENTIAL Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

other metadata. Third party integration with the mSET Open API does not require custom development. Any custom development requirements would be application-specific. mSET Open API documentation is available upon request.

8 Additional Resources Please refer to the mSET User Guide and Instruction Manual for additional information – available for download (account registration required): https://www.apollovideotechnology.com/support/manuals/

Technical Support by phone: 888-AVT-USA1 (425-483-7100) or by email: [email protected] for further information or assistance.

9 Calculating the Required Server Storage Size

The following calculation can be used to determine the estimated server size required based on individual fleet size and settings.

Clip parameters are based on a typical customer using RoadRunner™ HD Recorders with 10 cameras and AutoClip functionality enabled. Under such circumstances, the average mSET clip size for 1 minute of video is approximately 325MB. For purposes of this example, the customer’s AutoClip duration is set to 2.5 minutes and an average of 5 minutes for Custom Clip requests.

Step 1: Temporary Storage Requirements: A: Quantity of vehicles in the fleet B: Expected percentage of vehicles with events per day C: AutoClip Size (GB) D: Number of Custom Clip Requests per day E: Custom Clip Size (GB) F: Temporary Storage Duration + Grace Period (in days)

Temporary Storage (TB) = ((A x B x C) + (D x E)) x F) / 1,000

Example: A Transit Agency with 200 vehicles expects that 20% of the fleet will have events each day with an average AutoClip size of 0.812GB each. They also expect to request 2 Custom Clips each day based on 1% of their total fleet size with an average clip size of 1.625GB. With the mSET Server configured for 30 days of Temporary Storage and 7 days for the Grace Period (37 days total), their temporary storage requirement is 1.33TB. ((200 x 0.20 x 0.812) + (2 x 1.625)) x 37) / 1,000 = 1.322TB)

Step 2: Long Term Storage Requirements: G: Percentage of AutoClips saved to Long Term Storage H: Percentage of Custom Clips saved to Long Term Storage I: Long Term Storage Retention Period

Long Term Storage (in TB) = (((A x B x C x G) + (D x E x H)) x I) / 1,000

The transit agency expects they will save 20% of AutoClips and 50% of Custom Clips to Long Term Storage with mSET Long Term Storage duration configured for 365 days. The agency’s long term storage requirement is 2.97TB. (((200 x 0.20 x 0.812 x .20) + (2 x 1.625 x .5)) x 365) / 1,000 = 2.964TB)

Step 3: Total Storage Requirements: Total Storage = (Temporary Storage + Long Term Storage) The agency’s Total Storage requirement is 4.3TB (1.33 + 2.97 = 4.3)

(Product Brochures on following pages)

Apollo Video Technology Page 40 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 CONFIDENTIAL www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

4 Product Brochures

Select the links below to download the electronic file. Hard copies are also available, please email: [email protected] to request literature by mail. Additional brochures and technical specifications can be found on our website: www.apollovideotechnology.com

RoadRunner MRH (OPTION A) RoadRunner 4K (OPTION B) System Brochure System Brochure

Cameras

Wireless – WiFi and Cellular Options

mSET | Managing Safety and Efficiency in Transit Software

Apollo Video Technology Page 41 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

(This page left intentionally blank.)

Apollo Video Technology Page 42 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

D - Detailed Cost Proposal

1: Complete Cost Proposal 201900485_Attachment_A_Pricing

2: Apollo Video Detailed Cost Proposal

Apollo Video Technology Page 43 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

(This page left intentionally blank.)

Apollo Video Technology Page 44 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com ATTACHMENT A: PRICING FORM

AS PER THE ATTACHED SPECIFICATIONS: NOTE: IN LEIU OF READING BID PRICES TO BID OPENING ATTENDEES, THE RIGHT IS RESERVED TO PHOTOCOPY THE FURNISH AND DELIVER PAGES AND DISTRIBUTE AT THE BID OPENING. QUANTITES LISTED HEREIN ON ITEMS ARE FOR TABULATION PURPOSES AND MAY DIFFER FROM ACTUAL ORDERS PLACED. UNIT PRICE MODEL NUMBER NOTE: Prices for Option A, *Minimum charges apply, refer please see detailed cost ITEM EST. QTY. UOM Mobile Digital Video Recording System: MANUFACTURER to detailed cost proposal proposal for Option B EXTENDED PRICE 1 10 EA. Mobile Digital Video Recording System: Viewing Software and Hardware Apollo Video A: RR-MRHHDA B: RR-HDHDA $ 120.00 $ 1,200.00 1a 10 EA. Mobile Digital Video Recording System: Viewing Software and Hardware Installation Included with item 1b $ - $ - 1b 10 EA. Mobile Digital Video Recording System: 1 Day Training mininum $ 2,000.00 $ 20,000.00 2 10 EA. Mobile Digital Video Recording System: Wireless and Hardware System Apollo Video/Fortinet Apollo Video/Fortinet $ 8,009.00 $ 80,090.00 2a 10 EA. Mobile Digital Video Recording System: Installation for Wireless System * $ 1,250.00 $ 12,500.00 2b 10 EA. Mobile Digital Video Recording System: 1 Day Training minimum $ 2,000.00 $ 20,000.00 Mobile Digital Video Recording System: 4 Camera Complete System for vehicle, including 3 10 EA. DVR, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $3,734 $ 37,340.00 Mobile Digital Video Recording System: Installation: 4 Camera Complete System for 3a 10 EA. vehicle. $ 619.00 $ 6,190.00 3b 10 EA. Mobile Digital Video Recording System: Training: 4 Camera Complete System for vehicle. $ 2,000.00 $ 20,000.00 Mobile Digital Video Recording System: 6 Camera Complete System for vehicle, including 4 10 EA. DVR, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $5,362 $ 53,620.00 Mobile Digital Video Recording System: Installation: 6 Camera Complete System for 4a 10 EA. vehicle. $ 894.00 $ 8,940.00 Mobile Digital Video Recording System: Training: 6 Camera Complete System for vehicle. 4b 10 EA. 1 Day Training minimum $ 2,000.00 $ 20,000.00 Mobile Digital Video Recording System: 8 Camera Complete System for vehicle, including 5 10 EA. DVR, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $6,165 $ 61,650.00 Mobile Digital Video Recording System: Installation: 8 Camera Complete System for 5a 10 EA. vehicle. $ 894.00 $ 8,940.00 Mobile Digital Video Recording System: Training: 8 Camera Complete System for vehicle. 5b 10 EA. 1 Day Training minimum $ 2,000.00 $ 20,000.00 Mobile Digital Video Recording System: 12 Camera Complete System for vehicle, including 6 10 EA. DVR, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $7,657 $ 76,570.00 Mobile Digital Video Recording: System: Installation: 12 Camera Complete System for 6a 10 EA. vehicle. $ 1,169.00 $ 11,690.00 Mobile Digital Video Recording: System: Training: 12 Camera Complete System for 6b 10 EA. vehicle. 1 Day Training minimum $ 2,000.00 $ 20,000.00 Mobile Digital Video Recording System: 16 Camera Complete System for vehicle, including 7 10 EA. DVR, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $9,616 $ 96,160.00 Mobile Digital Video Recording System: Installation: 16 Camera Complete System for 7a 10 EA. vehicle. $ 1,444.00 $ 14,440.00 Mobile Digital Video Recording System: Training: 16 Camera Complete System for vehicle. 7b 10 EA. 1 Day Training minimum $ 2,000.00 $ 20,000.00 WIRELESS Mobile Digital Video Recording System: 4 Camera Complete System for 8 10 EA. vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $4,388 $ 43,880.00 WIRELESS Mobile Digital Video Recording System: Installation: 4 Camera Complete 8a 10 EA. System for vehicle. $ 725.00 $ 7,250.00 WIRELESS Mobile Digital Video Recording System: Training: 4 Camera Complete System for vehicle. 8b 10 EA. 1 Day Training minimum $ 2,000.00 $ 20,000.00 WIRELESS Mobile Digital Video Recording System: 6 Camera Complete System for 9 10 EA. vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring Apollo Video See detailed cost proposal $6,016 $ 60,160.00 WIRELESS Mobile Digital Video Recording System: Installation: 6 Camera Complete 9a 10 EA. System for vehicle. $ 863.00 $ 8,630.00 WIRELESS Mobile Digital Video Recording System: Training: 6 Camera Complete System 9b 10 EA. for vehicle. 1 Day Training minimum $ 2,000.00 $ 20,000.00 WIRELESS Mobile Digital Video Recording System: 8 Camera Complete System for 10 10 EA. vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $6,819 $ 68,190.00 WIRELESS Mobile Digital Video Recording System: Installation: 8 Camera Complete 10a 10 EA. System for vehicle. $ 1,000.00 $ 10,000.00 WIRELESS Mobile Digital Video Recording System: Training: 8 Camera Complete System 10b 10 EA. for vehicle. 1Day Training minimum $ 2,000.00 $ 20,000.00 WIRELESS Mobile Digital Video Recording System: 12 Camera Complete System for 11 10 EA. vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $8,312 $ 83,120.00 WIRELESS Mobile Digital Video Recording System: 11a 10 EA. Installation: 12 Camera Complete System for vehicle. $ 1,275.00 $ 12,750.00 WIRELESS Mobile Digital Video Recording System: 12 Camera Complete System for 11b 10 EA. vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. 1Day Traning minimum $ 2,000.00 $ 20,000.00 WIRELESS Mobile Digital Video Recording System: 16 Camera Complete System for 12 10 EA. vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. Apollo Video See detailed cost proposal $10,270 $ 102,700.00 WIRELESS Mobile Digital Video Recording System: Installation: 16 Camera Complete 12a 10 EA. System for vehicle. $ 1,550.00 $ 15,500.00 WIRELESS Mobile Digital Video Recording System: Training: 16 Camera Complete 12b 10 EA. System for vehicle. 1 Day Training minimum $ 2,000.00 $ 20,000.00 13 10 EA. Farebox and Collection Systems: Manual Farebox – minimum 16” $ - 14 10 EA. Farebox and Fare Collection Systems: Manual Farebox – minimum 22” $ - Farebox and Fare Collection Systems: Manual Farebox – Other 15 10 EA. ______” $ - 16 10 EA. Farebox and Fare Collection Systems: Manual Farebox Installation $ - 17 10 EA. Farebox and Fare Collection Systems: Manual Farebox training $ - 18 10 EA. Farebox and Fare Collection Systems: Donation Box $ - 19 10 EA. Farebox and Fare Collection Systems: Donation Box installation $ - 20 10 EA. Farebox and Fare Collection Systems: Validating Fare Collection System - min. 30” $ - 21 10 EA. Farebox and Fare Collection Systems: Validating Fare Collection System – min. 35” $ - 22 1 EA. Farebox and Fare Collection Systems: Validating Fare Collection System - min. 40” $ - 23 1 EA. Farebox and Fare Collection Systems: Validating Fare Collection System Installation $ - Farebox and Fare Collection Systems: Validating Fare Collection System Training 1 Day 24 1 EA. Training minimum $ - $ - $ 1,121,510.00 LOT 1 - SUBTOTAL OPTION PRICING OPTIONS MAY OR MAY NOT BE ORDERED. VENDORS ARE REQUESTED TO OFFER ITS BEST PRICES. THE STATE RESERVES THE RIGHT TO CONSIDER OPTION PRICES IN THE EVALUATION OF THE AWARD OF CONTRACT. IN SOME CASES, OPTIONS MAY BE CREDITS, INDICATE IN THE DESCRIPTION IF OPTION PRICE IS “CREDIT” AND SHOW PRICE AS DEDUCT ($-). ITEM EST. QTY. UOM DESCRIPTION MANUFACTURER MODEL NUMBER UNIT PRICE EXTENDED PRICE Mobile Digital Video Recording System: Support for years 1-5 Apollo Video Unlimited, lifetime remote support is provided at no additional charge. 1 Service contracts are quoted individually, as pricing varies based upon the total number of 25 EA. Mobile Digital Video Recording System: Year 1 systems and response times. $ - $ - Unlimited, lifetime remote support is provided at no additional charge. 1 Service contracts are quoted individually, as pricing varies based upon the total number of 25a EA. Mobile Digital Video Recording System: Year 2 systems and response times. $ - $ - Unlimited, lifetime remote support is provided at no additional charge. 1 Service contracts are quoted individually, as pricing varies based upon the total number of 25b EA. Mobile Digital Video Recording System: Year 3 systems and response times. $ - $ - Unlimited, lifetime remote support is provided at no additional charge. 1 Service contracts are quoted individually, as pricing varies based upon the total number of 25c EA. Mobile Digital Video Recording System: Year 4 systems and response times. $ - $ - Unlimited, lifetime remote support is provided at no additional charge. 1 Service contracts are quoted individually, as pricing varies based upon the total number of 25d EA. Mobile Digital Video Recording System: Year 5 systems and response times. $ - $ - Mobile Digital Video Recording System: Additional Training price (per day includes travel, 1 26 EA. lodging, meals, etc.) Apollo Video Per Day $ 2,000.00 $ 2,000.00 27 1 EA. Mobile Digital Video Recording System: Additional 2.5” Hard Drive w/ Carrier Apollo Video 1.0TB $ 410.00 $ 410.00 Mobile Digital Video Recording System: Single Camera (replacement for above), including 1 28 EA. all necessary wiring. (TYPE #1) Apollo Video Multiple - Numerous camera optio $ 204.00 $ 204.00 Mobile Digital Video Recording System: Single Camera (replacement for above), including 1 29 EA. all necessary wiring. (TYPE#2) Apollo Video Multiple - Numerous camera optio $ 332.00 $ 332.00 30 1 EA. Mobile Digital Video Recording System: Extended Warranty Apollo Video RR-XW4, RR-XW5 Per Year $ 195.00 $ 195.00 Farebox: Support for years 1-5 $ - 31 1 EA. Farebox Support: Year 1 $ - 31a 1 EA. Farebox Support: Year 2 $ - 31b 1 EA. Farebox Support: Year 3 $ - 31c 1 EA. Farebox Support: Year 4 $ - 31d 1 EA. Farebox Support: Year 5 $ - 32 1 EA. Farebox: Smart Card $ - 33 1 EA. Farebox: Smart Box $ - 34 1 EA. Farebox: Extended Warranty $ - 35 1 EA. Farebox: Single log-in capability $ - 36 1 EA. Farebox: Optional Interface capabilities: Identify $ - $ 3,141.00 OPTIONS - SUBTOTAL $ 1,124,651.00 GRAND TOTAL (This page left intentionally blank.) CONFIDENTIAL Apollo Video Technology State of North Carolina, Bid No. 201900485

Complete Price List

Option 1: RoadRunner MRH Systems

Qty Model No. Description Unit Cost Ext Cost

Item 1: Viewing Hardware and Software; Item 1a, 1b: Viewing Software and Hardware Installation; Viewing Software and Hardware Training 1 RR-MRHHDA Hard Disk Adapter, for RoadRunner MRH Series DVR $120 $120 1 - RsM (RoadRunner Secure Management) Software Included Included 1 AVT-XS Standard On-Site Support Visit - up to 1 full day (8 hours) on-site | Travel expenses are included for the United States and Canada only. $2,000 $2,000 TOTAL: $2,120

Item 2: Wireless and Hardware System; Installation for Wireless System; Training for Wireless System 1 AVT-XS Standard On-Site Support Visit - up to 1 full day (8 hours) on-site | Travel expenses are included for the United States and Canada only. $2,000 $2,000 1 mSET mSET Base Software* Single-Server License w/ Custom Clip Request Utility for Unlimited Vehicles $4,798 $4,798 Price per Access Point Installation (Assumes that Ethernet and Power are readily-available at Mounting Locations. Additional Charge(s) will be assessed for 1 - $1,250 $1,250 Materials and Rental Equipment (i.e. Scissor Lift); NOTE: TRAVEL FEE OF $1,200 WILL APPLY IF LESS THAN 10 APS ARE TO BE INSTALLED PER VISIT 1 - FortiAP FAP-222C IEEE 802.1b/g/n/ac 54 Mbps Wireless Access Point $1,196 $1,196 1 - Fortinet External Antenna (N type), 5 dBi - Outdoor, Wireless Data Network Wall Mount - Directional, Pole Mount Kit with Weather-Proofing Tape $228 $228 1 - Fortigate 100D Firewall Wireless LAN Controller - Firewall $1,787 $1,787 TOTAL: $11,259

Item 3: 4 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH4-1000 RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $2,072 $2,072 1 RR-CTDF100 Camera, Fixed Forward-Facing Dome $332 $332 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 3 RR-CTMIRA $204 $612 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 4 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $112 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $3,734

Item 4: 6 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH8-1000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $3,188 $3,188 1 RR-CTDF100 Camera, Fixed Forward-Facing Dome $332 $332 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 4 RR-CTMIRA $204 $816 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant Exterior, High Resolution, Tapered UV Coated Dome 1 RR-CT $252 $252 Lens Options: 2.9mm: RR-CT29 | 3.6mm: RR-CT36 6 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $168 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $5,362

Item 5: 8 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH8-1000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $3,188 $3,188 1 RR-CF1 Camera, Forward-Facing Color Interior High Resolution, Day/Night, Varifocal Lens Camera w/ Adjustable Mount $519 $519 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 5 RR-CTMIRA $204 $1,020 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge (Previously RR-CT-540) 2 RR-CW1 $304 $608 Orientation Options: Curbside: RR-CW1-CS | Street side: RR-CW1-SS | Front view: RR-CW1-FV 8 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $224 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $6,165

Item 6: 12 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH12-1000 RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $3,752 $3,752 1 RR-CF1 Camera, Forward-Facing Color Interior High Resolution, Day/Night, Varifocal Lens Camera w/ Adjustable Mount $519 $519 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 9 RR-CTMIRA $204 $1,836 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge (Previously RR-CT-540) 2 RR-CW1 $304 $608 Orientation Options: Curbside: RR-CW1-CS | Street side: RR-CW1-SS | Front view: RR-CW1-FV 12 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $336 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $7,657

Item 7: 16 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH16-1000 RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $4,782 $4,782 1 RR-CF1 Camera, Forward-Facing Color Interior High Resolution, Day/Night, Varifocal Lens Camera w/ Adjustable Mount $519 $519 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 13 RR-CTMIRA $204 $2,652 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge (Previously RR-CT-540) 2 RR-CW1 $304 $608 Orientation Options: Curbside: RR-CW1-CS | Street side: RR-CW1-SS | Front view: RR-CW1-FV 16 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $448 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $9,616 Item 8: 4 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH4-1000 RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $2,072 $2,072 1 RR-CTDF100 Camera, Fixed Forward-Facing Dome $332 $332 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 3 RR-CTMIRA $204 $612 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 4 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $112 1 RR-VA1 3 Axis Accelerometer $263 $263

5/23/2019 CONFIDENTIAL Page 1 of 7 CONFIDENTIAL Apollo Video Technology State of North Carolina, Bid No. 201900485

1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-WT230 Mobile Wireless 802.11ac WAVE2 Wi-Fi Router w/ Multiband MIMO/Wi-Fi Roof Mounted Antenna $615 $615 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $4,388

Item 9: 6 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH8-1000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $3,188 $3,188 1 RR-CTDF100 Camera, Fixed Forward-Facing Dome $332 $332 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 4 RR-CTMIRA $204 $816 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant Exterior, High Resolution, Tapered UV Coated Dome 1 RR-CT $252 $252 Lens Options: 2.9mm: RR-CT29 | 3.6mm: RR-CT36 6 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $168 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-WT230 Mobile Wireless 802.11ac WAVE2 Wi-Fi Router w/ Multiband MIMO/Wi-Fi Roof Mounted Antenna $615 $615 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $6,016

Item 10: 8 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH8-1000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $3,188 $3,188 1 RR-CF1 Camera, Forward-Facing Color Interior High Resolution, Day/Night, Varifocal Lens Camera w/ Adjustable Mount $519 $519 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 5 RR-CTMIRA $204 $1,020 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge (Previously RR-CT-540) 2 RR-CW1 $304 $608 Orientation Options: Curbside: RR-CW1-CS | Street side: RR-CW1-SS | Front view: RR-CW1-FV 8 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $224 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-WT230 Mobile Wireless 802.11ac WAVE2 Wi-Fi Router w/ Multiband MIMO/Wi-Fi Roof Mounted Antenna $615 $615 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $6,819

Item 11: 12 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH12-1000 RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $3,752 $3,752 1 RR-CF1 Camera, Forward-Facing Color Interior High Resolution, Day/Night, Varifocal Lens Camera w/ Adjustable Mount $519 $519 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 9 RR-CTMIRA $204 $1,836 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge (Previously RR-CT-540) 2 RR-CW1 $304 $608 Orientation Options: Curbside: RR-CW1-CS | Street side: RR-CW1-SS | Front view: RR-CW1-FV 12 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $336 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-WT230 Mobile Wireless 802.11ac WAVE2 Wi-Fi Router w/ Multiband MIMO/Wi-Fi Roof Mounted Antenna $615 $615 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $8,312

Item 12: 16 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. 1 RR-MRH16-1000 RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Event Switch, Removable 1.0TB Hard Disk Drive $4,782 $4,782 1 RR-CF1 Camera, Forward-Facing Color Interior High Resolution, Day/Night, Varifocal Lens Camera w/ Adjustable Mount $519 $519 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording 13 RR-CTMIRA $204 $2,652 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge (Previously RR-CT-540) 2 RR-CW1 $304 $608 Orientation Options: Curbside: RR-CW1-CS | Street side: RR-CW1-SS | Front view: RR-CW1-FV 16 RR-ICC/ICCA Camera Cable Assembly, Video & Power / Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28 $448 1 RR-VA1 3 Axis Accelerometer $263 $263 1 RR-GPS GPS Kit, GPS Receiver with iSM (Interactive Speed and Mapping) Interface $148 $148 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-WT230 Mobile Wireless 802.11ac WAVE2 Wi-Fi Router w/ Multiband MIMO/Wi-Fi Roof Mounted Antenna $615 $615 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $10,270

Option 2: RoadRunner 4K Systems

Qty Model No. Description Unit Cost Ext Cost

Item 1: Viewing Hardware and Software; Item 1a, 1b: Viewing Software and Hardware Installation; Viewing Software and Hardware Training 1 RR-HDHDA RoadRunner HD Drive Adapter $120 $120 1 - RsM (RoadRunner Secure Management) Software Included Included 1 AVT-XS Standard On-Site Support Visit - up to 1 full day (8 hours) on-site | Travel expenses are included for the United States and Canada only. $2,000 $2,000 TOTAL: $2,120

Item 2: Wireless and Hardware System; Installation for Wireless System; Training for Wireless System 1 AVT-XS Standard On-Site Support Visit - up to 1 full day (8 hours) on-site | Travel expenses are included for the United States and Canada only. $2,000 $2,000 1 mSET mSET Base Software* Single-Server License w/ Custom Clip Request Utility for Unlimited Vehicles $4,798 $4,798 Price per Access Point Installation (Assumes that Ethernet and Power are readily-available at Mounting Locations. Additional Charge(s) will be assessed for 1 - $1,250 $1,250 Materials and Rental Equipment (i.e. Scissor Lift); NOTE: TRAVEL FEE OF $1,200 WILL APPLY IF LESS THAN 10 APS ARE TO BE INSTALLED PER VISIT 1 - FortiAP FAP-222C IEEE 802.1b/g/n/ac 54 Mbps Wireless Access Point $1,196 $1,196 1 - Fortinet External Antenna (N type), 5 dBi - Outdoor, Wireless Data Network Wall Mount - Directional, Pole Mount Kit with Weather-Proofing Tape $228 $228 1 - Fortigate 100D Firewall Wireless LAN Controller - Firewall $1,787 $1,787 TOTAL: $11,259

Item 3: 4 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K04-1000 $3,097 $3,097 Disk Drive 1 RR-HDCTDF100 RoadRunner HD Camera - Fixed Forward-Facing Dome $415 $415 RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 3 RR-HDCTDIRA $335 $1,006 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85

5/23/2019 CONFIDENTIAL Page 2 of 7 CONFIDENTIAL Apollo Video Technology State of North Carolina, Bid No. 201900485

4 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $112 1 RR-HDAGPS RoadRunner HD Antenna, GPS (Utilizes internal receiver) $79 $79 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $4,904

Item 4: 6 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K08-1000 $4,213 $4,213 Disk Drive 1 RR-HDCTDF100 RoadRunner HD Camera - Fixed Forward-Facing Dome $415 $415 RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 4 RR-HDCTDIRA $335 $1,341 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 1 RR-HDCW1 $351 $351 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 6 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $168 1 RR-HDAGPS RoadRunner HD Antenna, GPS (Utilizes internal receiver) $79 $79 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $6,762

Item 5: 8 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K08-1000 $4,213 $4,213 Disk Drive RoadRunner 4K Camera - Forward-Facing Interior Ultra High Definition, Day/Night, Color w/ Adjustable Mount 1 RR-4KCF1 $855 $855 70° FOV: Order RR-4KCF170; 100° FOV: Order RR-4KCF1100; 115° FOV: Order RR-4KCF1115; RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 6 RR-HDCTDIRA $335 $2,011 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 1 RR-HDCW1 $351 $351 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 8 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $224 1 RR-HDAGPS RoadRunner HD Antenna, GPS (Utilizes internal receiver) $79 $79 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $7,929

Item 6: 12 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K12-1000 $4,777 $4,777 Disk Drive RoadRunner 4K Camera - Forward-Facing Interior Ultra High Definition, Day/Night, Color w/ Adjustable Mount 1 RR-4KCF1 $855 $855 70° FOV: Order RR-4KCF170; 100° FOV: Order RR-4KCF1100; 115° FOV: Order RR-4KCF1115; RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 9 RR-HDCTDIRA $335 $3,017 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 2 RR-HDCW1 $351 $702 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 12 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $336 1 RR-HDAGPS RoadRunner HD Antenna, GPS (Utilizes internal receiver) $79 $79 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $9,961

Item 7: 16 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K16-1000 $5,807 $5,807 Disk Drive RoadRunner 4K Camera - Forward-Facing Interior Ultra High Definition, Day/Night, Color w/ Adjustable Mount 1 RR-4KCF1 $855 $855 70° FOV: Order RR-4KCF170; 100° FOV: Order RR-4KCF1100; 115° FOV: Order RR-4KCF1115; RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 13 RR-HDCTDIRA $335 $4,358 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 2 RR-HDCW1 $351 $702 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 16 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $448 1 RR-HDAGPS RoadRunner HD Antenna, GPS (Utilizes internal receiver) $79 $79 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 TOTAL: $12,445

Item 8: 4 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K04-1000 $3,097 $3,097 Disk Drive 1 RR-HDCTDF100 RoadRunner HD Camera - Fixed Forward-Facing Dome $415 $415 RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 3 RR-HDCTDIRA $335 $1,006 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 4 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $112 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-HDW4K Embedded WiFi for RoadRunner 4K, Includes 3-in-1 Antenna w/ GPS $319 $319 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $5,183

Item 9: 6 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K08-1000 $4,213 $4,213 Disk Drive 1 RR-HDCTDF100 RoadRunner HD Camera - Fixed Forward-Facing Dome $415 $415 RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 4 RR-HDCTDIRA $335 $1,341 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 1 RR-HDCW1 $351 $351 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 6 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $168 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-HDW4K Embedded WiFi for RoadRunner 4K, Includes 3-in-1 Antenna w/ GPS $319 $319 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $7,041

Item 10: 8 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K08-1000 $4,213 $4,213 Disk Drive RoadRunner 4K Camera - Forward-Facing Interior Ultra High Definition, Day/Night, Color w/ Adjustable Mount 1 RR-4KCF1 $855 $855 70° FOV: Order RR-4KCF170; 100° FOV: Order RR-4KCF1100; 115° FOV: Order RR-4KCF1115; RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 6 RR-HDCTDIRA $335 $2,011 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 1 RR-HDCW1 $351 $351 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 8 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $224 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-HDW4K Embedded WiFi for RoadRunner 4K, Includes 3-in-1 Antenna w/ GPS $319 $319 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $8,208

5/23/2019 CONFIDENTIAL Page 3 of 7 CONFIDENTIAL Apollo Video Technology State of North Carolina, Bid No. 201900485

Item 11: 12 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K12-1000 $4,777 $4,777 Disk Drive RoadRunner 4K Camera - Forward-Facing Interior Ultra High Definition, Day/Night, Color w/ Adjustable Mount 1 RR-4KCF1 $855 $855 70° FOV: Order RR-4KCF170; 100° FOV: Order RR-4KCF1100; 115° FOV: Order RR-4KCF1115; RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 9 RR-HDCTDIRA $335 $3,017 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 2 RR-HDCW1 $351 $702 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 12 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $336 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-HDW4K Embedded WiFi for RoadRunner 4K, Includes 3-in-1 Antenna w/ GPS $319 $319 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $10,240

Item 12: 16 Camera Complete System for vehicle, including DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring. RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Accelerometer, Power Cable, Event Switch, Removable 1.0TB Hard 1 RR-HDR4K16-1000 $5,807 $5,807 Disk Drive RoadRunner 4K Camera - Forward-Facing Interior Ultra High Definition, Day/Night, Color w/ Adjustable Mount 1 RR-4KCF1 $855 $855 70° FOV: Order RR-4KCF170; 100° FOV: Order RR-4KCF1100; 115° FOV: Order RR-4KCF1115; RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording | Lens 13 RR-HDCTDIRA $335 $4,358 Options: 115 x 69: RR-HDCTDIRA115 | 101 x 61: RR-HDCTDIRA100 | 81 x 43: RR-HDCTDIRA85 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: 2 RR-HDCW1 $351 $702 Curbside: RR-HDCW1-CS | Street side: RR-HDCW1-SS 16 RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power and Audio | Length Options: 10' - 75': RR-HDICCA10 - RR-HDICCA75 $28 $448 1 RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 $195 1 RR-HDW4K Embedded WiFi for RoadRunner 4K, Includes 3-in-1 Antenna w/ GPS $319 $319 1 RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 $39 TOTAL: $12,724 RoadRunner MRH (Analog) Systems: High Capacity RoadRunner Series Digital Video Recorders RR-MRH16-6000 RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $5,230 RR-MRH16-4000 RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $5,051 RR-MRH16-2000 RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $4,872 RR-MRH16-1000 RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $4,782 RR-MRH16-2000S RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $5,971 RR-MRH16-1000S RoadRunner 16 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $5,691

RR-MRH12-6000 RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $4,200 RR-MRH12-4000 RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $4,021 RR-MRH12-2000 RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $3,842 RR-MRH12-1000 RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $3,752 RR-MRH12-2000S RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $4,941 RR-MRH12-1000S RoadRunner 12 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $4,661

Software Upgrade Option for up Recording up to 16 Cameras (Requires RR-MRH12 Series DVR): RR-MRH12-U2 Upgrade MRH12 to 14 Camera Capability (Software License for 2 Additional Cameras) $515 RR-MRH12-U4 Upgrade MRH12 to 16 Camera Capability (Software License for 4 Additional Cameras) $1,030

RR-MRH8-6000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $3,636 RR-MRH8-4000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $3,457 RR-MRH8-2000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $3,278 RR-MRH8-1000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $3,188 RR-MRH8-2000S RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $4,377 RR-MRH8-1000S RoadRunner 8 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $4,097

RR-MRH4-6000 RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $2,520 RR-MRH4-4000 RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $2,341 RR-MRH4-2000 RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $2,162 RR-MRH4-1000 RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $2,072 RR-MRH4-2000S RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $3,261 RR-MRH4-1000S RoadRunner 4 Camera Mobile Digital Video Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $2,981

Cameras: RR-CF1 Camera, Forward-Facing Color Interior High Resolution, Day/Night, Varifocal Lens Camera w/ Adjustable Mount $519 RR-CTDF100 Camera, Fixed Forward-Facing Dome $332 Camera, Color Vandal Resistant, Exterior, High Resolution, Miniature Tapered UV Coated Dome, 2.9mm RR-CTM $204 Orientation Options: Ceiling: RR-CTM-C; Side: RR-CTM-S Camera, Color Vandal Resistant Interior High Resolution, Day/Night Mini Tapered Dome w/ IR Illumination & Audio Recording RR-CTMIRA $239 Lens Options: 2.5mm: RR-CTMIRA25 | 3.6mm: RR-CTMIRA36 Camera, Color Vandal Resistant Exterior, High Resolution, Tapered UV Coated Dome RR-CT $252 Lens Options: 2.9mm: RR-CT29 | 3.6mm: RR-CT36 Camera, Color Vandal Resistant Interior/Exterior, High Resolution, Day/Night Tapered Dome w/ IR Illumination RR-CTIR $252 Lens Options: 2.5mm: RR-CTIR25 | 3.6mm: RR-CTIR36 Camera, Color Vandal Resistant Interior High Resolution, Day/Night Tapered Dome w/ IR Illumination & Audio Recording RR-CTIRA $287 Lens Options: 2.5mm: RR-CTIRA25 | 3.6mm: RR-CTIRA36 Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge (Previously RR-CT-540) RR-CW1 $304 Orientation Options: Curbside: RR-CW1-CS | Street side: RR-CW1-SS | Front view: RR-CW1-FV Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge with Tempered Glass Lens RR-CW1-TG $332 Orientation Options: Curbside: RR-CW1-TG-CS | Street side: RR-CW1-TG-SS | Front view: RR-CW1-TG-FV Camera, Color Vandal Resistant High Resolution Interior/Exterior Wedge w/ Mount and Heater RR-CW1-H $384 Orientation Options: Curbside: RR-CW1-CS-H | Street side: RR-CW1-SS-H Camera, Color IR Illumination Day/Night High Resolution with Audio Recording RR-CIR2 $172 Lens Options: 2.5mm: RR-CIR225 | 3.6mm: RR-CIR236 Camera, Color High Resolution with Audio Recording RR-C2 $172 Lens Options: 2.5mm: RR-C225 | 3.6mm: RR-C236 Camera Cable Assemblies: RR-ICC Camera Cable Assembly, Video & Power | Length Options: 10' - 90': RR-ICC10 - RR-ICC90 $28 RR-ICCA Camera Cable Assembly, Video, Power & Audio | Length Options: 10' - 90': RR-ICCA10 - RR-ICCA90 $28

Camera Enclosures and Mounts: RR-CEIR Camera Enclosure, Vandal-Resistant Enclosure for RR-CIR2 Series Cameras $26 RR-CMIRV7 Camera Mount, 7" Vandal-Resistant Mount for RR-CIR2 / RR-C2 Series Cameras $40 RR-CMIRS3 Camera Mount, 3" Swivel Mount for RR-C2 Series Cameras $35 RR-CMIRS6 Camera Mount, 6" Swivel Mount for RR-C2 Series Cameras $40

5/23/2019 CONFIDENTIAL Page 4 of 7 CONFIDENTIAL Apollo Video Technology State of North Carolina, Bid No. 201900485

Wireless Cellular: LTE-Advanced Mobile Cellular/Wi-Fi 802.11ac (WAVE2) MU-MIMO Router w/ 9-in-1 LTE(4x)/Wi-Fi(4x)/GPS(1x) Antenna, & Passenger Wi-Fi Antenna | NOTE: RR-WC400 $1,711 SIM card and monthly service is not included and must be arranged through a local provider LTE-Advanced Mobile Cellular/Wi-Fi 802.11ac (WAVE2) Router w/ 5-in1- LTE(2x)/Wi-Fi(2x)/GPS Antenna, 802.11ac(WAVE2) | NOTE: SIM card and monthly RR-WC340 $1,079 service is not included and must be arranged through a local provider NOTE: Please refer to "Service and Support" pricing for wireless configuration services

Wireless LAN: RR-WT230 Wireless 802.11ac (Wave 2) Industrial Mobile Router $615 NOTE: Please refer to "Service and Support" pricing for wireless configuration services

Accessories: RR-GPS GPS Kit: GPS Receiver & iSM (Interactive Speed & Mapping) Interface $148 RR-MRHHDA Hard Disk Adapter, for RoadRunner MRH Series DVR $120 RR-EHMRH Environmental Protective Heater for MRH Series DVR $79 RR-ENV Environmental Protective Enclosure $312 AVT-NiiU niiu (Network Intelligent Interface Unit) $408 RR-VA1 3 Axis Accelerometer $263 RR-UPS-S Uninterruptable Power Supply with SuperCap Technology $639 RR-UPS-B Uninterruptable Power Supply, Battery $719 RR-S2C 2 Camera Video Switcher (Provides 2 Additional Switching Camera Inputs) $159 RR-M2i Surface Mount Microphone with Gain Control, Cabling $159 RR-PSRA Power Supply, for Rail Applications $799 RR-ODC RoadRunner System Onboard Display Controller $479 Display, 17" Color On-Board Progressive Scan Monitor with Ruggedized Mount RR-DLCDP1 $879 NOTE: Cable sold separately: 099-0035-0**: **indicates length 5' to 70' - in 5' increments RR-DLCD70 Display (7" LCD Display, Cabling and Mounts) NOTE: Cable sold separately: 099-0035-0**: **indicates length 5' to 70' - in 5' increments $359

RR-DMPLCD Display Package (7" LCD Display, Mouse, Cabling & Mounts) NOTE: Cable sold separately: 099-0035-0**: **indicates length 5' to 70' - in 5' increments $439

RR-DBPLCD Backup Display Package (7" LCD, RR-CTM29-C, Cabling & Mount) NOTE: Cable sold separately: 099-0035-0**: **indicates length 5' to 70' - in 5' increments $599

RR-DLCD80 RoadRunner Display, 8" LCD Display Monitor NOTE: Cable sold separately: 099-0035-0**: **indicates length 5' to 70' - in 5' increments $479 RR-DLCD100 RoadRunner Display, 10" LCD Display Monitor NOTE: Cable sold separately: 099-0035-0**: **indicates length 5' to 70' - in 5' increments $519 RR-DCLD150 RoadRunner Display, 15" LCD Display Monitor NOTE: Cable sold separately: 099-0035-0**: **indicates length 5' to 70' - in 5' increments $679 RR-DMS Display Mount, Adjustable, Small (Compatible with 8" Monitor) $95 RR-DML Display Mount, Adjustable, Large (Compatible with 10 and 15" Monitor) $223

RoadRunner MRH Additional / Replacement Storage: RR-MRH6000HD Removable Hard Disk Drive for RoadRunner Digital Video Recorder (DVR), 6.0TB $858 RR-MRH4000HD Removable Hard Disk Drive for RoadRunner Digital Video Recorder (DVR), 4.0TB $679 RR-MRH2000HD Removable Hard Disk Drive for RoadRunner Digital Video Recorder (DVR), 2.0TB $500 RR-MRH1000HD Removable Hard Disk Drive for RoadRunner Digital Video Recorder (DVR), 1.0TB $410 RR-MRH2000SD Removable Solid-State Drive RoadRunner Digital Video Recorder (DVR), 2.0TB $1,599 RR-MRH1000SD Removable Solid-State Drive RoadRunner Digital Video Recorder (DVR), 1.0TB $1,319 RoadRunner 4K™ Systems: RoadRunner 4K™ Ultra High Definition Mobile Recorders RR-HDR4K16-10000 RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 10.0TB Hard Disk Drive $6,614 RR-HDR4K16-8000 RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 8.0TB Hard Disk Drive $6,434 RR-HDR4K16-6000 RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $6,255 RR-HDR4K16-4000 RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $6,076 RR-HDR4K16-2000 RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $5,897 RR-HDR4K16-1000 RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $5,807 RR-HDR4K16-2000S RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $6,996 RR-HDR4K16-1000S RoadRunner 4K Resolution 16 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $6,716

RR-HDR4K12-10000 RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 10.0TB Hard Disk Drive $5,583 RR-HDR4K12-8000 RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 8.0TB Hard Disk Drive $5,404 RR-HDR4K12-6000 RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $5,225 RR-HDR4K12-4000 RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $5,046 RR-HDR4K12-2000 RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $4,866 RR-HDR4K12-1000 RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $4,777 RR-HDR4K12-2000S RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $5,966 RR-HDR4K12-1000S RoadRunner 4K Resolution 12 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $5,686

RR-HDR4K08-10000 RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 10.0TB Hard Disk Drive $5,019 RR-HDR4K08-8000 RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 8.0TB Hard Disk Drive $4,840 RR-HDR4K08-6000 RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $4,661 RR-HDR4K08-4000 RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $4,482 RR-HDR4K08-2000 RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $4,302 RR-HDR4K08-1000 RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $4,213 RR-HDR4K08-2000S RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $5,402 RR-HDR4K08-1000S RoadRunner 4K Resolution 8 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $5,122

RR-HDR4K04-10000 RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 10.0TB Hard Disk Drive $3,903 RR-HDR4K04-8000 RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 8.0TB Hard Disk Drive $3,724 RR-HDR4K04-6000 RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 6.0TB Hard Disk Drive $3,545 RR-HDR4K04-4000 RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 4.0TB Hard Disk Drive $3,366 RR-HDR4K04-2000 RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Hard Disk Drive $3,186 RR-HDR4K04-1000 RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Hard Disk Drive $3,097 RR-HDR4K04-2000S RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 2.0TB Solid-State Drive $4,286 RR-HDR4K04-1000S RoadRunner 4K Resolution 4 Camera Mobile Recorder, RsM™ Software, Power Cable, Accelerometer, Event Switch, Removable 1.0TB Solid-State Drive $4,006

RoadRunner 4K™ Options and Accessories: RoadRunner 4K Camera - Forward-Facing Interior Ultra High Definition, Day/Night, Color w/ Adjustable Mount RR-4KCF1 $855 70° FOV: Order RR-4KCF170; 100° FOV: Order RR-4KCF1100; 115° FOV: Order RR-4KCF1115; RoadRunner 4K Camera - Compact Forward-Facing Interior Ultra High Definition, Day/Night, Color RR-4KCF2 $775 70° FOV: Order RR-4KCF270; 100° FOV: Order RR-4KCF2100; 115° FOV: Order RR-4KCF2115; RR-HDW4K Embedded Wi-Fi for RoadRunner 4K Recorder, Includes 3-in-1 Antenna w/ GPS $319

5/23/2019 CONFIDENTIAL Page 5 of 7 CONFIDENTIAL Apollo Video Technology State of North Carolina, Bid No. 201900485

NOTE: RoadRunner 4K Systems are compatible with all HD cameras and accessories - please refer to the following sections for all options and accessories

RoadRunner HD High Definition Interior Cameras: RR-HDCF1 RoadRunner HD Camera - Forward-Facing Interior High Definition, Day/Night, Color w/ Adjustable Mount $599 RR-HDCF2 RoadRunner HD Camera - Compact, Forward Facing $519 RR-HDCTDF100 RoadRunner HD Camera - Fixed Forward-Facing Dome $415 RR-HDCTDIRA RoadRunner HD Camera - Vandal Resistant, IP Addressable, High Definition Tapered Color Dome w/ IR Illumination & Audio Recording $335 RR-HDC360 RoadRunner HD Camera - 360 Degree $671

RoadRunner HD High Definition Exterior Cameras: RR-HDCTD RoadRunner HD Camera - Vandal Resistant, Exterior, IP Addressable, High Definition Tapered UV-Coated Color Dome $335 RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge; Orientation Options: Curbside: RR- RR-HDCW1 $351 HDCW1-CS | Street side: RR-HDCW1-SS RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge, Tempered Glass Viewing Window; RR-HDCW1-TG $379 Orientation Options: Curbside: RR-HDCW1-TG-CS | Street side: RR-HDCW1-TG-SS RoadRunner HD Camera - Vandal Resistant, Exterior High Definition IP Addressable, High Definition Varifocal Color Wedge w/ Mount and Heater; Orientation RR-HDCW1-H $431 Options: Curbside: RR-HDCW1-CS-H | Street side: RR-HDCW1-SS-H RoadRunner HD Camera Cable Assemblies: RR-HDICCA RoadRunner HD Interface Camera Cables, Video, Power & Audio (Specify: 10', 15', 20', 25', 35', 45', 55', 65', 75') $28

RoadRunner HD Wireless Cellular: LTE-Advanced Mobile Cellular/Wi-Fi 802.11ac (WAVE2) MU-MIMO Router w/ 9-in-1 LTE(4x)/Wi-Fi(4x)/GPS(1x) Antenna, & Passenger Wi-Fi Antenna NOTE: SIM RR-HDWC400 $1,711 card and monthly service is not included and must be arranged through a local provider LTE-Advanced Mobile Cellular/Wi-Fi 802.11ac (WAVE2) Router w/ 5-in1- LTE(2x)/Wi-Fi(2x)/GPS Antenna, 802.11ac(WAVE2) RR-HDWC340 $1,079 NOTE: SIM card and monthly service is not included and must be arranged through a local provider RoadRunner HD Wireless LAN: RR-HDWT230 Wireless 802.11ac (Wave 2) Industrial Mobile Router $615

RoadRunner HD Accessories: RR-HDHDA RoadRunner HD Drive Adapter $120 RR-HDAGPS RoadRunner HD Antenna, GPS (Utilizes internal receiver) $79 RR-HDVA1 RoadRunner HD 3 Axis Accelerometer (External) $263 RR-HDVE8 RoadRunner HD Video Encoder, 8 Camera Support $639 RR-HDVE4 RoadRunner HD Video Encoder, 4 Camera Support $399 RR-HDUPS-S RoadRunner HD Uninterruptible Power Supply with SuperCap Technology $639 RR-HDUPS-B RoadRunner HD Uninterruptible Power Supply, Battery $719 RR-HDPLDP RoadRunner HD Power Loss Data Protector $399 RR-HDPSRA RoadRunner HD Power Supply, for Rail Applications $799 RR-HDVCS RoadRunner HD Vandal-Resistant Recorder Cover & Cable Guard Set $103 RR-HDEH RoadRunner HD Environmental Protective Heater $79 RR-HDODC RoadRunner HD Onboard Display Controller $479 RoadRunner HD System Display, 7" LCD Display Monitor w/ Controller RR-HDDLCD70 $674 NOTE: HDMI Cable sold separately, 10': 009-0263-010, 20': 009-0263-020, 25': 009-0263-025 RoadRunner HD System Display, 8" LCD Display Monitor w/ Controller RR-HDDLCD80 $959 NOTE: HDMI Cable sold separately, 10': 009-0263-010, 20': 009-0263-020, 25': 009-0263-025 RoadRunner HD System Display, 10" LCD Display Monitor w/ Controller RR-HDDLCD100 $999 NOTE: HDMI Cable sold separately, 10': 009-0263-010, 20': 009-0263-020, 25': 009-0263-025 RoadRunner HD System Display, 15" LCD Display Monitor w/ Controller RR-HDDLCD150 $1,159 NOTE: HDMI Cable sold separately, 10': 009-0263-010, 20': 009-0263-020, 25': 009-0263-025 HD Display, 17" Color On-Board Smart Monitor with Ruggedized Mount RR-HDDLCDP1 $1,199 NOTE: HDMI Cable sold separately, 10': 009-0263-010, 20': 009-0263-020, 25': 009-0263-025 RR-DMS Display Mount, Adjustable, Small (Compatible with 8" Monitor) $95 RR-DML Display Mount, Adjustable, Large (Compatible with 10 and 15" Monitor) $223 RR-HDM2i RoadRunner HD Surface Mount Microphone with Gain Control (NOTE: Cable to be ordered separately) $159 AVT-NIIU Network Intelligent Interface Unit $408

RoadRunner HD Spare / Replacement Drives: RR-HDD10000 RoadRunner HD Removable Hard Disk Drive, 10.0TB $1,217 RR-HDD8000 RoadRunner HD Removable Hard Disk Drive, 8.0TB $1,038 RR-HDD6000 RoadRunner HD Removable Hard Disk Drive, 6.0TB $858 RR-HDD4000 RoadRunner HD Removable Hard Disk Drive, 4.0TB $679 RR-HDD2000 RoadRunner HD Removable Hard Disk Drive, 2.0TB $500 RR-HDD1000 RoadRunner HD Removable Hard Disk Drive, 1.0TB $410 RR-HDD2000S RoadRunner HD Removable Solid-State Drive, 2.0TB $1,599 RR-HDD1000S RoadRunner HD Removable Solid-State Drive, 1.0TB $1,319 Facility Network Equipment - FortiAP FAP-222C IEEE 802.1b/g/n/ac 54 Mbps Wireless Access Point $1,196 - Fortinet External Antenna (N type), 5 dBi - Outdoor, Wireless Data Network Wall Mount - Directional, Pole Mount Kit with Weather-Proofing Tape $228 - Fortigate 100D Firewall Wireless LAN Controller - Firewall $1,787 Software, Services, Extended Warranty, Installation mSET (Managing Safety and Efficiency in Transit) Software Licenses mSET mSET Base Software* Single-Server License w/ Custom Clip Request Utility for Unlimited Vehicles $4,798 mSET-H mSET Software, Health Single-Server License* $4,798 mSET-H-L mSET Software, Health Single-Vehicle License $238 mSET-L mSET Software, Location Single-Server License* $4,798 mSET-L-L mSET Software, Location Single-Vehicle License $238 mSET-SC mSET Software, SmartClip Single-Server License* $7,198 mSET-SC-L mSET Software, SmartClip Single-Vehicle License $358 mSET-OP mSET Software, Operator Performance Single-Server License* $7,198 mSET-OP-L mSET Software, Operator Performance Single-Vehicle License $798 mSET-SV mSET Software, Streaming Video Single-Server License* $4,798 mSET-SV-L mSET Software, Streaming Video Single-Vehicle License $238 *Includes 3 years of software updates

mSET (Managing Safety and Efficiency in Transit) Hosted Software Service mSET Software, Monthly Hosted Essentials Bundle Single-Vehicle Subscription (includes mSET Base, Health and SmartClip): 25GB pooled storage per vehicle, mSET-X-EB-M $25 maintenance and updates provided mSET Software, 1-Year Hosted Essentials Bundle Single-Vehicle Subscription (includes mSET Base, Health and SmartClip): 25GB pooled storage per vehicle, mSET-X-EB-1 $300 maintenance and updates provided

5/23/2019 CONFIDENTIAL Page 6 of 7 CONFIDENTIAL Apollo Video Technology State of North Carolina, Bid No. 201900485

mSET Software, 3-Year Essentials Hosted Bundle Single-Vehicle Subscription (includes mSET Base, Health and SmartClip): 25GB pooled storage per vehicle, mSET-X-EB-3 $630 maintenance and updates provided mSET Software, 5-Year Hosted Essentials Bundle Single-Vehicle Subscription (includes mSET Base, Health and SmartClip): 25GB pooled storage per vehicle, mSET-X-EB-5 $975 maintenance and updates provided

mSET-X-L-M mSET Software, Monthly Hosted Location Single-Vehicle Subscription $10 mSET-X-L-1 mSET Software, 1-Year Hosted Location Single-Vehicle Subscription $96 mSET-X-L-3 mSET Software, 3-Year Hosted Location Single-Vehicle Subscription $252 mSET-X-L-5 mSET Software, 5-Year Hosted Location Single-Vehicle Subscription $390

mSET-X-SV-M mSET Software, Monthly Hosted Streaming Video Single-Vehicle Subscription $10 mSET-X-SV-1 mSET Software, 1-Year Hosted Streaming Video Single-Vehicle Subscription $96 mSET-X-SV-3 mSET Software, 3-Year Hosted Streaming Video Single-Vehicle Subscription $252 mSET-X-SV-5 mSET Software, 5-Year Hosted Streaming Video Single-Vehicle Subscription $390

mSET-X-OP-M mSET Software, Monthly Hosted Operator Performance Single-Vehicle Subscription $20 mSET-X-OP-1 mSET Software, 1-Year Hosted Operator Performance Single-Vehicle Subscription $192 mSET-X-OP-3 mSET Software, 3-Year Hosted Operator Performance Single-Vehicle Subscription $504 mSET-X-OP-5 mSET Software, 5-Year Hosted Operator Performance Single-Vehicle Subscription $780

Set-up Fees: mSET-X-SU mSET Software, Hosted Setup Fee $2,498 mSET-X-OP-SU mSET Software, Operator Performance Driver ID Setup Fee $2,498

Additional Storage and Bandwidth: mSET-X-XST-M mSET Software, Monthly Hosted Expanded Storage (Additional 25GB per vehicle, must purchase for all vehicles) $2 mSET-X-XB-M mSET Software, Monthly Hosted Expanded Bandwidth (Additional 5GB per vehicle, must purchase for all vehicles) $2

mSET (Managing Safety and Efficiency in Transit) Managed Services - Clip Review Service mSET-X-OPR-M mSET Software, Monthly Managed Services: Operator Performance Video Clip Review Single-Vehicle Subscription $20 mSET-X-OPR-1 mSET Software, 1-Year Managed Services: Operator Performance Video Clip Review Single-Vehicle Subscription $192 mSET-X-OPR-3 mSET Software, 3-Year Managed Services: Operator Performance Video Clip Review Single-Vehicle Subscription $504 mSET-X-OPR-5 mSET Software, 5-year Managed Services: Operator Performance Video Clip Review Single-Vehicle Subscription $780

mSET (Managing Safety and Efficiency in Transit) Software Maintenance mSET-M-50 mSET Software Maintenance for Fleets of 50 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $2,300 mSET-M-100 mSET Software Maintenance for Fleets of 100 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $3,800 mSET-M-150 mSET Software Maintenance for Fleets of 150 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $5,300 mSET-M-200 mSET Software Maintenance for Fleets of 200 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $6,800 mSET-M-300 mSET Software Maintenance for Fleets of 300 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $9,800 mSET-M-400 mSET Software Maintenance for Fleets of 400 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $12,900 mSET-M-500 mSET Software Maintenance for Fleets of 500 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $15,800 mSET-M-750 mSET Software Maintenance for Fleets of 750 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $23,300 mSET-M-1000 mSET Software Maintenance for Fleets of 1000 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $30,800 mSET-M-1500 mSET Software Maintenance for Fleets of 1500 Vehicles or Less, 12 Months (requires purchase for mSET Base and each additional module) $45,800

Basic On-Site Support / Training: AVT-XS Standard On-Site Support Visit - up to 1 full day (8 hours) on-site | Travel expenses are included for the United States and Canada only. $2,000 AVT-XS1 Additional day (8 hours) on site, Standard Service $1,000

Advanced On-Site Support / Training:

AVT-XSN Software / Networking On-Site Support Visit - up to 2 full days (16 hours) on-site | Travel expenses are included for the United States and Canada only. $4,500

AVT-XSN1 Additional day (8 hours) on site, Software/Networking Service $1,500

Wireless Configuration & Services: RR-XCFGL Wireless LAN A/P or Bridge Configuration (Cost is per unit configured) $39 RR-XCFGC Wireless Cellular Configuration (Cost is per unit configured) $49 RR-XECM1 NetCloud Management Service for WT230/WC320/WC330/WC340/WC400 - Hosted by Cradlepoint, 1 Year $42 RR-XECM3 NetCloud Management Service for WT230/WC320/WC330/WC340/WC400 - Hosted by Cradlepoint, 3 Years $88 RR-XECM5 NetCloud Management Service for WT230/WC320/WC330/WC340/WC400 - Hosted by Cradlepoint, 5 Years $140

Extended Warranty Options (price is per system, warranties must be purchased consecutively) RR-XW3 Extended Warranty - Year 3 (All Equipment Excluding Removable Drives) $195 RR-XW4 Extended Warranty - Year 4 (All Equipment Excluding Removable Drives) $195 RR-XW5 Extended Warranty - Year 5 (All Equipment Excluding Removable Drives) $195

The standard warranty policy applies to extended warranty options and do not include outoing freight charges or labor for the removal or replacement of equipment. Please refer to the standard warranty statement for terms and conditions:http://www.apollovideotechnology.com/support/. Service contracts including labor are quoted individually - please contact your Apollo Video representative for additional information.

Installation of On-Board Equipment (Price Valid for Services Conducted within the State of North Carolina): Installation quote assumes typical field camera placement with minimal structural vehicle modifications required. Removal of, or modifications of, non-serviceable OEM vehicle components may incur additional charge. INST-I3 Installation of item 3 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 4 interior cameras, GPS, accelerometer $619 INST-I4 Installation of item 4 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 6 interior cameras, GPS, accelerometer $756 INST-I5 Installation of item 5 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 8 interior cameras, GPS, accelerometer $894 INST-I6 Installation of item 6 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 12 interior cameras, GPS, accelerometer $1,169 INST-I7 Installation of item 7 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 16 interior cameras, GPS, accelerometer $1,444 INST-I8 Installation of item 8 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 4 interior cameras, GPS, accelerometer, wireless $725 INST-I9 Installation of item 9 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 6 interior cameras, GPS, accelerometer, wireless $863 INST-I10 Installation of item 10 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 8 interior cameras, GPS, accelerometer, wireless $1,000 INST-I11 Installation of item 11 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 12 interior cameras, GPS, accelerometer, wireless $1,275 INST-I12 Installation of item 12 - RoadRunner System for Non-Articulated, Standard Transit Bus - up to 16 interior cameras, GPS, accelerometer, wireless $1,550

Additional Installatoin Charges (prices valid only if conducted at initial time of installation) - Additional Charge per Vehicle for MCI Coach, Trolley, Train, , or Articulated Vehicle $240 - Additional Charge per Vehicle for Additional Exterior Camera $90 - Additional Charge per Vehicle for Each Additional Device (Monitor Display, UPS, etc.) $90

Features, Pricing and Specifications are Subject to Change without Notice. All Prices are in US Dollars.

5/23/2019 CONFIDENTIAL Page 7 of 7 (This page left intentionally blank.) Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

E - Completed Bid Document and Forms

Completed State of North Carolina Invitation for Bid #: 201900485, Transit Bus Equipment #1, Mobile-Digital Video Recording Systems, Fareboxes and Fare Collection System

NOTE: Apollo Video Technology is only responding to the Mobile-Digital Video Recording Systems bid and not for the Fareboxes and Fare Collection System.

Apollo Video Technology Page 57 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com Invitation for Bid #: 201900485 Transit Bus Equipment #1 | State of North Carolina

(This page left intentionally blank.)

Apollo Video Technology Page 58 Toll Free: 888.288.8721; Tel: 425.483.7100; Fax: 425.483.7200 www.apollovideo.com 16th March 20 IFB # 201900485 Vendor: ______Table of Contents 1.0 PURPOSE AND BACKGROUND ...... 3 2.0 GENERAL INFORMATION ...... 3 2.1 INVITATION FOR BIDS DOCUMENT ...... 3 2.2 E-PROCUREMENT SOLICITATION ...... 3 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS ...... 3 2.4 IFB SCHEDULE ...... 4 2.5 BID QUESTIONS ...... 4 2.6 BID SUBMITTAL ...... 5 2.7 BID CONTENTS ...... 6 2.8 ALTERNATE BIDS ...... 6 2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ...... 6 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS ...... 7 3.1 METHOD OF AWARD ...... 7 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ...... 7 3.3 BID EVALUATION PROCESS ...... 8 3.4 PERFORMANCE OUTSIDE THE UNITED STATES ...... 8 3.5 INTERPRETATION OF TERMS AND PHRASES ...... 9 4.0 REQUIREMENTS ...... 9 4.1 CONTRACT TERM ...... 9 4.2 CONTRACT VALUE ...... 9 4.3 ESTIMATED QUANTITIES ...... 9 4.4 NON-MANDATORY ELIGIBLE ENTITIES ...... 10 4.5 FUNDING SOURCE ...... 10 4.6 PRICING ...... 10 4.7 INVOICES ...... 10 4.8 ORDERING INFORMATION ...... 10 4.9 PRODUCT IDENTIFICATION ...... 10 4.10 TRANSPORTATION AND IDENTIFICATION ...... 10 4.11 DELIVERY AND INSTALLATION ...... 10 4.12 AUTHORIZED RESELLER ...... 11 4.13 WARRANTY ...... 11 4.14 INSTALLATION ...... 11 4.15 MAINTENANCE OPTION ...... 12 4.16 DESCRIPTIVE LITERATURE/CERTIFICATION...... 12 4.17 REFERENCES ...... 12 4.18 FINANCIAL STABILITY ...... 12 4.19 TRAINING ...... 13 5.0 PRODUCT SPECIFICATIONS ...... 13 5.1 GENERAL SPECIFICATION ...... 13 5.2 DEVIATIONS ...... 27 5.3 CERTIFICATION AND SAFETY LABELS ...... 27 5.4 PRODUCT RECALL ...... 27 6.0 CONTRACT ADMINISTRATION ...... 27 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ...... 27 6.2 DISPUTE RESOLUTION ...... 27 6.3 CONTRACT CHANGES ...... 27 6.4 PRODUCT RECALL AND SERVICE BULLETINS ...... 28 6.5 ALLOWANCE FOR SUBSTITUTE COMPONENTS ...... 28 6.6 POST AWARD PRODUCT SUBSTITUTIONS ...... 28 ATTACHMENT A: PRICING FORM ...... 29

Ver: 12/3/18 Page 2 of 80 IFB # 201900485 Vendor: ______ATTACHMENT B: INSTRUCTIONS TO VENDORS ...... 37 ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS...... 41 ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR ...... 47 ATTACHMENT E: DESCRIPTION OF EXECUTIVE ORDER #50 AND CERTIFICATION ...... 48 ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION ...... 52 ATTACHMENT G: SUPPLEMENTAL VENDOR INFORMATION ...... 53 ATTACHMENT H: FEDERAL AND STATE REQUIREMENTS & SPECIAL CONDITIONS FOR MATERIALS, EQUIPMENT AND SUPPLIES ...... 54 APPENDIX A ...... 68 APPENDIX B ...... 69 APPENDIX C ...... 70 APPENDIX E ...... 71 EXHIBIT I ...... 72 EXHIBIT I, ATTACHMENT 1 ...... 73 EXHIBIT II ...... 74 EXHIBIT III ...... 76 EXHIBIT IV ...... 78 ATTACHMENT I: REFERENCES ...... 80 1.0 PURPOSE AND BACKGROUND It is the intent of this IFB to obtain contract proposals for the Mobile Digital Video Recording Systems, Fareboxes and Fare Collection Systems as defined herein. The equipment specified herein will primarily be installed in vehicles used for general public transportation. The largest user of this contract will be grant recipients of the Public Transportation Division of the NC Department of Transportation. Please see Exhibit I for a complete listing of all grant recipients. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto.

Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto.

2.0 GENERAL INFORMATION

2.1 INVITATION FOR BIDS DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this IFB in advance of any Contract award are incorporated herein by reference.

2.2 E-PROCUREMENT SOLICITATION ATTENTION: This is an E-Procurement solicitation. See paragraph #16 of Attachment C: North Carolina General Contract Terms and Conditions.

The Terms and Conditions made part of this solicitation contain language necessary for North Carolina’s Statewide E-Procurement Services. It is the Vendor’s responsibility to read these terms and conditions carefully and to consider them in preparing the offer. By execution of its bid, Vendor agrees to and acknowledges acceptance of all terms and conditions, including those related to E-Procurement usage. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/.

2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions, the State’s terms and conditions, all relevant exhibits and attachments, and any other components made a part of this IFB, and comply with all requirements and specifications herein. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued concerning this IFB.

Ver: 12/3/18 Page 3 of 80 IFB # 201900485 Vendor: ______If Vendors have questions, issues, or exceptions regarding any term, condition, or other component within this IFB (including proposed alternate language), those must be submitted as questions in accordance with the instructions in Section 2.5. BID QUESTIONS. If the State determines that any changes will be made resulting from the questions asked, then such decisions will be communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for post-contract negotiation and amendment of specific provisions of the Contract that have been addressed during the question and answer period. Other than through this process, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non- binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer. By execution and delivery of a bid in response to this IFB, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposefully or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. Any bid that contains language that indicates the bid is non-binding or subject to further negotiation before a contractual document may be signed shall be rejected.

Contact with anyone working for or with the State regarding this IFB other than the State Contract Lead named on the face page of this IFB or in the manner specified by this IFB shall constitute grounds for rejection of said Vendor’s offer, at the State’s election.

2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule.

EVENT RESPONSIBILITY DATE AND TIME Issue IFB State 4/25/2019 Submit Written Questions Vendor 5/8/2019 by 11:00 am ET Provide Responses to Questions State 5/17/2019 Submit Bids Vendor 5/30/2019 @ 2:00 pm ET Contract Award State Est. 10-14 day after bid opening Vendor is cautioned that any information released to attendees during the site visit, other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this Invitation for Bid, must be confirmed by written addendum before it can be considered as a part of this bid.

2.5 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the above due date.

Written questions shall be e-mailed to [email protected] by the date and time specified above. Vendors will enter “IFB #201900485 – Questions” as the subject for the email. Questions submittals will include a reference to the applicable IFB section and be submitted in a format shown below:

Reference Vendor Question

IFB Section, Page Number Vendor question …?

Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the form of an addendum to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us, and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise concerning this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in an Addendum to this IFB.

Ver: 12/3/18 Page 4 of 80 IFB # 201900485 Vendor: ______2.6 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk for late submission due to unintended or unanticipated delay—whether submitted electronically, delivered by hand, U.S. Postal Service, courier or other delivery service. It is the Vendor’s sole responsibility to ensure its bid has been submitted to this Office by the specified time and date of opening. The date and time of submission will be marked on each bid when received, and any bid received after the bid submission deadline will be rejected. Sealed bids, subject to the conditions made a part hereof, will be received at the address indicated in the table in this Section, for furnishing and delivering the commodity or service as described herein.

By Mail

If applicable to this IFB, sealed bids, subject to the conditions made a part hereof and the submission requirements described below, shall be delivered to the physical address indicated in the table below, for furnishing and delivering those items or Services as described herein.

Vendors shall deliver one (1) signed, original executed bid response (marked “Original”), two (2) copies (Marked “Copy”) each in a three-ring binder sectionalized as indicated and one (1) electronic copy on flash drive of its bid to the address identified in the table in this Section. Include only bids in response to this IFB in a sealed package. Address package and insert bid number as shown in the table in this Section. The electronic files shall not be password-protected, shall be in .PDF or .XLS format, and shall be capable of being copied to other media including readable in Microsoft Word and/or Microsoft Excel.

All bids shall be submitted in a sealed envelope. Clearly mark each package with: (1) Vendor name; (2) the IFB number; and (3) the due date. Address the package(s) for delivery as shown in the table, above. File contents shall NOT be password-protected but, shall be in .PDF or XLS format, and shall be capable of being copied to other sources.

Bids shall be marked on the outside of the sealed envelope with the Vendor’s name, IFB number and date and time of opening. If Vendor is submitting more than one bid, each bid shall be submitted in separate sealed envelope and marked accordingly. For delivery purposes, separate sealed bids from a single Vendor may be included in the same outer package. Do not include bids for more than one solicitation in the same package.

MAILING ADDRESS FOR DELIVERY OF BID VIA OFFICE ADDRESS FOR DELIVERY BY ANY OTHER U.S. POSTAL SERVICE MEANS, SPECIAL DELIVERY, HAND DELIVERY, OVERNIGHT DELIVERY OR BY ANY OTHER CARRIER BID NUMBER: 201900485 BID NUMBER: 201900485 (US MAIL ONLY) Attn: Richard J. Reber Attn: Richard J. Reber NC Department of Administration NC Department of Administration Division of Division of Purchase and Contract Purchase and Contract Address: Mail Service 116 West Jones Street, Room 4062, 4th Floor Raleigh, Center 1305 Raleigh, NC 27699-1305: NC 27603-8002: Note that the U.S. Postal Service does not deliver mail to the specified office address but to the State’s Mail Service Center. Vendors are cautioned that bids sent via U.S. Mail, including Express Mail, may not be delivered by the Mail Service Center to the agency’s purchasing office on the due date in time to meet the bid deadline. All Vendors are urged to take the possibility of delay into account when submitting a bid. Attempts to submit reject a vendor’s bid(s).

Contact with anyone working for or with the State regarding this IFB other than the State Contract Lead named on the face page of this IFB in the manner specified by this IFB shall constitute grounds for rejection of said Vendor’s offer, at the State’s election.

Ver: 12/3/18 Page 5 of 80 IFB # 201900485 Vendor: ______2.7 BID CONTENTS Vendors shall populate all attachments of this IFB that require the Vendor to provide information and shall include an authorized signature where requested. Vendor response to this IFB shall include each of the following items and these items should be arranged in the following order: a) Completed and signed version of EXECUTION PAGE, along with the body of the IFB and signed receipt pages of any addenda released in conjunction with this IFB (if required to be returned). b) Completed version of ATTACHMENT A: PRICING FORM c) ATTACHMENT B: INSTRUCTIONS TO VENDORS d) ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS e) Completed version of ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR f) Completed and signed version of ATTACHMENT E: DESCRIPTION OF EXECUTIVE ORDER #50 form that confirms that a price matching opportunity is requested g) Completed and signed version of ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION h) Completed and signed version of ATTACHMENT G: SUPPLEMENTAL VENDOR INFORMATION

2.8 ALTERNATE BIDS Vendor may submit alternate bids for various methods or levels of service(s) or that propose different options, in addition to its principal bid. Alternate bids must specifically identify the IFB requirements and advantage(s) addressed by the alternate bid. Any alternate bid, in addition to the marking described above, must be clearly marked with the legend: “Alternate Bid #___ for (“name of Vendor”). Each bid must be for a specific set of goods and must include specific pricing. If a Vendor chooses to respond with various offerings, each must be offered with a separate price and be contained in a separate bid document. Each bid must be complete and independent of other bids offered.

2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS a) AGENCY SPECIFIC TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities for a single entity. b) BAFO: Best and Final Offer, submitted by a Vendor to alter its initial bid, made in response to a request by the issuing agency. c) BUYER: The employee of the State or Other Eligible Entity that places an order with the Vendor. d) COMMUNITY COLLEGE: Any of the fifty-eight (58) public North Carolina Community Colleges. e) CONTRACT LEAD: Representative of Division of Purchase and Contract identified on the first page of this IFB who will correspond with potential Vendors concerning solicitation issues and will contract with the Vendor providing the best offer to the State, and is the individual who will administer The Contract for the State. f) E-PROCUREMENT SERVICES: The program, system, and associated services through which the State conducts electronic procurement. g) FOB-DESTINATION: Title changes hand from Vendor to purchaser at the destination point of the shipment; Vendor owns commodity in transit and files any claims, and Vendor pays all freight and any related transportation charges. A solicitation may request a Vendor to separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid. h) IFB: Invitation for Bids. i) LOT: A grouping of similar products within this IFB. j) NC BIDS: The North Carolina Business Invitation Delivery System provides Vendors the opportunity to submit bid responses electronically. k) ON-TIME DELIVERY: The delivery of all items within a single order to the receiving point designated by the ordering entity within the delivery time required. l) QUALIFIED BID: A responsive bid submitted by a responsible Vendor. m) STATE: The State of North Carolina, including any of its sub-units recognized under North Carolina law.

Ver: 12/3/18 Page 6 of 80 IFB # 201900485 Vendor: ______n) STATE AGENCY: Any of the more than 400 sub-units within the executive branch of the State, including its departments, boards, commissions, institutions of higher education and other institutions. o) STATE DEPARTMENTS: Department of Administration, Department of Agriculture, Department of Commerce, Department of Cultural an Natural Resources, Department of Environmental Quality, Department of Health and Human Services, Department of Information Technology, Department of Insurance, Department of Justice, Department of Labor, Department of Military and Veteran Affairs, Department of Public Instruction, Department of Public Safety, Department of Revenue, Department of State Treasurer, Department of the Secretary of the State, Department of Transportation, Wildlife Resources Commission, Office of Budget and Management, Office of the Governor, Office of the Lieutenant Governor, Office of The State Auditor, Office of the State Controller. p) THE CONTRACT: A contract resulting from or arising out of Vendor responses to this solicitation document. q) VENDOR: Supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to an Invitation for Bids. Following award of a contract, the term refers to an entity receiving such an award.

3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD Contracts will be awarded in accordance with G.S. 143-52 and the evaluation criteria set out in this solicitation. Prospective Vendors shall not be discriminated against on the basis of any prohibited grounds as defined by Federal and State law.

All qualified bids will be evaluated and award or awards will be based on the qualified bid(s) offering the lowest price that meets the requirements set out herein.

While the intent of this IFB is to award a Contract(s) to a single Vendor for all line items, the State reserves the right to make separate awards to different Vendors for one or more line items, to not award any portion of the goods or services or to cancel this IFB in its entirety without awarding a contract, if it is considered to be most advantageous to the State to do so.

If a Vendor selected for award is determined by the State to be a non-resident of North Carolina, all responsive bids will be reviewed to determine if any of them were submitted by a North Carolina resident Vendor who requested an opportunity to match the price of the winning bid, pursuant to Executive Order #50 and G.S. 143-59 (for more information, please refer to ATTACHMENT C: DESCRIPTION OF EXECUTIVE ORDER #50 AND CERTIFICATION. If such bid(s) are identified, the State will then determine whether any such bid falls within the price-match range, and, if so, make a Contract award in accordance with the process that implements G.S. 143-59 and Executive Order #50.

The status of a Vendor’s E-Procurement Services account(s) shall be considered a relevant factor in determining whether to approve the award of a contract under this IFB. Any Vendor with an E-Procurement Services account that is in arrears by 91 days or more at the time of bid opening may, at the State’s discretion, be disqualified from further evaluation or consideration.

The State reserves the right to waive any minor informality or technicality in bids received.

3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION During the evaluation period—from the date bids are opened through the date the contract is awarded—each Vendor submitting a bid (including its representatives, sub-contractors and/or suppliers) is prohibited from having any communications with any person inside or outside the using agency, issuing agency, other government agency office, or body (including the purchaser named above, department secretary, agency head, members of the general assembly and/or governor’s office), or private entity, if the communication refers or relates to the content of Vendor’s bid or qualifications, the contents of another Vendor’s bid, another Vendor’s qualifications or ability to perform the contract, or the transmittal of any other communication of information that could be reasonably considered to have the effect of directly or indirectly influencing the evaluation of bids or the award of the contract.

Ver: 12/3/18 Page 7 of 80 IFB # 201900485 Vendor: ______A Vendor not in compliance with this provision shall be disqualified from contract award, unless the State makes a written determination, in its discretion, that the communication was harmless, that it was made without intent to influence and that the best interest of the State would not be served by the disqualification. If a Vendor, its sub- contractor or supplier engage in any of the foregoing communications during the time that the solicitation is open (i.e., the issuance date of the procurement to the date of bid opening), such conduct shall constitute sufficient cause to disqualify the Vendor’s bid. Only those discussions, communications or transmittals of information authorized or initiated by the issuing agency for this IFB or general inquiries directed to the Contract Lead named in the IFB and regarding requirements of the IFB (prior to bid submission) or the status of the contract award (after submission) are excepted from this provision.

3.3 BID EVALUATION PROCESS The State shall review all Vendor responses to this IFB to confirm that each one complies with the specifications and requirements of the IFB.

Bids are requested for the items as specified, or item(s) equivalent in design, function and performance. The State reserves the right to reject any bid on the basis of fit, form and function as well as cost. All information furnished on this bid may be used as a factor in determining the award of this contract.

The State will conduct an evaluation of Bids, as follows:

Bids will be received from each responsive Vendor in the method stated in section 2.6.

All bids shall be received by the issuing agency not later than the date and time specified on the cover sheet of this IFB, or as modified by a bid addendum.

At the date and time specified as the bid opening, the bid responses from each responding Vendor will be opened publicly and the name of the Vendor and bid’s total cost will be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position.

At its option, the State may request clarifications, oral presentations or discussion with any or all Vendors in order to clarify or to amplify the materials presented in any part of the bid or requested in the IFB. Vendors are cautioned, however, that the State is not required to request presentations or other clarification—and often does not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification.

Bids will generally be evaluated, based on completeness, content, cost and responsibility of the Vendor to supply the requested goods and services. Specific evaluation criteria are listed in Section 3.1 METHOD OF AWARD.

The State reserves the right to reject all original offers and request one or more of the Vendors submitting bids within a competitive range to submit a best and final offer (BAFO), based on discussions and negotiations with the State, if the initial responses to the IFB have been evaluated and determined to be unsatisfactory.

Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) to IPS under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State.

Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all bids at any time if such rejection is deemed to be in the best interest of the State.

3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider—for purposes of evaluating proposed or

Ver: 12/3/18 Page 8 of 80 IFB # 201900485 Vendor: ______actual contract performance outside of the United States and to ensure that any award will be in the best interest of the State—how that performance may affect or be affected by the following factors:

a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues

3.5 INTERPRETATION OF TERMS AND PHRASES This Invitation for Bids serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the Department; and (2) to provide (together with other specified documents) the terms of the Contract that results from this procurement. As such, all terms in the Invitation for Bids shall be enforceable as contract terms in accordance with the General Contract Terms and Conditions. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the Department will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the Department’s needs as described in the Invitation for Bids. Except as specifically stated in the Invitation for Bids, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement, if determined to be essential under the circumstances then existing, may result in the Department exercising its discretion to reject a bid in its entirety.

4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better bid, the Vendor is urged and cautioned to submit these items in the form of a question during the question and answer period in accordance with Section 2.5.

4.1 CONTRACT TERM It is the intent of this invitation for Bids (IFB) to establish an Agency Specific Term Contract with qualifying Vendor(s) per the stated specifications herein, on an as needed basis. The contract would be for a period of three (3) year from the date of an award. In addition, due to unforeseen delays, termination date may be temporarily extended to allow time for a new contract to be in place.

4.2 CONTRACT VALUE The estimated value of this contract is approximately $1,000,000.00. 4.3 ESTIMATED QUANTITIES Based on the best available data, it is anticipated that initially approximately 50 (50) camera systems and twenty (20) fareboxes may be ordered in the first year up to a maximum of 500 camera systems and 200 fareboxes over the course of the proposed contract period. Quantities show herein are estimated and these estimates are submitted merely as a guide. It is understood and agreed that neither the State nor other parties to this contract shall be obligated to purchase other than its normal requirements.

All product quantities listed in the IFB are estimates based on the State’s historical and anticipated needs. The State shall not be obligated to purchase the amount represented by the estimated quantities contained herein or any other quantities. It is understood that the State will have the right to order, prior to August 31, 2019 additional material for delivery to points listed at the prices bid herein, but such additional orders shall not exceed 50% of the quantity shown herein for each delivery point.

Ver: 12/3/18 Page 9 of 80 IFB # 201900485 Vendor: ______4.4 NON-MANDATORY ELIGIBLE ENTITIES The contract resulting from this IFB may be used by other State departments and most State Agencies, and by State higher education institutions (except under the conditions specified in G.S. §115D-58.14(a) and G.S. §116- 13). The Contract may also be utilized, without further competition, by non-mandatory State Agencies and Other Eligible Entities. 4.5 FUNDING SOURCE Grant monies used to purchase this equipment may be provided from federal and state funding sources. All federal requirements identified in this bid must be complied with and applicable certifications and documentation must be submitted with this bid. 4.6 PRICING Bid price shall constitute the total cost to the State for delivery fully assembled and ready for use, including all applicable charges for shipping, delivery, handling, administrative and other similar fees. Vendor shall not invoice for any amounts not specifically allowed for in this IFB. Complete ATTACHMENT A: PRICING FORM and include in Bid. 4.7 INVOICES Vendor shall invoice the Ordering Entity. The standard format for invoicing shall be Single Invoices meaning that the Vendor shall provide the Buyer with an invoice for each order. Invoices shall include detailed line item information to allow Buyer to verify pricing at point of receipt matches the correct price from the original date of order. At a minimum, the following fields shall be included on all invoices: Vendor’s Billing Address, Customer Account Number, NC Contract Number, Order Date, Buyer’s Order Number, Manufacturer Part Numbers, Vendor Part Numbers, Item Descriptions, Price, Quantity, and Unit of Measure. 4.8 ORDERING INFORMATION Upon award, the Vendor(s) shall provide to the State a toll-free phone and fax numbers that end-users of the contract can utilize to conduct business with the Vendor. If orders are required to be placed with a Vendor’s authorized dealer(s) phone and fax numbers are to be provided for all authorized dealers. Regardless of the ordering channel utilized (E-Procurement, phone, fax, email, or in person) or payment method (direct payment, credit card) the State shall receive contract pricing when purchasing contract items from the Vendor Vendor shall acknowledge receipt of purchase orders to the ordering agency within 48 hours after receipt of the purchase order. 4.9 PRODUCT IDENTIFICATION SUITABILITY FOR INTENDED USE Vendors are requested to offer only comparable items which will provide the equivalent capabilities, features and diversity called for herein. The State reserves the right to evaluate all bids for suitability for the required use and to award the one best meeting requirements and considered to be in the State’s best interest. 4.10 TRANSPORTATION AND IDENTIFICATION The Vendor shall deliver Free-On-Board (FOB) Destination to any requested location within the State of North Carolina with all transportation costs included in the total bid price. When an order is placed using a purchase order, the purchase order number shall be shown on all packages and shipping manifests to ensure proper identification and payment of invoices. If an order is placed without using a purchase order, such as via phone, the Buyer’s name shall be show on all packages. A complete packing list shall accompany each shipment. Vendors shall not ship any products until they have received an order. 4.11 DELIVERY AND INSTALLATION The Vendor shall deliver Free-On-Board (FOB) Destination to the following location(s): Successful Vendor must complete delivery within forty-five (45) consecutive calendar days after receipt of purchase order. Delivery will be made from ______(city, state) within 45 consecutive calendar days after receipt of purchase order. Promptness of delivery may be used as a factor in the award criteria.

Ver: 12/3/18 Page 10 of 80 IFB # 201900485 Vendor: ______For completion by Vendor: Delivery will be made from ______(city, state) within _____ consecutive calendar days after receipt of purchase order. Promptness of delivery may be used as a factor in the award criteria. Delivery shall not be considered to have occurred until installation has been completed. Upon completion of installation, the Vendor shall remove and properly dispose of all waste and debris from the installation site. The Vendor shall be responsible for leaving the installation area clean and ready to use. 4.12 AUTHORIZED RESELLER The Vendor shall be authorized by the manufacturer to distribute or resell the products and/or maintenance offered in this IFB. The Vendor shall provide with its bid response a signed statement from the manufacturer confirming authorization. Failure to provide this statement shall constitute sufficient grounds for rejection of Vendor’s offer, at the discretion of the State. Vendor is the: Manufacturer Dealer Reseller Distributor

Authorized: Yes No Attached Manufacturer’s Authority: Yes No

4.13 WARRANTY Manufacturer’s standard warranty shall apply unless stated otherwise in the specification. Vendors shall include a copy of the manufacturer’s standard warranty with the bid response. Warranty requirements listed with Specifications.

Vendor is authorized by manufacturer to repair equipment offered during the warranty period? YES NO

Will the Vendor provide warranty service? YES NO, an authorized third party will perform warranty service

Contact information for warranty service provider:

Company Name: ______

Company Address: ______

Contact Person: (name): ______

Phone Number: ______Email: ______4.14 INSTALLATION Installation requirements listed with Specifications. The installation work shall be warranted for a period of two (2) years. Any condition or problem found to be the cause of poor installation (loose or damaged parts) must be repaired by the Vendor at no additional cost. The installed components shall remain in service, up and running with a minimum of failures. At no time during the installation and warranty period shall more than ten (10) percent of the total equipment installed be out of service for any reason. If 10 % of the equipment fails for similar defects during this period, then this shall be considered a fleet defect that shall require a fleet wide repair of the system to address the fleet defect. Installation times should be made available when it does not interfere with the transit system’s level of service. Installation may need to be scheduled during the hours of 6:30 p.m. through 5:30 a.m. Monday through Friday and 7:00 a.m. Saturday through 5:30 a.m. Monday morning. Upon completion of each vehicle installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order.

Ver: 12/3/18 Page 11 of 80 IFB # 201900485 Vendor: ______All existing components disconnected for the installation shall be in working order prior to the completion of each vehicle installation. 4.15 MAINTENANCE OPTION Following expiration of the warranty, Vendor, or third-party service provider listed above, shall maintain the system specifications and performance level in accordance with the manufacturer’s published specifications and of this invitation for Bid. Support options listed on pricing page. 4.16 DESCRIPTIVE LITERATURE/CERTIFICATION Each bid must be accompanied by complete descriptive literature, specifications, certifications, and all other pertinent data necessary for thorough evaluation of the item(s) bid and sufficient to determine compliance of the item(s) with the specifications. Failure to include such information to shall be a sufficient basis for rejection of the bid. 4.17 REFERENCES List below references for which Vendor has supplied the exact model of equipment offered. The identical commodity being offered must have been installed in a minimum of ten (10) public transportation sites for 24 months with a minimum of 15 vehicles installations provide for each site.

Note: The definition of public transportation site does not include university or school bus transportation or charter companies.

The State may contact these users to determine quality level of the offered equipment; as well as, but not limited to user satisfaction with vendor performance. Such information shall be considered in the evaluation of the bid. Duplicate format below and attach to bid as ATTACHMENT I. Company Name/Address, Date of Installation/ # Contact Name, Phone# Product Installed City, State Vehicles Email address

MVDR Model:

All Camera Models:

Wireless: Yes No

Other:

Model:

Other _____:

Wireless: Yes No

Electronic Fare Payment Capabilities:

Yes No

4.18 FINANCIAL STABILITY Each Vendor shall certify it is financially stable by completing the ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential performance issues from Contracting with a Vendor that is financially unstable. This Certification shall be deemed continuing, and from the

Ver: 12/3/18 Page 12 of 80 IFB # 201900485 Vendor: ______date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. 4.19 TRAINING The Vendor shall be responsible for training personnel in the proper use and operation of the system, viewing stations, setup, programming, downloading, troubleshooting and maintenance. Personnel that may be trained are Safety, Risk Manager, IT, Transportation Supervisors and Maintenance Technicians. The schedule for training shall be agreed upon by the Vendor and each transit system. The Vendor shall provide one (1) printed set of training manuals, installation manuals and system documentation and a compact disc with all files in electronic format (pdf). Video training for drivers showing views and troubleshooting notices shall also be provided. Pricing for additional training to address turnover and future requirements shall be priced on a per hour basis.

5.0 PRODUCT SPECIFICATIONS 5.1 GENERAL SPECIFICATION North Carolina Transportation Transit Bus Equipment #1 (Manufactured Products): Mobile Digital Video Recording Systems, Fareboxes and Fare Collection Systems The NC Department of Transportation (DOT) is seeking bids for Mobile Digital Video Recording Systems, Fareboxes and Fare Collection Systems. The Vendors bidding must be the manufacturer or national/North Carolina distributor of the item included in the bid. This bid will be used to add an item or system to a new or existing replacement/ expansion vehicles. The specifications provided within shall be interpreted as the minimum requirements of the equipment to be furnished by the Vendor. 1.Vendor Expectation: a. Transit agencies purchasing from this bid may purchase an entire system OR add to its existing system. All hardware and software needed for a fully operational system must be included in the pricing section. It must be clear which items are required and which are optional or advanced features. Each Vendor must include an itemized list of parts and software that will make the item fully operational. Vendor has the obligation to provide a functioning device, of proven warrantied commercial quality that meet or exceed the objectives. b. The item priced shall be the latest model provided by the Vendor. All equipment provided under this contract shall be made from new, unused components, of current manufacture, and functionally compatible with the vehicle in which it is to be installed and the environment in which it must operate. c. All items priced will be under warranty and support for the first 48 months after acceptance. Warranty and support information must be included in detail. All warranty and repair work will be done within the continental United States; preferably the southeast region. The bid shall include the following: locations of where item repairs are done and if returned for repair, who pays for shipping, typical shipping costs, expected length of time for a repair, etc. d. Detailed information about the functions and performance of the proposed system shall be included along with how it can be used. Training, installation and all other costs to make the system operational should be included in the bid price. Training will be provided for each location upon completion of installation. Additional training may be requested during the course of the contract. Vendor shall provide an optional price for that training. Hardware and Software Documentation will be included with each implementation (one hard copy and one USB drive with documents in PDF format.) e. Annual Maintenance Fees for the next five years must also be detailed. f. The Vendor Response Column in the following specifications requires vendors to complete by answering the questions in full and not just to refer to attached material. Additional material can be provided as supporting documentation. Responses must be complete to be eligible for award. g. It is the intent of this procurement that the identical commodity being offered must have been installed in a minimum of ten (10) public transportation sites for 24 months with a minimum of 15 vehicles installed at each site. (Note: the definition of public transportation site does not include university or school bus transportation or charter companies.) Please provide reference information as detailed on page 10 and 11 in the format provided.

Ver: 12/3/18 Page 13 of 80 IFB # 201900485 Vendor: ______References will serve as one of the primary means of ensuring requirements and expectations are met. Bids submitted that do not meet this requirement may be rejected. h. The systems purchased under this contract shall be able to be installed in a variety of transit vehicles, including but not limited to 20’ – 28’ light transit vehicles (body on chassis), conversion vans with or without lifts, minivans, standard and low floor 30’, 35’, 40’ and 60’ transit buses, and electric trolley buses. The installed equipment must allow for the particular space limitations of each vehicle. i. There is no minimum or maximum number of items to be purchased with any one purchase. j. The server and computer specification and configuration needed for optimal performance shall be included. k. Signage shall be provided by vendor stating that video and audio recording equipment is in use while riding the vehicle. The quantity required is 2 signs per vehicle.

2. Mobile Digital Video Recording System (MDVR) 2.1 GENERAL SPECIFICATIONS: Background: The MDVR system shall support up to 4, 6 / 8, 12 /16 cameras and must be adaptable to cover different types of installations and vehicle manufacturers and lift configurations. The objective of this technical scope of work is to state the processes and final product required. The Vendor shall provide information based on the minimum system requirements. The vendor shall supply all equipment, materials, labor, installation and training for a complete mobile digital video recording system (MDVR) on each vehicle. Requirements The following is a basic list for requirements for ensuring an efficient and complete MDVR system. Other items and services may be required based on the approach of the selected Vendor. These requirements are the responsibility of the Vendor unless noted otherwise. The Vendor shall supply all material, components, labor and training to complete the project as stated in the requirements.

2.2 MDVR System Minimum Requirements Product/Service Offered Specifications Meets Specification 2.2.1 Advanced digital video / audio event management MDVR system with MPEG-4 OR H.264 compression encoding ( H .265 is preferred) YES NO MPEG-4 H.264 H.265 2.2.2 Which MDVR systems are available? 4 6 8 12 16

2.2.3 The system shall be engineered and constructed with rugged materials to protect the system to protect against elements such as shock, dust, water, humidity. The MDVR shall utilize an integrated front door and rear shroud, in YES NO order to ensure the front MDVR panel and rear cable connections are tamper resistant. MDVR shall be shock-resistant to a minimum 700g’s resting and a maximum or better of 180g’s active. MDVR shall be in vibration and vandal proof housing / lockbox.

Ver: 12/3/18 Page 14 of 80 IFB # 201900485 Vendor: ______2.2.4 Defines image quality by recording video at full frame rate and full resolution on all channels at the same time; also independently configurable

by user as follows:

-Programmable frame rate from 1 to 30 frames per second (fps) on each YES NO camera and also able to program a higher frame rate when an alarm is activated. -Resolution settings including CIF (360x240), 2CIF (720x240) and D1 (720x480). -Quality setting 2.2.5 The system allows the frames per second (fps) to be programmed to record at a slower frame rate when an alarm is activated. YES NO

Product/Service Offered Specifications Meets Specification 2.2.6 Interfaces: Global Positioning System (GPS), J1708 interface, external LED, RS 485, RS 232, USB port, compact flash or Ethernet connection, YES NO conforms to SAE standards. 2.2.7 Recording channels: continuously recording on all video and a minimum of two audio channels (note: please state if the system is capable of YES NO recording on all audio channels in the vendor response column). Capable of recording on all audio channels 2.2.8 Alarm and Signal inputs shall be at a minimum of 6 discrete inputs to capture items such as accelerameter, speed, brakes, left and right turn YES NO signals, lift deployment 2.2.9 The surveillance system records on commercially available hard drive or other technology that can be interchanged with all units equipped with this YES NO system. Drives used for recording video/audio shall be industry standard Size of hard drive to meet 300 drives with a minimum of 3 years’ warranty, mobile rated and hot swap hrs. 720 X 480 requirements: capable, while the system is running. Minimum recording capacity of 300 GB hours of data at these settings: 720 x 480 resolution and at 15 fps per camera (x 4). (Note: must be able to store and maintain recordings for up to Warranty requirement: 30 days.) yrs. 2.2.10 Is GPS used to keep the time and date stamps correct; including when time changes? YES NO

2.2.11 An accelerometer (also called inertia sensor or g-force sensor) and operator silent alarm button are required with the following minimum criteria: YES NO -Accelerometer settings must be easily adjusted by the transit system. -All flagged incidents shall be preserved a minimum of 10 minutes of video/audio before the incident and up to 40 minutes after the incident and are easily adjustable. - Minimum recording capacity of 300 hours of data at these settings: 720 x 480 resolution and 15 fps per camera (x 4 cameras) or functionally equivalent. 2.2.12 The changing of system parameters shall be through on board MDVR controls, laptop, USB drive, SD Card or wireless (802.11.). For the wireless connection changes, there must be a method of securing the system so that YES NO only authorized personnel can access the system for changes. A multi-level access level is required, with unique passwords and user names to access Groups/Levels Available: the system for system changes. ______Identify how many levels and user’s groups are available and through what Method of securing system: method.

Ver: 12/3/18 Page 15 of 80 IFB # 201900485 Vendor: ______

2.2.13 All components shall be new of a proven design and utilize commercial off the shelf components, durable and accessible for maintenance and YES NO upgrades and are currently in service. NCDOT PTD shall not be a test bed for

any new hardware or software systems.

Product/Service Offered Specifications Meets Specification 2.2.14 The system shall begin recording within 30 seconds of when the switch key is turned and shall be capable of being programmed to continue recording YES NO for an adjustable period after the ignition is switched off. For example, shall start recording when the switch is turned on for a minimum of 0-60 minutes after the engine is switched off. These time periods shall be adjustable by the transit agencies. 2.2.15 The system shall have a programmable power off feature at a minimum of 4 hours to allow for automatic downloads. This requirement is for YES NO downloads with the recording feature (cameras off). 2.2.16 System shall provide clear and stable images regardless of vibrations. The image quality/resolution shall be equal to or better than industry YES NO standards for mobile security surveillance systems. 2.2.17 Cycling the ignition switch shall not interrupt the download. YES NO

2.2.18 The system shall be equipped with a GPS system that shall display latitude and longitude coordinates that is recorded along with the video/audio. YES NO The GPS system shall also be used to track speed monitoring. 2.2.19 Imprinting capabilities shall include: day, date, time, speed, door open, wheel chair lift deployment, brake and turn signal functions, etc. The imprinted YES NO data shall be shown on the screen during playback. If a single screen is selected for playback, the imprinted data shall be displayed unless switched by the person reviewing the video clips. Note: date and time format programmable. 2.2.20 On-board real-time clock that automatically adjusts for daylight savings time via GPS equipment is required. No manual adjustment necessary. YES NO

2.2.21 A recommended maintenance schedule must also be included with bid response that clearly states the period for maintenance of all major

components. Also a schedule for replacement should be included for YES NO budgeting purposes to ensure continued system performance shall be provided. 2.2.22 The MDVRs shall be configurable manually and wirelessly through the

back office equipment. The wireless configuration shall be able to configure YES NO cameras names, camera image quality, image size etc. 2.2.23 The system shall provide some method of visually signaling the operator on the system status / health. The method of signaling operating,

malfunction or inoperative system shall not include a flashing LED at the YES NO camera positions. This requirement is for the operator to be able at a glance to determine if the system is operating, not operating or has a malfunction. 2.2.24 The Vendor shall supply all on-board vehicle equipment, the access points, base stations and bridges and provide descriptive materials and specifications necessary to make the wireless system functional; base station YES NO computers and server base stations. The local agencies shall provide the base computers and/ or server for downloading and the storage of the

Ver: 12/3/18 Page 16 of 80 IFB # 201900485 Vendor: ______downloaded videos

Product/Service Offered Specifications Meets Specification 2.2.25 A recommended spare parts list with price of all major components must be included with your bid. At a minimum the list shall contain the MDVR, Hard drive/media, cameras, cable, IR modules, filters and hard drive caddy if YES NO applicable. 2.2.26 MDVR shall be able to pause/freeze video and be able to download these images to a USB drive or similar media. YES NO 2.2.27 The MDVR shall be easily connected and disconnected without

interference to cables, etc. Preferably modular system where media YES NO replacement does not require dismantling of any components 2.2.28 System shall be equipped with separate security locks for MDVR media access. Different key types may be required to access the MDVR and hard drive/media. A maximum of 2 keys shall be used to access the box and YES NO remove the hard drive. Location of key use should be easily identifiable. 2.2.29 Any cooling openings for fresh air intake shall be fitted with a filter to prevent dirt and sand from entering the MDVR. The filter must be a replaceable and the replacement period and cost must be listed. OR, the YES NO system may be built without ventilation to obstruct the penetration of dust, foreign elements and moisture (Military 810F Specification). 2.2.30 The MDVR shall use a proprietary recording system that shall allow video to be viewed only if the appropriate proprietary viewing software is YES NO used.

2.2.31 Power requirements: -The MDVR shall operate from a 12V DC power source. It shall be internally protected from power surges, spikes and reverse polarity. -The minimum MDVR power required for downloading video clips shall be 10 volts (no camera or IR modules in operation and MDVR not recording). YES NO -A 12V battery and ignition switched source is available. Power for all equipment like cameras, IR modules GPS units etc. shall be powered from the MDVR module with clean power. -Power to the cameras shall come directly from the MDVR. Fuses shall be located as close to the power source as possible or the required rating for the system.

2.2.32 Vendor will notify customer of updates when available. YES NO

2.2.33 Signage shall be provided by vendor stating that video and audio

recording equipment may be in use. The quantity required is 2 signs per YES NO vehicle. Signage must be readable from a 8’ distance in vehicle.

2.3 Camera Specifications Product/Service Offered Specifications Meets Specification 2.3.1 Color with accommodations for low light conditions as well as bright sunlight and incorporate LED illumination. Day/night cameras where required. YES NO

Ver: 12/3/18 Page 17 of 80 IFB # 201900485 Vendor: ______

2.3.2 Rugged, camera housings. YES NO

2.3.3 Appropriate mounting for locations (inside of vehicle). YES NO

2.3.4 Automatic backlight compensation YES NO

2.3.5 All interior cameras shall have audio capabilities. YES NO 2.3.6 Complete line of lens options (2.1mm – 8mm) to be able to provide the full field of view as required by each camera. YES NO

2.3.7 Small footprint for easy mounting YES NO

2.3.8 Weather resistant and rust proof housing YES NO 2.3.9 Each camera shall be equipped with a video output jack, so that adjusting of the camera can be executed at the camera position. YES NO 2.4 Viewing Software Shall be user friendly and able to search data by the following criteria Product/Service Offered Specifications Meets Specification 2.4.1 Each agency shall provide the computer to be used as a viewing station. The minimum requirements to run the software application are: YES NO 1 GB of RAM and i5 Intel core processor (min hardware)

(2 GB of RAM is recommended) Viewing software: ______Windows XP (latest version), ______Windows Vista 32 bit, or

Windows 7 bit

Please confirm minimum requirements and identify viewing software that shall be used.

2.4.2 Play back speeds for recorded video can be adjusted between 1 and YES NO 64x playback rates. Product/Service Offered Specifications Meets Specification 2.4.3 Search data by the following methods, either download accelerometer

and operator tagged events, or for an agency selected time frame, or by YES NO pulling the hard drive. 2.4.4 The system shall include a method of displaying imprinted data during playback or viewing the video clips without the imprinted data. -Date and time YES NO -Alarms -Play back of video shall display all discrete information with vehicle number and time on every frame. 2.4.5 Software shall be capable of playing any selected camera view or all

views simultaneously on one screen. Able to view multiple camera selections YES NO with audio.

Ver: 12/3/18 Page 18 of 80 IFB # 201900485 Vendor: ______2.4.6 Software shall provide image enhancement, including: brightness, contrast, and zoom. YES NO 2.4.7 Software shall be capable of upgrades. The Vendor shall upgrade

software to the latest version during the warranty period at no cost to the local YES NO agencies. as needed/required 2.4.8 Software shall clearly indicate the presence of “event” tags, or files in a calendar. YES NO 2.4.9 Software shall include an interface with Google maps or offer a fixed

map solution for computers that may not have internet access, or an approved YES NO equal. 2.4.10 Latest version of software capable of reviewing stored image video and audio. YES NO

2.4.11 Any/all power, interface, and printing required for system setup. YES NO 2.4.12 Able to convert and save to other formats such as Media Player, Real Player, AVI YES NO

2.4.13 Able to be used for Court documentation YES NO 2.4.14 MDVR Video search criteria:

-time of alarms -by maps -date / time YES NO -segments 2.4.15 All software support shall be provided free of charge through the life of the product. YES NO

Product/Service Offered Specifications Meets Specification 2.4.16 Archiving / retrieving video shall include: saving video clip as an AVI

file, as an image (JPEG) or in its native proprietary format. This includes YES NO single and multi-camera archiving. Able to be used for Court documentation

2.4.17 Capable of managing an unlimited number of MDVRs. YES NO 2.4.18 System health checking of the entire fleet through visual displays – either by vehicle or on all data if use wireless downloads – are required. YES NO 2.5 Regular Downloads Product/Service Offered Specifications Meets Specification 2.5.1 The transit system must be able to download the triggered events through the use of USB drive, laptop or by swapping out the hard drive. YES NO 2.5.2 Retrieving video must be achieved by searching by Event, Time & Date and by Clip. YES NO 2.6 Wireless Downloads Wireless downloads may be a requirement at some transit agencies. The surveillance systems shall be capable of wireless downloads of video/audio clips and shall at a minimum accomplish the following: Product/Service Offered Specifications Meets Specification

Ver: 12/3/18 Page 19 of 80 IFB # 201900485 Vendor: ______2.6.1 Video shall be capable of downloading in the parking yard by the transit system. YES NO 2.6.2 Downloading shall commence once the vehicle is physically on the

facilities and shall require no assistance from operators or other personnel YES NO except to schedule a download. 2.6.3 Surveillance system in back office equipment shall include the

necessary interface to schedule a download and store the downloaded YES NO video/audio. 2.6.4 Downloading of all video and audio channels shall be done simultaneously for a MDVR/vehicle. YES NO 2.6.5 Downloading system shall be able to accommodate a minimum of 10 vehicles at a time YES NO 2.6.6 Downloading time is a minimum of 1:1, one minute of video/audio on a vehicle shall download in one minute to the server. It is desired that all video and audio channels downloaded simultaneously. If video channels download individually, then the system shall be able to download all video channels YES NO automatically without operator assistance once scheduled.

Product/Service Offered Specifications Meets Specification 2.6.7 Downloading shall be scheduled for the period time adjustable from 5 minutes to 45 minutes per downloaded segment. YES NO

2.6.8 Downloading shall be automatic for flagged alarms / events. YES NO 2.6.9 Downloading for video requested time period shall occur automatically the next time the vehicle is within download range. YES NO 2.6.10 Flagged video segments time shall be adjustable from 5 minutes to 20 minutes before the flagged alarm to 5 to 20 minutes after the flagged alarm. YES NO 2.6.11 Downloading system shall transmit all video/audio in an encrypted mode to prevent unauthorized use/viewing of video/audio. YES NO 2.6.12 Downloadable video clips shall be broken up into segments, 35 minutes to an hour segments are desired, length per clip. This is a flexible requirement. YES NO

2.6.13 Multiple video segments from same vehicle/same day may be required. YES NO 2.6.14 Vendor shall supply all on board vehicle equipment and provide specifications for the access points, base station computer/s and server base

stations and equipment necessary for wireless downloads. Base computers YES NO and server for downloading and the storage of the downloaded videos are the transit agency responsibility. 2.6.15 If a download is interrupted, once the vehicle is within range or power is restored, the download shall continue from the stopped point. YES NO 2.6.16 Please note that currently other wireless systems may be used locally

and any solution proposed shall not intrude or hamper the existing wireless YES NO networks. 2.7 Optional Requirements The following are optional equipment: The State reserves the right to award or not to award these items. Product/Service Offered Specifications Meets Specification

Ver: 12/3/18 Page 20 of 80 IFB # 201900485 Vendor: ______2.7.1 Cost per unit (vehicle) for the wireless monitoring of the video of a vehicle from another vehicle (Supervisor vehicle) following the vehicle with a

minimum range of 500 feet. This option includes live monitoring and YES NO downloading video clips while the vehicle is in service recording video images from all cameras using existing windows based mobile computers. 2.7.2 Using a cellular / public data network, able to perform real-time, live- streaming video with real-time GPS YES NO

2.7.3 Geo-fencing YES NO 2.8 Training Product/Service Offered Specifications Meets Specification 2.8.1 The Vendor shall be responsible for training personnel in the proper use and operation of the system, viewing stations, setup, programming, downloading, YES NO troubleshooting and maintenance. Personnel that may be trained are Safety, Risk Manager, IT, Transportation Supervisors and Maintenance Technicians. 2.8.2 The schedule for training shall be agreed upon by the Vendor and each YES NO transit system. 2.8.3 The Vendor shall provide one (1) printed set of training manuals, installation manuals and system documentation and a compact disc with all files YES NO in electronic format (pdf). Video training for drivers showing views and troubleshooting notices shall also be provided. 2.8.4 Pricing for additional training to address turnover and future requirements YES NO shall be priced on a per hour basis.

2.9 Warranty Product/Service Offered Specifications Meets Specification 2.9.1 Vendor shall be responsible for providing any and all failed components YES NO within 2 business days of notification during the warranty period. 2.9.2 The installation work shall be warranted for a period of two (2) years. Any condition or problem found to be the cause of poor installation (loose or YES NO damaged parts) must be repaired by the Vendor at no additional cost. 2.9.3 The installed components shall remain in service, up and running with a minimum of failures. At no time during the installation and warranty period shall more than ten (10) percent of the total equipment installed be out of service for YES NO any reason. If 10 % of the equipment fails for similar defects during this period, then this shall be considered a fleet defect that shall require a fleet wide repair of the system to address the fleet defect 2.9.4 All items priced shall be under warranty and support for the first 36 months after acceptance. Warranty and support information must be included in detail and includes parts and labor. All warranty and repair work shall be done YES NO within the continental United States. Descriptions of where the work is done and if returned, who pays for shipping, expected length of time for a repair, etc. must be included in the bid.

2.9.5 Extended warranty options shall be described and priced if available. YES NO

2.10 Installation Product/Service Offered Specifications Meets Specification

Ver: 12/3/18 Page 21 of 80 IFB # 201900485 Vendor: ______2.10.1 Installation times should be made available when it does not interfere with the transit system’s level of service. Installation may need to be scheduled during YES NO the hours of 6:30 p.m. through 5:30 a.m. Monday through Friday and 7:00 a.m. Saturday through 5:30 a.m. Monday morning. Product/Service Offered Specifications Meets Specification 2.10.2 Upon completion of each vehicle installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with YES NO everything in satisfactory repair and order. 2.10.3 All existing components disconnected for the installation shall be in YES NO working order prior to the completion of each vehicle installation.

3. Fareboxes and Fare Collection Systems 3.1 GENERAL SPECIFICATIONS – Manual Fare Collection Manual fare collection boxes specified may be used in transit operations and shall include 2 standard vaults. All fareboxes shall accept coins, bills, tokens, and tickets. A viewing window of polycarbonate or acrylic that is Scratch and breakage resistant shall be provided. Farebox and post lock shall be designed to be rattle and vibration free. Farebox cabinets shall be constructed of stainless steel with high security locks and keys of stainless steel. Farebox shall be low-maintenance, almost maintenance free. Three-year warranty shall be provided against all defects. Mounting bracket hardware and stanchion shall be provided in stainless steel at an optional price. Donation Boxes – minimum size is an 8” square box with a money slot on top including lock and key. A mounting bracket shall be included. Material should be metal either stainless steel or carbon steel painted black. 3.2 Manual Farebox minimum requirements Product/Service Offered Specifications Meets Specification 3.2.1 Available Farebox sizes: Sizes of Fareboxes available: 1. ______” Minimum heights: 16” and 22” 2.______” 3.______”

3.2.2 Fare Acceptance: YES NO Farebox accepts coins, tokens, bills, and tickets Indicate if any items not available: ______3.2.3 A viewing window is provided. YES NO Window material: ______3.2.4 Upper and lower cabinet shall be stainless steel; provide the gauge of steel. YES NO Gauge: ______Product/Service Offered Specifications Meets Specification

Ver: 12/3/18 Page 22 of 80 IFB # 201900485 Vendor: ______3.2.5 Security Lock and key shall be stainless steel. YES NO Brand: ______3.2.6 Availability of stanchions and mounting hardware. Include size and gauge of metal (stainless steel). YES NO Stanchions: _____ “ SS ga. ______Mounting hardware: SS ga. ______

3.2.7 Donation boxes: Size availability with lock and key and mounting YES NO bracket. Size of donation box: ______

YES NO 3.2.8 Donation boxes: Metal material provided. Metal material offered: ______3.2.9 All items priced shall be under warranty and support for the first 36 months after acceptance. Warranty and support information must be included in detail and includes parts and labor. All warranty and repair work shall be done within the continental United States. Descriptions of where the work is YES NO done and if returned, who pays for shipping, expected length of time for a repair, etc. must be included in the bid. 3.2.10 Installation times shall be made available when it does not interfere with the transit system’s level of service. Installation may need to be scheduled during the hours of 6:30 p.m. through 5:30 a.m. Monday through YES NO Friday and 7:00 a.m. Saturday through 5:30 a.m. Monday morning. 3.2.11 Upon completion of each vehicle installation, the location and

surrounding area of work shall be left clean and in a neat and unobstructed YES NO condition, with everything in satisfactory repair and order. 3.2.12 All existing components disconnected for the installation shall be in working order prior to the completion of each vehicle installation. YES NO 3.2.13 The Vendor shall be responsible for training drivers in the proper use of fareboxes. The schedule for training shall be agreed upon by the Vendor and each transit system. The Vendor shall provide one (1) printed set of training manuals, installation manuals and system documentation and a compact disc YES NO with all files in electronic format (pdf). Video training for drivers showing views and troubleshooting notices shall also be provided.

3.2.14 Pricing for additional training to address turnover and future requirements shall be priced on a per hour basis. YES NO

3.3 GENERAL SPECIFICATIONS - Automated Fare Collection The options provided shall include a 15-amp minimum; DC, protected power circuit and a grounded lead with both wires enclosed in a flexible conduit. The farebox shall be fully integrated and networked and capable of sharing information with other networked devises such as the GPS system. The farebox shall be used to collect and retain using a wide variety of fare media. The farebox shall be controlled by electronic logic and supported by electronic memory, displays and indicators. It shall permit the easy insertion of fare media by passengers, provide a display for passenger information and have a generally pleasant and uncluttered appearance using human factors engineering practices and industrial design.

Ver: 12/3/18 Page 23 of 80 IFB # 201900485 Vendor: ______The farebox shall be reliable in revenue service operations, accurate in its counting and data reporting, secure in its retaining and transfer of data and collected revenue. Processing of cash and non-cash fares shall be fully automatic, not requiring the driver to view any portion of the passenger’s fare deposit. The farebox shall function under the environmental and operational conditions stated herein and shall be designed and manufactured to provide a high degree of security against forced entry and/or unauthorized manipulation. The farebox shall provide specific information regarding daily operation, including revenue collected, types and quantities of fares collected, driver/route identification, and other information needed to account for revenue and monitor the equipment. The farebox shall have the following operational features: o Accept, validate, count, and register fares in the form of U.S. coins, tokens, and paper currency; o Return those coins and bills which are not valid or acceptable to the system; o Accept, validate and, if necessary, re-encode suitably encoded magnetic thin card fare documents; o Print, encode and issue a paper based, machine readable transfer from an internal supply of blank and un-encoded magnetic striped paper transfers; o Provide change in the form of encoded magnetic thin card for fare overpayment; o Permit the selected recharge of a stored value farecard; o Permit the recording of various types of fare transactions using driver-activated pushbuttons. The Automated Fare Collection pricing shall include vehicular equipment, data system equipment, and vaulting equipment. Prices shall include extra cashboxes, smart card options and all other options and supplies available from the manufacturer. 3.4 Automated Farebox Minimum Requirements – Validating Farebox Product/Service Offered Specifications Meets Specification Sizes of Fareboxes available: 3.4.1 Available Farebox sizes: 1. ______” Approximate heights: 30”, 35”, and 40” 2.______” 3.______” 3.4.2 Fare Acceptance: Coins – US 1 cent to 50 cent pieces YES NO Bills - $1 Indicate if any items not Tokens – standard available: ______Tickets – nonmagnetic – 7 sizes: 2”x2” up to 2”x5”

Ver: 12/3/18 Page 24 of 80 IFB # 201900485 Vendor: ______

Product/Service Offered Specifications Meets Specification

3.4.3 Other Fare Media Acceptance: YES NO Smart Cards in various forms Indicate if any items not available: ______Credit Cards Indicate if any items not Other magnetic cards available: ______

3.4.4 Dualport cashbox, separates bills and coins; Fare registration accuracy; YES NO Returns unacceptable fares Indicate if any items not available: ______3.4.5 Accepts and validates and if necessary re-encodes suitable magnetic YES NO fare cards. Indicate if any items not Provide change in the form of thin cards for overpayment available: ______3.4.6 Permits the recharge of a stored value fare card. YES NO Permits the recording or various types of fare transactions using driver- Indicate if any items not activated methods. available: ______3.4.7 Secure cashbox, with electronic ID system; YES NO Electronic locks & keys for maximum security when removal of Indicate if any items not cashboxes; Automated tracking of cashboxes for auditing. available: ______3.4.8 Easy to read, large digital display; Numeric, LED YES NO

3.4.9 Electrical Power: minimum 15-amp minimum DC protected power YES NO circuit. YES NO Indicate size and gauge of 3.4.10 Stainless steel cabinet construction – approximately 10”x10” material______

3.4.11 Driver keypad - 10 numeric and 4 alpha minimum buttons; reporting of YES NO data or other farebox operations. YES NO 3.4.12 Windows platform based reporting with ODBC capabilities, Microsoft, Indicate if any items not SQL or Oracle. available: ______

YES NO 3.4.13 Interfaces with other bus systems such as GPS; electronic signs; Indicate if any items not annunciator systems; passenger counters; and on-board computer systems. available: ______

Product/Service Offered Specifications Meets Specification 3.4.14 Availability of stanchions and mounting hardware. Include size and gauge of metal (stainless steel). YES NO Stanchions: _____ “

Ver: 12/3/18 Page 25 of 80 IFB # 201900485 Vendor: ______SS ga. ______Mounting hardware: SS ga. ______3.4.15 All items priced shall be under warranty and support for the first 36 months after acceptance. Warranty and support information must be included in detail and includes parts and labor. All warranty and repair work shall be done within the continental United States. Descriptions of where the work is YES NO done and if returned, who pays for shipping, expected length of time for a repair, etc. must be included in the bid. 3.4.16 Installation times shall be made available when it does not interfere with the transit system’s level of service. Installation may need to be scheduled during the hours of 6:30 p.m. through 5:30 a.m. Monday through YES NO Friday and 7:00 a.m. Saturday through 5:30 a.m. Monday morning. 3.4.17 Upon completion of each vehicle installation, the location and

surrounding area of work shall be left clean and in a neat and unobstructed YES NO condition, with everything in satisfactory repair and order. 3.4.18 The selected Vendor shall provide electrical schematics of the

installation for the type of vehicle provided once completed. Files are to be YES NO printed and in electronic (pdf) format. 3.4.19 The Vendor shall be responsible for training personnel in the proper use and operation of the system. The schedule for training shall be agreed upon by the Vendor and each transit system. The vendor shall provide one (1) printed set of training manuals, installation manuals and system YES NO documentation and a compact disc with all files in electronic format (pdf). Video training for drivers and troubleshooting notices shall also be provided. 3.4.20 Pricing for additional training to address turnover and future requirements shall be priced on a per hour basis. YES NO YES NO 3.4.21 Smart Card Reader Option

Ver: 12/3/18 Page 26 of 80 IFB # 201900485 Vendor: ______

5.2 DEVIATIONS The nature of all deviations from the Specifications and Requirements listed herein shall be clearly described by the Vendor. Otherwise, it will be considered that items offered by the Vendor are in strict compliance with the Specifications and Requirements, and the successful Vendor shall be held responsible to supply conforming goods. Deviations shall be explained in detail below or on an attached sheet. However, no implication is made or intended by the State that any deviation will be acceptable. Do not list objections to the General Contract Terms and Conditions in this section. ______

______5.3 CERTIFICATION AND SAFETY LABELS All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and /or National Electrical Manufacturers’ Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. 5.4 PRODUCT RECALL Vendor expressly assumes full responsibility for prompt notification to the Buyer listed on the face of this IFB of any product recall in accordance with the applicable state or federal regulations. The Vendor shall support the State, as necessary, to promptly replace any such products, at no cost to the State.

6.0 CONTRACT ADMINISTRATION

6.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall designate and make available to the State a single point of contact for contract related issues and issues concerning performance, progress review, scheduling and any service required

6.2 DISPUTE RESOLUTION The parties agree that it is in their mutual interest to resolve disputes informally. A claim by the Vendor shall be submitted in writing to the State’s Contract Lead for resolution. A claim by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under The Contract. If a dispute cannot be resolved between the Parties within thirty (30) days after delivery of notice, either Party may elect to exercise any other remedies available under The Contract, or at law. This term shall not constitute an agreement by either party to mediate or arbitrate any dispute 6.3 CONTRACT CHANGES Contract changes, if any, over the life of the contract are implemented by contract written amendments signed by both parties. If the Vendor is accepting orders and/or delivering through other parties, for example a manufacturer accepting orders and delivering through a dealer network or dealers receiving orders through a network of other dealers, then it is the responsibility of the Vendor to apprise such parties of all such contract amendments

Ver: 12/3/18 Page 27 of 80 IFB # 201900485 Vendor: ______6.4 PRODUCT RECALL AND SERVICE BULLETINS In submitting this bid, the Vendor expressly assumes full responsibility for prompt notification of any product recall in accordance with the applicable state or federal regulations. In the event any recall notice, technical service bulletin, or other important notification affecting a vehicle purchased from this contract, such notice must be sent free of charge to the purchasing agent listed on the applicable purchase order. Such notice must reference the affected purchase order in addition to the vehicle serial number. 6.5 ALLOWANCE FOR SUBSTITUTE COMPONENTS If Vendor wishes to substitute a component make and model differing from that respectively specified or referenced herein, the Vendor must indicate in the bid the alternate component. Details and applicable documentation must be submitted with the bid to support a component or equipment change. Otherwise it is agreed that Vendor will furnish the make and model of component as specified or referenced herein. Please note substitution and/or deviations on page ? 6.6 POST AWARD PRODUCT SUBSTITUTIONS Post award product substitutions are not permitted without prior written approval from the Contract Specialist. Proposed substitutions shall be at the same or higher quality and at the same or lower price as the original item. Failure of the Vendor to comply with this requirement shall constitute enough cause to hold the Vendor in default or for removal from the contract. the Vendor to comply with this requirement shall constitute enough cause to hold the Vendor in default or for removal from the contract

The remainder of this page is intentionally left blank Attachments to this IFB begin on the next page.

Ver: 12/3/18 Page 28 of 80 IFB # 201900485 Vendor: ______ATTACHMENT A: PRICING FORM FURNISH AND DELIVER:

AS PER THE ATTACHED SPECIFICATIONS: NOTE: IN LEIU OF READING BID PRICES TO BID OPENING ATTENDEES, THE RIGHT IS RESERVED TO PHOTOCOPY THE FURNISH AND DELIVER PAGES AND DISTRIBUTE AT THE BID OPENING. QUANTITES LISTED HEREIN ON ITEMS ARE FOR TABULATION PURPOSES AND MAY DIFFER FROM ACTUAL ORDERS PLACED.

Item QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE #

Mobile Digital Video Recording System:

1 10 Each Viewing Software and Hardware

MFR.______MODEL______

Mobile Digital Video Recording System: 1a 10 Each Viewing Software and Hardware Installation

Mobile Digital Video Recording System:

1b 10 Each Viewing Software and Hardware Training

1 Day Training minimum

Mobile Digital Video Recording System:

2 10 Each Wireless and Hardware System

MFR.______MODEL______

Mobile Digital Video Recording System: 2a 10 Each Installation for Wireless System

Mobile Digital Video Recording System:

2b 10 Each Training for Wireless System

1 Day Training minimum

Mobile Digital Video Recording System:

4 Camera Complete System for vehicle, including 3 10 Each DVR, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

Mobile Digital Video Recording System: 3a 10 Each Installation: 4 Camera Complete System for vehicle.

Mobile Digital Video Recording System: 3b 10 Each Training: 4 Camera Complete System for vehicle.

Ver: 12/3/18 Page 29 of 80 IFB # 201900485 Vendor: ______1 Day Training minimum

Mobile Digital Video Recording System:

6 Camera Complete System for vehicle, including 4 10 Each DVR, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

Item QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE #

Mobile Digital Video Recording System: 4a 10 Each Installation: 6 Camera Complete System for vehicle.

Mobile Digital Video Recording System:

4b 10 Each Training: 6 Camera Complete System for vehicle.

1 Day Training minimum

Mobile Digital Video Recording System:

8 Camera Complete System for vehicle, including 5 10 Each DVR, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

Mobile Digital Video Recording System: 5a 10 Each Installation: 8 Camera Complete System for vehicle.

Mobile Digital Video Recording System:

5b 10 Each Training: 8 Camera Complete System for vehicle.

1 Day Training minimum

Mobile Digital Video Recording System:

12 Camera Complete System for vehicle, including 6 10 Each DVR, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

Mobile Digital Video Recording System: 6a 10 Each Installation: 12 Camera Complete System for vehicle.

Ver: 12/3/18 Page 30 of 80 IFB # 201900485 Vendor: ______Mobile Digital Video Recording System:

6b 10 Each Training: 12 Camera Complete System for vehicle.

1 Day Training minimum

Mobile Digital Video Recording System:

16 Camera Complete System for vehicle, including 7 10 Each DVR, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

Mobile Digital Video Recording System:

Installation: 16 Camera Complete System for vehicle. 7a 10 Each

Item QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE #

Mobile Digital Video Recording System:

7b 10 Each Training: 16 Camera Complete System for vehicle.

1 Day Training minimum

WIRELESS Mobile Digital Video Recording System:

4 Camera Complete System for vehicle, including 8 10 Each DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

WIRELESS Mobile Digital Video Recording System: 8a 10 Each Installation: 4 Camera Complete System for vehicle.

WIRELESS Mobile Digital Video Recording System:

8b 10 Each Training: 4 Camera Complete System for vehicle.

1 Day Training minimum

WIRELESS Mobile Digital Video Recording System:

6 Camera Complete System for vehicle, including 9 10 Each DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

9a 10 Each WIRELESS Mobile Digital Video Recording System:

Ver: 12/3/18 Page 31 of 80 IFB # 201900485 Vendor: ______Installation: 6 Camera Complete System for vehicle.

WIRELESS Mobile Digital Video Recording System:

9b 10 Each Training: 6 Camera Complete System for vehicle.

1 Day Training minimum

WIRELESS Mobile Digital Video Recording System:

8 Camera Complete System for vehicle, including 10 10 Each DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

WIRELESS Mobile Digital Video Recording System:

10a 10 Each Installation: 8 Camera Complete System for vehicle.

Item QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE #

WIRELESS Mobile Digital Video Recording System:

10b 10 Each Training: 8 Camera Complete System for vehicle.

1 Day Training minimum

WIRELESS Mobile Digital Video Recording System:

12 Camera Complete System for vehicle, including 11 10 Each DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

WIRELESS Mobile Digital Video Recording System: 11a 10 Each Installation: 12 Camera Complete System for vehicle.

WIRELESS Mobile Digital Video Recording System:

11b 10 Each Training: 12 Camera Complete System for vehicle.

1 Day Training minimum

WIRELESS Mobile Digital Video Recording System:

16 Camera Complete System for vehicle, including 12 10 Each DVR, Wireless Bridge, panic button, mountings, inertia sensor and all wiring.

MFR.______MODEL______

12a 10 Each WIRELESS Mobile Digital Video Recording System:

Ver: 12/3/18 Page 32 of 80 IFB # 201900485 Vendor: ______Installation: 16 Camera Complete System for vehicle.

WIRELESS Mobile Digital Video Recording System:

12b 10 Each Training: 16 Camera Complete System for vehicle.

1 Day Training minimum

Farebox and Fare Collection Systems

13 10 Each Manual Farebox – minimum 16”

MFR.______MODEL______

Farebox and Fare Collection Systems

14 10 Each Manual Farebox – minimum 22”

MFR.______MODEL______

Farebox and Fare Collection Systems

15 10 Each Manual Farebox – Other ______”

MFR.______MODEL______

Item QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE #

Farebox and Fare Collection Systems 16 10 Each Manual Farebox Installation

Farebox and Fare Collection Systems 17 10 Each Manual Farebox training

Farebox and Fare Collection Systems

18 10 Each Donation Box

MFR.______MODEL______

Farebox and Fare Collection Systems

19 10 Each Donation Box installation

MFR.______MODEL______

Farebox and Fare Collection Systems

20 10 Each Validating Fare Collection System - min. 30”

MFR.______MODEL______

Farebox and Fare Collection Systems

21 10 Each Validating Fare Collection System – min. 35”

MFR.______MODEL______

Ver: 12/3/18 Page 33 of 80 IFB # 201900485 Vendor: ______Farebox and Fare Collection Systems

22 10 Each Validating Fare Collection System - min. 40”

MFR.______MODEL______

Farebox and Fare Collection Systems

23 10 Each Validating Fare Collection System Installation

Farebox and Fare Collection Systems

24 10 Each Validating Fare Collection System Training

1-day training – minimum

TOTAL ITEMS 1-24: $______

OPTION PRICING:

Options may or may not be ordered. Vendors are requested to offer its best prices. The State reserves the right to consider option prices in the evaluation of the award of contract. In some cases, options may be credits, indicate in the Description if Option Price is “CREDIT” and show price as deduct ($-).

Item QTY. UOM DESCRIPTION UNIT EXTENDED # PRICE

Mobile Digital Video Recording System: YR. 1_____ YR. 1_____

Support for years 1-5 YR. 2_____ YR. 2_____

MFR.______YR. 3_____ YR. 3_____ 25 1 Each YR. 4_____ YR. 4_____

YR. 5_____ YR. 5_____

Mobile Digital Video Recording System: Per day Per day

Additional Training price (per day includes travel, lodging, $______$______26 1 Each meals, etc.) Per Hour Per Hour MFR.______$______$______

Mobile Digital Video Recording System:

27 1 Each Additional 2.5” Hard Drive w/ Carrier

MFR.______

Ver: 12/3/18 Page 34 of 80 IFB # 201900485 Vendor: ______Mobile Digital Video Recording System:

Single Camera (replacement for above), including all necessary wiring. 28 1 Each (Type #1)

MFR.______MODEL______

Mobile Digital Video Recording System:

Single Camera (replacement for above), including all necessary wiring. 29 1 Each (Type #2)

MFR.______MODEL______

Mobile Digital Video Recording System:

Extended Warranty 30 1 Each MFR.______MODEL______

Farebox: YR. 1_____ YR. 1_____

Support for years 1-5 YR. 2_____ YR. 2_____

31 1 Each MFR.______MODEL______YR. 3_____ YR. 3_____

YR. 4_____ YR. 4_____

YR 5 _____ YR 5 _____

Item QTY. UOM DESCRIPTION UNIT EXTENDED # PRICE

Farebox:

32 10 Each Smart Card

MFR.______MODEL______

Farebox:

33 10 Each Smart Box

MFR.______MODEL______

Farebox:

34 1 Each Extended Warranty

MFR.______YRS.______

Farebox: 35 1 Each Single log-in capability

Ver: 12/3/18 Page 35 of 80 IFB # 201900485 Vendor: ______MFR.______

Farebox:

36 1 Each Optional Interface capabilities: Identify

MFR.______MODEL______

ADDITIONAL OPTIONS:

Additional options, that are not listed, may be quoted at the MSRP less the manufacturer/vendor’s discount. The Vendor is providing a discount of ______%. This % discount indicated must remain the same for the entire contract period and any extensions thereof. The MSRP can be updated but must be submitted for approval prior to becoming effective.

Parts or equipment not listed above to be quoted at the MSRP less the discount noted. MSRP list to be provided with bid.

Equipment/parts identified above as “systems” (i.e. cameras, MDVR, software, etc.) must be quoted individually at the MSRP less the discount noted and provided with bid

Ver: 12/3/18 Page 36 of 80 IFB # 201900485 Vendor: ______ATTACHMENT B: INSTRUCTIONS TO VENDORS 1. READ, REVIEW AND COMPLY: It shall be the Vendor’s responsibility to read this entire document, review all enclosures and attachments, and any addenda thereto, and comply with all requirements specified herein, regardless of whether appearing in these Instructions to Vendors or elsewhere in this IFB document.

2. LATE BIDS: Late bids, regardless of cause, will not be opened or considered, and will automatically be disqualified from further consideration. It shall be the Vendor’s sole responsibility to ensure the timely delivery of bids at the designated office by the designated time.

3. ACCEPTANCE AND REJECTION: The State reserves the right to reject any and all bids, to waive any informality in bids and, unless otherwise specified by the Vendor, to accept any item in the bid. If either a unit price or an extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. Regardless of error or omission, a Vendor shall not be permitted to increase its pricing after the deadline for submitting bids.

4. BASIS FOR REJECTION: Pursuant to 01 NCAC 05B .0501, the State reserves the right to reject any and all offers, in whole or in part, by deeming the offer unsatisfactory as to quality or quantity, delivery, price or service offered, non-compliance with the requirements or intent of this solicitation, lack of competitiveness, error(s) in specifications or indications that revision would be advantageous to the State, cancellation or other changes in the intended project or any other determination that the proposed requirement is no longer needed, limitation or lack of available funds, circumstances that prevent determination of the best offer, or any other determination that rejection would be in the best interest of the State.

5. EXECUTION: Failure to execute page 1 of the IFB (Execution Page) in the designated space shall render bid non-responsive, and it will be rejected.

6. ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this solicitation or those in any resulting contract documents, the order of precedence shall be (high to low) (1) any special terms and conditions specific to this IFB, including any negotiated terms; (2) requirements and specifications and administration provisions in Sections 4, 5 and 6 of this IFB; (3) North Carolina General Contract Terms and Conditions in ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS; (4) Instructions in ATTACHMENT B: INSTRUCTIONS TO VENDORS; (5) ATTACHMENT A: PRICING, and (6) Vendor’s Bid.

7. INFORMATION AND DESCRIPTIVE LITERATURE: Vendor shall furnish all information requested and in the spaces provided in this document. Further, if required elsewhere in this bid, each Vendor shall submit with its bid any sketches, descriptive literature and/or complete specifications covering the products and services offered. Reference to literature submitted with a previous bid or available elsewhere will not satisfy this provision. Failure comply with these requirements shall constitute sufficient cause to reject a bid without further consideration.

8. RECYCLING AND SOURCE REDUCTION: It is the policy of the State to encourage and promote the purchase of products with recycled content to the extent economically practicable, and to purchase items which are reusable, refillable, repairable, more durable and less toxic to the extent that the purchase or use is practicable and cost-effective. We also encourage and promote using minimal packaging and the use of recycled/recyclable products in the packaging of commodities purchased. However, no sacrifice in quality of packaging will be acceptable. The Vendor remains responsible for providing packaging that will adequately protect the commodity and contain it for its intended use. Vendors are strongly urged to bring to the attention of purchasers those products or packaging they offer which have recycled content and that are recyclable.

9. CERTIFICATE TO TRANSACT BUSINESS IN NORTH CAROLINA: As a condition of contract award, each out-of-State Vendor that is a corporation, limited-liability company or limited-liability partnership shall have received, and shall maintain throughout the term of The Contract, a Certificate of Authority to Transact Business in North Carolina from the North Carolina Secretary of State, as required by North Carolina law. A State contract requiring only an isolated transaction completed within a period of six months, and not in the course of a number of repeated transactions of like nature, shall not be considered as transacting business in North Carolina and shall not require a Certificate of Authority to Transact Business. Ver: 12/3/18 Page 37 of 80 IFB # 201900485 Vendor: ______10. SUSTAINABILITY: To support the sustainability efforts of the State of North Carolina we solicit your cooperation in this effort. Pursuant to Executive Order 156 (1999), it is desirable that all responses meet the following:

 All copies of the bid are printed double sided.  All submittals and copies are printed on recycled paper with a minimum post-consumer content of 30%.  Unless absolutely necessary, all bids and copies should minimize or eliminate use of non-recyclable or non-reusable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC binding. Three-ringed binders, glued materials, paper clips, and staples are acceptable.  Materials should be submitted in a format which allows for easy removal, filing and/or recycling of paper and binder materials. Use of oversized paper is strongly discouraged unless necessary for clarity or legibility. 11. HISTORICALLY UNDERUTILIZED BUSINESSES: The State is committed to retaining Vendors from diverse backgrounds, and it invites and encourages participation in the procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. In particular, the State encourages participation by Vendors certified by the State Office of Historically Underutilized Businesses, as well as the use of HUB-certified Vendors as subcontractors on State contracts.

12. RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference requirement to discourage other states from favoring their own resident Vendors by applying a percentage increase to the price of any bid from a North Carolina resident Vendor. To the extent another state does so, North Carolina applies the same percentage increase to the bid of a Vendor resident in that state. Residency is determined by a Vendor’s “Principal Place of Business,” defined as that principal place from which the overall trade or business of the Vendor is directed or managed.

13. INELIGIBLE VENDORS: As provided in G.S. 147-86.59 and G.S. 147-86.82, the following companies are ineligible to contract with the State of North Carolina or any political subdivision of the State: a) any company identified as engaging in investment activities in Iran, as determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S. 147-86.58, and b) any company identified as engaged in a boycott of Israel as determined by appearing on the List of restricted companies created by the State Treasurer pursuant to G.S. 147-86.81. A contract with the State or any of its political subdivisions by any company identified in a) or b) above shall be void ab initio.

14. CONFIDENTIAL INFORMATION: To the extent permitted by applicable statutes and rules, the State will maintain as confidential trade secrets in its bid that the Vendor does not wish disclosed. As a condition to confidential treatment, each page containing trade secret information shall be identified in boldface at the top and bottom as “CONFIDENTIAL” by the Vendor, with specific trade secret information enclosed in boxes, marked in a distinctive color or by similar indication. Cost information shall not be deemed confidential under any circumstances. Regardless of what a Vendor may label as a trade secret, the determination whether it is or is not entitled to protection will be determined in accordance with G.S. 132-1.2. Any material labeled as confidential constitutes a representation by the Vendor that it has made a reasonable effort in good faith to determine that such material is, in fact, a trade secret under G.S. 132-1.2. Vendors are urged and cautioned to limit the marking of information as a trade secret or as confidential so far as is possible. If a legal action is brought to require the disclosure of any material so marked as confidential, the State will notify Vendor of such action and allow Vendor to defend the confidential status of its information.

15. PROTEST PROCEDURES: When a Vendor wishes to protest the award of The Contract awarded by the Division of Purchase and Contract, or awarded by an agency in an awarded amount of at least $25,000, a Vendor shall submit a written request addressed to the State Purchasing Officer at: Division of Purchase and Contract, 1305 Mail Service Center, Raleigh, NC 27699-1305. A protest request related to an award amount of less than $25,000 shall be sent to the purchasing officer of the agency that issued the award. The protest request must be received in the proper office within thirty (30) consecutive calendar days from the date of the Contract award. Protest letters shall contain specific grounds and reasons for the protest, how the protesting

Ver: 12/3/18 Page 38 of 80 IFB # 201900485 Vendor: ______party was harmed by the award made and any documentation providing support for the protesting party’s claims. Note: Contract award notices are sent only to the Vendor actually awarded the Contract, and not to every person or firm responding to a solicitation. Bid status and Award notices are posted on the Internet at https://www.ips.state.nc.us/ips/. All protests will be handled pursuant to the North Carolina Administrative Code, 01 NCAC 05B .1519.

If a ground of a protest is based on a challenge to the qualification of a North Carolina resident Vendor to be awarded a Contract pursuant to Executive Order #50 (price-matching opportunity), the State Purchasing Officer or procurement officer may request the North Carolina resident Vendor to produce documentation substantiating the North Carolina resident Vendor’s qualification for the subject opportunity. These documents shall be requested and received prior to any decision on whether to deny or grant a protest meeting. As provided herein, the North Carolina resident Vendor is required to produce to the State the requested documentation within five (5) business days of the State’s request and failure to produce the documents within that time period may result in the cancellation of the Contract. Also note that any tax, financial, accounting or banking documents the North Carolina resident Vendor submits to the State in connection with the resolution of a protest shall not be disclosed to the protester pursuant to G.S. 132-1.1 and 105-259(b) and the State shall preserve the confidentiality of such documents

16. MISCELLANEOUS: Any gender-specific pronouns used herein, whether masculine or feminine, shall be read and construed as gender neutral, and the singular of any word or phrase shall be read to include the plural and vice versa.

17. COMMUNICATIONS BY VENDORS: In submitting its bid, the Vendor agrees not to discuss or otherwise reveal the contents of its bid to any source, government or private, outside of the using or issuing agency until after the award of the Contract or cancellation of this IFB. All Vendors are forbidden from having any communications with the using or issuing agency, or any other representative of the State concerning the solicitation, during the evaluation of the bids (i.e., after the public opening of the bids and before the award of the Contract), unless the State directly contacts the Vendor(s) for purposes of seeking clarification or another reason permitted by the solicitation. A Vendor shall not: (a) transmit to the issuing and/or using agency any information commenting on the ability or qualifications of any other Vendor to provide the advertised good, equipment, commodity; (b) identify defects, errors and/or omissions in any other Vendor’s bid and/or prices at any time during the procurement process; and/or (c) engage in or attempt any other communication or conduct that could influence the evaluation or award of a Contract related to this IFB. Failure to comply with this requirement shall constitute sufficient justification to disqualify a Vendor from a Contract award. Only those communications with the using agency or issuing agency authorized by this IFB are permitted.

18. TABULATIONS: Bid tabulations can be electronically retrieved at the Interactive Purchasing System (IPS), https://www.ips.state.nc.us/ips/BidNumberSearch.aspx. Click on the IPS BIDS icon, click on Search for Bid, enter the bid number, and then search. Tabulations will normally be available at this web site not later than one working day after the bid opening. Lengthy or complex tabulations may be summarized, with other details not made available on IPS, and requests for additional details or information concerning such tabulations cannot be honored.

19. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: The North Carolina electronic Vendor Portal (eVP) allows Vendors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services of potential interests to them available on the Interactive Purchasing System, as well as notifications of status changes to those solicitations. Online registration and other purchasing information is available at the following website: http://ncadmin.nc.gov/about- doa/divisions/purchase-contract.

20. WITHDRAWAL OF BID: Bids submitted electronically may be withdrawn at any time prior to the date for opening bids identified on the cover page of this IFB (or such later date included in an Addendum to the IFB). Bids that have been delivered by hand, U.S. Postal Service, courier or other delivery service may be withdrawn only in writing and if receipt is acknowledged by the office issuing the IFB prior to the time for opening bids identified on the cover page of this IFB (or such later date included in an Addendum to the RFP). Written withdrawal requests shall be submitted on the Vendor’s letterhead and signed by an official of the Vendor authorized to make such request. Any withdrawal request made after the opening of bids shall be allowed only Ver: 12/3/18 Page 39 of 80 IFB # 201900485 Vendor: ______for good cause shown and in the sole discretion of the Division of Purchase and Contract.

21. INFORMAL COMMENTS: The State shall not be bound by informal explanations, instructions or information given at any time by anyone on behalf of the State during the competitive process or after award. The State is bound only by information provided in writing in this IFB and in formal Addenda issued through IPS.

22. COST FOR BID PREPARATION: Any costs incurred by Vendor in preparing or submitting offers are the Vendor’s sole responsibility; the State of North Carolina will not reimburse any Vendor for any costs incurred or associated with the preparation of bids

23. VENDOR’S REPRESENTATIVE: Each Vendor shall submit with its bid the name, address, and telephone number of the person(s) with authority to bind the firm and answer questions or provide clarification concerning the firm's bid.

24. INSPECTION AT VENDOR’S SITE: The State reserves the right to inspect, at a reasonable time, the equipment, item, plant or other facilities of a prospective Vendor prior to Contract award, and during the Contract term as necessary for the State’s determination that such equipment, item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the Contract.

This Space is Intentionally Left Blank

Ver: 12/3/18 Page 40 of 80 IFB # 201900485 Vendor: ______ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under The Contract, the State shall have the right to terminate The Contract by giving written notice to the Vendor and specifying the effective date thereof. In that event, any or all finished or unfinished deliverable items under The Contract prepared by the Vendor shall, at the option of the State, become its property, and the Vendor shall be entitled to receive just and equitable compensation for any acceptable work completed as to which the option is exercised. Notwithstanding, Vendor shall not be relieved of liability to the State for damages sustained by the State by virtue of any breach of The Contract, and the State may withhold any payment due the Vendor for the purpose of setoff until such time as the exact amount of damages due the State from such breach can be determined. The State reserves the right to require at any time a performance bond or other acceptable alternative performance guarantees from a Vendor without expense to the State.

The Vendor shall be in default, if its Certification submitted for a price-matching opportunity under Executive Order #50 and G.S. 143-59 was false and/or contained materially misleading or inaccurate information, and/or Vendor failed to provide information and documentation requested by the State to substantiate Vendor’s Certification. The State may take action against the Vendor under the False Claims Act, G.S. 1-605 through 1-617, inclusive, for submitting a false Certification for the price-matching opportunity under Executive Order #50 (including but not limited to treble damages and civil penalties).

In the event of default by the Vendor, the State may procure the goods and services necessary to complete performance hereunder from other sources and hold the Vendor responsible for any excess cost occasioned thereby. In addition, in the event of default by the Vendor under The Contract, or upon the Vendor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Vendor, the State may immediately cease doing business with the Vendor, immediately terminate The Contract for cause, and may take action to debar the Vendor from doing future business with the State.

2. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the goods or services offered prior to their delivery, it shall be the responsibility of the Vendor to notify the Contract Lead at once, in writing, indicating the specific regulation which required such alterations. The State reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract.

3. AVAILABILITY OF FUNDS: Any and all payments to the Vendor shall be dependent upon and subject to the availability of funds to the agency for the purpose set forth in The Contract.

4. TAXES: Any applicable taxes shall be invoiced as a separate item.

a) G.S. 143-59.1 bars the Secretary of Administration from entering into Contracts with Vendors if the Vendor or its affiliates meet one of the conditions of G.S. 105-164.8(b) and refuses to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G.S. 105- 164.8(b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the Vendor and (3) Systematic exploitation of the market by media-assisted, media-facilitated, or media-solicited means. By execution of the bid document the Vendor certifies that it and all of its affiliates, (if it has affiliates), collect(s) the appropriate taxes.

b) The agency(ies) participating in The Contract are exempt from Federal Taxes, such as excise and transportation. Exemption forms submitted by the Vendor will be executed and returned by the using agency.

c) Prices offered are not to include any personal property taxes, nor any sales or use tax (or fees) unless required by the North Carolina Department of Revenue.

5. SITUS AND GOVERNING LAWS: This Contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina, without regard to its conflict of laws rules, and within which State all matters, whether sounding in Contract or tort or otherwise, relating to its validity, construction, interpretation and enforcement shall be determined.

Ver: 12/3/18 Page 41 of 80 IFB # 201900485 Vendor: ______6. PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice or acceptance of goods, whichever is later. The using agency is responsible for all payments to the Vendor under the Contract. Payment by some agencies may be made by procurement card, if the Vendor accepts that card (Visa, MasterCard, etc.) from other customers, and it shall be accepted by the Vendor for payment under the same terms and conditions as any other method of payment accepted by the Vendor. If payment is made by procurement card, then payment may be processed immediately by the Vendor.

7. AFFIRMATIVE ACTION: The Vendor will take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination on the basis of any prohibited grounds as defined by Federal and State law.

8. CONDITION AND PACKAGING: Unless otherwise provided by special terms and conditions or specifications, it is understood and agreed that any item offered or shipped has not been sold or used for any purpose and shall be in first class condition. All containers/packaging shall be suitable for handling, storage or shipment.

9. INTELLECTUAL PROPERTY WARRANTY AND INDEMNITY: Vendor shall hold and save the State, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, resulting from infringement of the rights of any third party in any copyrighted material, patented or patent-pending invention, article, device or appliance delivered in connection with The Contract.

a. Vendor warrants to the best of its knowledge that:

i. Performance under The Contract does not infringe upon any intellectual property rights of any third party; and

ii. There are no actual or threatened actions arising from, or alleged under, any intellectual property rights of any third party;

b. Should any deliverables supplied by Vendor become the subject of a claim of infringement of a patent, copyright, trademark or a trade secret in the United States, the Vendor, shall at its option and expense, either procure for the State the right to continue using the deliverables, or replace or modify the same to become non-infringing. If neither of these options can reasonably be taken in Vendor’s judgment, or if further use shall be prevented by injunction, the Vendor agrees to cease provision of any affected deliverables and refund any sums the State has paid Vendor and make every reasonable effort to assist the State in procuring substitute deliverables. If, in the sole opinion of the State, the cessation of use by the State of any such deliverables due to infringement issues makes the retention of other items acquired from the Vendor under this Agreement impractical, the State shall then have the option of terminating the Agreement, or applicable portions thereof, without penalty or termination charge; and Vendor agrees to refund any sums the State paid for unused Services or Deliverables.

c. The Vendor, at its own expense, shall defend any action brought against the State to the extent that such action is based upon a claim that the deliverables supplied by the Vendor, their use or operation, infringes on a patent, copyright, trademark or violates a trade secret in the United States. The Vendor shall pay those costs and damages finally awarded or agreed in a settlement against the State in any such action. Such defense and payment shall be conditioned on the following:

i. That the Vendor shall be notified within a reasonable time in writing by the State of any such claim; and

ii. That the Vendor shall have the sole control of the defense of any action on such claim and all negotiations for its settlement or compromise provided, however, that the State shall have the option to participate in such action at its own expense.

d. Vendor will not be required to defend or indemnify the State if any claim by a third party against the State for infringement or misappropriation results from the State’s material alteration of any Vendor- branded deliverables or services, or from the continued use of the deliverable(s) or Services after receiving notice of infringement on a trade secret of a third party.

10. TERMINATION FOR CONVENIENCE: If this contract contemplates deliveries or performance over a period of time, the State may terminate this contract at any time by providing 60 days’ notice in writing from the State to Ver: 12/3/18 Page 42 of 80 IFB # 201900485 Vendor: ______the Vendor. In that event, any or all finished or unfinished deliverable items prepared by the Vendor under this contract shall, at the option of the State, become its property. If the contract is terminated by the State as provided in this section, the State shall pay for those items for which such option is exercised, less any payment or compensation previously made.

11. ADVERTISING: Vendor agrees not to use the existence of The Contract or the name of the State of North Carolina as part of any commercial advertising or marketing of products or services. A Vendor may inquire whether the State is willing to act as a reference by providing factual information directly to other prospective customers.

12. ACCESS TO PERSONS AND RECORDS: During and after the term hereof, the State Auditor and any using agency’s internal auditors shall have access to persons and records related to The Contract to verify accounts and data affecting fees or performance under the Contract, as provided in G.S. 143-49(9).

13. ASSIGNMENT: No assignment of the Vendor’s obligations nor the Vendor’s right to receive payment hereunder shall be permitted.

However, upon written request approved by the issuing purchasing authority and solely as a convenience to the Vendor, the State may:

a) Forward the Vendor’s payment check directly to any person or entity designated by the Vendor, and

b) Include any person or entity designated by Vendor as a joint payee on the Vendor’s payment check.

In no event shall such approval and action obligate the State to anyone other than the Vendor and the Vendor shall remain responsible for fulfillment of all Contract obligations. Upon advance written request, the State may, in its unfettered discretion, approve an assignment to the surviving entity of a merger, acquisition or corporate reorganization, if made as part of the transfer of all or substantially all of the Vendor’s assets. Any purported assignment made in violation of this provision shall be void and a material breach of The Contract.

14. INSURANCE: COVERAGE - During the term of the Contract, the Vendor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Contract. As a minimum, the Vendor shall provide and maintain the following coverage and limits:

a) Worker’s Compensation - The Vendor shall provide and maintain Worker’s Compensation Insurance, as required by the laws of North Carolina, as well as employer’s liability coverage with minimum limits of $500,000.00, covering all of Vendor’s employees who are engaged in any work under the Contract in North Carolina. If any work is sub-contracted, the Vendor shall require the sub-Contractor to provide the same coverage for any of his employees engaged in any work under the Contract within the State.

b) Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $1,000,000.00 Combined Single Limit. Defense cost shall be in excess of the limit of liability.

c) Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used within North Carolina in connection with the Contract. The minimum combined single limit shall be $250,000.00 bodily injury and property damage; $250,000.00 uninsured/under insured motorist; and $2,500.00 medical payment.

REQUIREMENTS - Providing and maintaining adequate insurance coverage is a material obligation of the Vendor and is of the essence of The Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Vendor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or The Contract. The limits of coverage under each insurance policy maintained by the Vendor shall not be interpreted

Ver: 12/3/18 Page 43 of 80 IFB # 201900485 Vendor: ______as limiting the Vendor’s liability and obligations under the Contract.

15. GENERAL INDEMNITY: The Vendor shall hold and save the State, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of The Contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Vendor in the performance of The Contract and that are attributable to the negligence or intentionally tortious acts of the Vendor provided that the Vendor is notified in writing within 30 days that the State has knowledge of such claims. The Vendor represents and warrants that it shall make no claim of any kind or nature against the State’s agents who are involved in the delivery or processing of Vendor goods or services to the State. The representation and warranty in the preceding sentence shall survive the termination or expiration of The Contract.

16. ELECTRONIC PROCUREMENT: a) Purchasing shall be conducted through the Statewide E-Procurement Service. The State’s third-party agent shall serve as the Supplier Manager for this E-Procurement Service. The Vendor shall register for the Statewide E-Procurement Service within two (2) business days of notification of award in order to receive an electronic purchase order resulting from award of this contract.

b) THE SUCCESSFUL BIDDER(S) SHALL PAY A TRANSACTION FEE OF 1.75% (.0175) ON THE TOTAL DOLLAR AMOUNT (EXCLUDING SALES TAXES) OF ALL GOODS INCLUDED ON EACH PURCHASE ORDER ISSUED THROUGH THE STATEWIDE E-PROCUREMENT SERVICE. This applies to all purchase orders, regardless of the quantity or dollar amount of the purchase order. The transaction fee shall not be stated or included as a separate item on the invoice. There are no additional fees or charges to the Vendor for the services rendered by the Supplier Manager under this contract. Vendor will receive a credit for transaction fees they paid for the purchase of any item(s) if an item(s) is returned through no fault of the Vendor. Transaction fees are non-refundable when an item is rejected and returned, or declined, due to the Vendor’s failure to perform or comply with specifications or requirements of the contract.

c) Vendor or its Authorized Reseller, as applicable, will be invoiced monthly for the State’s transaction fee by the Supplier Manager. The transaction fee shall be based on a) purchase activity for the prior month, or b) purchases for which the supplier invoice has been paid. Unless Supplier Manager receives written notice from the Vendor identifying with specificity any errors in an invoice for the transaction fee within thirty (30) days of the receipt of invoice, such invoice shall be deemed to be correct and Vendor shall have waived its right to later dispute the accuracy and completeness of the invoice. Payment of the transaction fee by the Vendor is due to the account designated by the State within thirty (30) days after receipt of the invoice for the transaction fee. If payment of the transaction fee is not received by the State within this payment period, it shall be considered a material breach of contract. Pursuant to G.S. 147-86.23, the Service will charge interest and late payment penalties on past due balances. Interest shall be charged at the rate set by the Secretary of Revenue pursuant to G.S. 105-241.21 as of the date the balances are past due. The late-payment penalty will be ten percent (10%) of the account receivable. Within thirty (30) days of the receipt of invoice, Vendor may dispute in writing the accuracy of an invoice. No interest shall be charged on disputed and overdue amounts to the extent the State agrees to reduce or adjust the amount in dispute. The Supplier Manager shall provide, whenever reasonably requested by the Vendor in writing (including electronic documents), supporting documentation from the E-Procurement Service that accounts for the amount of the invoice.

d) The Supplier Manager will capture the order from the State approved user, including the shipping and payment information, and submit the order in accordance with the E-Procurement Service. Subsequently, the Supplier Manager will send those orders to the appropriate Vendor on State Contract. The State or State- approved user, not the Supplier Manager, shall be responsible for the solicitation, bids received, evaluation of bids received, award of contract, and the payment for goods delivered.

e) Vendor shall at all times maintain the confidentiality of its user name and password for the Statewide E- Procurement Services. If Vendor is a corporation, partnership or other legal entity, then the Vendor may authorize its employees to use its password. Vendor shall be responsible for all activity and all charges by such employees. Vendor agrees not to permit a third party to use the Statewide E-Procurement Services through its account. If there is a breach of security through the Vendor’s account, Vendor shall immediately Ver: 12/3/18 Page 44 of 80 IFB # 201900485 Vendor: ______change its password and notify the Supplier Manager of the security breach by email. Vendor shall cooperate with the State and the Supplier Manager to mitigate and correct any security breach.

VENDOR IS AND SHALL REMAIN RESPONSIBLE FOR PAYING THE TRANSACTION FEE ON BEHALF OF ANY SUB-CONTRACTOR OR DEALER INVOLVED IN PERFORMANCE UNDER THIS CONTRACT IN THE EVENT THAT SUCH SUB-CONTRACTOR OR DEALER DEFAULTS ON PAYMENT.

17. SUBCONTRACTING: Performance under The Contract by the Vendor shall not be subcontracted without prior written approval of the State’s assigned Contract Lead. Unless otherwise indicated, acceptance of a Vendor’s bid shall include approval to use the subcontractor(s) that have been specified in the Vendor response.

18. CONFIDENTIALITY: Any State information, data, instruments, documents, studies or reports given to or prepared or assembled by or provided to the Vendor under The Contract shall be kept as confidential, used only for the purpose(s) required to perform The Contract and not divulged or made available to any individual or organization without the prior written approval of the State.

19. CARE OF PROPERTY: The Vendor agrees that it shall be responsible for the proper custody and care of any property furnished it by the State for use in connection with the performance of The Contract or purchased by or for the State for The Contract, and Vendor will reimburse the State for loss or damage of such property while in Vendor’s custody.

20. OUTSOURCING: Any Vendor or subcontractor providing call or contact center services to the State of North Carolina or any of its agencies shall disclose to inbound callers the location from which the call or contact center services are being provided.

If, after award of a contract, the contractor wishes to relocate or outsource any portion of performance to a location outside the United States, or to contract with a subcontractor for any such the performance, which subcontractor and nature of the work has not previously been disclosed to the State in writing, prior written approval must be obtained from the State agency responsible for the contract.

Vendor shall give notice to the using agency of any relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons providing performance under a State contract to a location outside of the United States.

21. COMPLIANCE WITH LAWS: Vendor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business and its performance in accordance with The Contract, including those of federal, state, and local agencies having jurisdiction and/or authority.

22. ENTIRE AGREEMENT: This IFB and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This IFB, any addenda hereto, and the Vendor’s bid are incorporated herein by reference as though set forth verbatim.

All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation.

23. ELECTRONIC RECORDS: The State will digitize all Vendor responses to this solicitation, if not received electronically, as well as any awarded contract together with associated procurement-related documents. These electronic copies shall constitute a preservation record, and shall serve as the official record of this procurement with the same force and effect as the original written documents comprising such record. Any electronic copy, printout or other output readable by sight shown to reflect such record accurately shall constitute an "original."

24. AMENDMENTS: This Contract may be amended only by a written amendment duly executed by the State and the Vendor.

25. NO WAIVER: Notwithstanding any other language or provision in The Contract, nothing herein is intended nor

Ver: 12/3/18 Page 45 of 80 IFB # 201900485 Vendor: ______shall be interpreted as a waiver of any right or remedy otherwise available to the State under applicable law. The waiver by the State of any right or remedy on any one occasion or instance shall not constitute or be interpreted as a waiver of that or any other right or remedy on any other occasion or instance.

26. FORCE MAJEURE: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations as a result of events beyond its reasonable control, including without limitation, fire, power failures, any act of war, hostile foreign action, nuclear explosion, riot, strikes or failures or refusals to perform under subcontracts, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God.

27. SOVEREIGN IMMUNITY: Notwithstanding any other term or provision in The Contract, nothing herein is intended nor shall be interpreted as waiving any claim or defense based on the principle of sovereign immunity or other State or federal constitutional provision or principle that otherwise would be available to the State under applicable law.

This Space Is Intentionally Left Blank

Ver: 12/3/18 Page 46 of 80 IFB # 201900485 Vendor: ______ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR

In accordance with NC General Statute 143-59.4, the Vendor shall detail the location(s) at which performance will occur, as well as the manner in which it intends to utilize resources or workers outside of the United States in the performance of The Contract. The State will evaluate the additional risks, costs, and other factors associated with such utilization prior to making an award. Vendor shall complete items a) and b) below. a) Will any work under this Contract be performed outside the United States? YES NO

If the Vendor answered “YES” above, Vendor shall complete items 1 and 2 below: 1. List the location(s) outside the United States where work under The Contract will be performed by the Vendor, any sub-Contractors, employees, or other persons performing work under the Contract:

2. Describe the corporate structure and location of corporate employees and activities of the Vendor, its affiliates or any other sub-Contractors that will perform work outside the U.S.:

b) Vendor shall Identify all U.S. locations at which performance will occur:

______

Vendor shall provide notice, in writing to the State, of the relocation of the Vendor, employees of the Vendor, sub-Contractors of the Vendor, or other persons performing services under the Contract to a location outside of the United States.

NOTE: All Vendor or sub-Contractor personnel providing call or contact center services to the State of North Carolina under the Contract shall disclose to inbound callers the location from which the call or contact center services are being provided.

This Space is Intentionally Left Blank

Ver: 12/3/18 Page 47 of 80 IFB # 201900485 Vendor: ______ATTACHMENT E: DESCRIPTION OF EXECUTIVE ORDER #50 AND CERTIFICATION NORTH CAROLINA RESIDENT VENDORS TAKE NOTE:

Pursuant to G.S. 143-59 and Executive Order No. 50 (issued February 17, 2010, entitled “Enhanced Purchasing Opportunities for North Carolina Businesses”), a North Carolina resident Vendor may receive an opportunity to obtain an award by agreeing to match the final price(s) of the lowest Vendor on a Contract for the purchase of goods, if that lowest price is offered by a non-North Carolina resident Vendor. This opportunity arises when a North Carolina resident Vendor offers a price that is the lowest among all bids by a qualified in-State resident Vendor and also is within five percent (5%) or $10,000 (whichever is less) of the non-resident Vendor’s overall lowest price. This price-match opportunity applies to a Contract awarded under this solicitation.

G.S. 143-59(c) (1) defines a “resident Vendor” as a “Vendor that has paid unemployment taxes or income taxes in this State and whose principal place of business is located in this State.” All other Vendors are considered to be non-resident Vendors. G.S. 143-59(c)(3) defines a “principal place of business” as the “principal place from which the trade or business of the Vendor is directed or managed.” This refers to overall operations for the entire business entity, not merely a division or office location.

In order to qualify for this opportunity, a resident Vendor shall: (1) request the price-match opportunity by marking the appropriate checkbox, below; (2) provide all information requested; and (3) complete and sign the “Resident Vendor’s Certification for Price-Matching Opportunity under Executive Order #50” (hereinafter the “Certification”) included at the end of this Section. The Certification may not be submitted after the public opening of the bids. By executing the Certification, the Vendor affirms that the information provided is accurate and agrees to provide any additional information or documentation requested by the State to confirm the above certifications and statements within five (5) business days of request (including but not limited to income tax or unemployment tax returns, reports and/or filings (annual and/or quarterly); banking statements or financial/accounting statements reflecting Vendor’s payment of income taxes or unemployment taxes to the State of North Carolina and such other information regarding Vendor’s management or directors of its business or trade of its principal place of business).

Requesting a price-match opportunity below does not require any resident Vendor to match the lowest price in the event a Vendor qualifies for receiving the opportunity.

The State will evaluate the bids in accordance with the award criteria stated in this IFB to determine the lowest Vendor meeting the requirements of the IFB without regard to any Vendor’s residency. If the Vendor with the lowest price is a North Carolina resident Vendor, then no consideration of the price-matching procedure is necessary. If the lowest bid by a Vendor meeting all requirements was submitted by a non-resident Vendor and there are no North Carolina resident Vendors that submitted a price bid that was within 5% or $10,000 of the non-resident Vendor’s price, then none of the North Carolina resident Vendors qualify for the price-matching opportunity and no review of a resident Vendor’s Certification is required.

If the lowest price bid by a Vendor meeting requirements was submitted by a non-resident Vendor and there are one or more North Carolina resident Vendors that submitted a price bid that was within 5% or $10,000 of the non- resident Vendor’s price, then the State will determine if the Vendor has requested a price-matching opportunity, review the Certification(s) of the resident Vendor(s) to determine whether the resident Vendors have properly executed the Certification and ensure that the information and documentation provided in or with the Certification or otherwise submitted to the State supports the resident Vendor(s) qualification to exercise the price-match opportunity. The State may seek clarification of the Certification and/or information in a resident Vendor’s Certification and request additional information and documentation, if needed. If any resident Vendor’s award is challenged in a bid protest, based on the accuracy of that Vendor’s claim of qualification for the price-matching, the resident Vendor shall provide additional information and/or documents to the State within five (5) business days of receiving a request from the State for such information and/or documentation, or its award shall be subject to cancellation.

Pursuant to G.S. 132-1.1, 105-259(b) and Paragraph 12 of the Instructions to Vendors, the State is prohibited from making public disclosure of the Vendor’s tax information and documents submitted (subject to those exceptions set out in G.S. 105-259(b)) and the State shall preserve the confidentiality of the tax information and/or documents received in response to a request for clarification or to resolve a bid protest challenging a resident Vendor’s qualification for the price-matching opportunity in accordance with applicable law. In order to further preserve the confidentiality of any Vendor’s tax information and documentation provided to the State, the Vendor shall comply with Paragraph 14 of the Instructions to Vendors and mark “CONFIDENTIAL” at the top and bottom of each page of such information and documentation. After review of all relevant material, the State shall include in its

Ver: 12/3/18 Page 48 of 80 IFB # 201900485 Vendor: ______recommendation for award a finding that the North Carolina resident Vendor(s) is or is not qualified for the price- matching opportunity.

If more than one North Carolina resident Vendor qualifies for the price-matching opportunity, then the State will prioritize the qualified North Carolina resident Vendors according to the prices bid, from lowest to highest, so that the qualified North Carolina resident Vendor that submitted the lowest bid receives the first opportunity to match the bid price of the lowest non-resident Vendor that met all IFB requirements. If the lowest qualified North Carolina resident Vendor that met all IFB requirements declines to accept Contract award, then the Contract will be offered to the next lowest qualified North Carolina resident Vendor meeting all IFB requirements and continue in this manner until either a qualified North Carolina resident Vendor accepts the Contract award or the award is made to a non-resident Vendor if no qualified North Carolina resident Vendor agrees to match the lowest price bid.

If two resident Vendors qualify for the price-matching opportunity, and both score the same on price, then the State may: (1) consider the information provided in those Vendors’ Certifications or publicly available information to determine with which Vendor the Contract award would have a greater impact of stimulating or sustaining the North Carolina economy and/or is most likely to create or save jobs (e.g., if the choice is between a resident broker and a resident manufacturer of the subject goods, then the Contract will be awarded to the resident manufacturer); (2) consider the unemployment rates in the municipality or county where each Vendor’s principal place of business is located; (3) seek clarification from the Vendors to ascertain the impact on their respective businesses if offered the award of the Contract; or (4) utilize any other approved method of deciding between equal bids.

If a resident Vendor requests and qualifies for the price-matching opportunity, the resident Vendor will be notified of its opportunity to agree to match the lowest price and receive Contract award, and it will have two (2) business days from the date and time of such notification to indicate its response, either agreeing or declining to match the lowest responsible non-resident Vendor’s price and receive the Contract award based on that price match. If the IFB requests bids on alternative configurations or components, then the price match shall apply to the actual alternative chosen by the State.

If at any time during or after the procurement process (including but not limited to clarifications and resolution of bid protests) the State determines that: any certifications or information in the Certification is false, substantially inaccurate, materially misleading or that the Vendor failed to provide, within the specified time period, any additional information requested, then the State may:

(1) Cancel any award, Contract and/or purchase order that was awarded to such Vendor based on the price- matching opportunity, and the resident Vendor shall be liable for all costs incurred as a result of the cancellation, including any increased costs the State may incur as a result of awarding the Contract to another Vendor;

(2) Bar the Vendor from all price-matching opportunities in future State procurements for a period of time not to exceed three (3) years, exclusive of any debarment period;

(3) Take action against the Vendor under the False Claims Act, G.S. 1-605 through 1-617, inclusive, for submitting a false Certification for the price-matching opportunity under Executive Order #50 (including but not limited to treble damages and civil penalties); and/or

(4) Debar Vendor from doing business with the State of North Carolina for a period of time not to exceed three years, as determined by the State. Any such debarment period shall not begin to run until all damages, costs and penalties as may be assessed against such Vendor have been fully paid.

ALL VENDORS (BOTH RESIDENT AND NONRESIDENT) SHOULD ANSWER QUESTION #1. A RESIDENT VENDOR REQUESTING A PRICE-MATCHING OPPORTUNITY SHALL ANSWER BOTH QUESTIONS: 1. Vendor is a resident of North Carolina as defined in G.S. 143-59? YES NO

2. Resident Vendor requests a price-matching opportunity? YES NO

Ver: 12/3/18 Page 49 of 80 IFB # 201900485 Vendor: ______The following Sections shall be completed if a resident Vendor is requesting a price-matching opportunity: PART I – EO50 Vendor shall check the applicable boxes below, in order to be considered for the price-matching opportunity under Executive Order #50 and G.S. 143-59(c)(1). I hereby certify that the Vendor paid unemployment taxes to the State of North Carolina for the most recent quarter or annually, and has specifically done so for the last such payment period. I hereby certify that the Vendor paid income taxes to the State of North Carolina each calendar quarter, or otherwise annually, and has specifically done so for the last such payment period. PART II – EO50 I hereby certify that the Vendor’s principal place of business is located in North Carolina.

A. Business Type (Please check the applicable box):

Corporation (all types) Limited Liability Company General Partnership Limited Partnership Limited Liability Partnership Sole Proprietorship Individual Unincorporated Association Other: ______

B. Provide address of principal place of business:

______Street Address (no P.O. Box number)

______City, State, Zip Code

Is the above address the location of Vendor’s overall headquarters? YES NO

If Vendor has a public website, provide the link/address: ______

C. ATTACH A COPY OF VENDOR’S MOST RECENT FILINGS WITH THE NORTH CAROLINA SECRETARY OF STATE (such as Vendor’s Certificate of Authority, Annual Report or such other filing that discloses a North Carolina business address for the Vendor).

OR (check the box below)

Vendor certifies that its business is not required to make filings with the North Carolina Secretary of State. If box is not checked, state reason why no filings are required: ______.

Ver: 12/3/18 Page 50 of 80 IFB # 201900485 Vendor: ______RESIDENT VENDOR’S CERTIFICATION FOR PRICE-MATCHING OPPORTUNITY

UNDER EXECUTIVE ORDER #50

NOTICE: The Price-Matching Opportunity will only be given to a Vendor that fully completes this Attachment (i.e., all information shall be provided, all supporting documents shall be attached, the affidavit shall be signed by an authorized representative of the Vendor and the affidavit shall be notarized) and demonstrates their qualifications for the Price-Matching Opportunity through the certification and information provided in this affidavit and any other required information. A certification shall be submitted with each bid for which Vendor seeks a price-matching opportunity.

Affidavit of ______(name of resident Vendor, hereinafter the “Vendor”).

The undersigned hereby certifies that he or she has read this certification, that all information provided in Part I and Part II, above, is true and accurate, and that he or she is an officer, member, partner, owner or such managing employee of the Vendor (the “Authorized Representative”) that is authorized to execute this affidavit and to bind the Vendor to the certifications, statements and agreements herein.

Name of Authorized Representative: ______

Signature: ______

Title: ______

Date: ______

NOTARY: State of ______, County of ______

Subscribed and sworn to before me this ______day of ______20______[ Stamp]

Notary Public: ______My commission expires ______

Ver: 12/3/18 Page 51 of 80

IFB # 201900485 Vendor: ______ATTACHMENT G: SUPPLEMENTAL VENDOR INFORMATION

HISTORICALLY UNDERUTILIZED BUSINESSES

Historically Underutilized Businesses (HUBs) consist of minority, women and disabled business firms that are at least fifty-one percent owned and operated by an individual(s) of the categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled.

Pursuant to G.S. 143B-1361(a), 143-48 and 143-128.4, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. This includes utilizing subcontractors to perform the required functions in this IFB. Any questions concerning NC HUB certification, contact the North Carolina Office of Historically Underutilized Businesses at (919) 807-2330. The Vendor shall respond to question #1 and #2 below. a) Is Vendor a Historically Underutilized Business? Yes No b) Is Vendor Certified with North Carolina as a Historically Underutilized Business? Yes No

If so, state HUB classification: ______

SUSTAINABILITY

According to G.S. 143-58.2, it is the policy of this State to encourage and promote the purchase of products with recycled content and to purchase items that are reusable, refillable, repairable, more durable and less toxic to the extent that the purchase or use is practicable and cost effective.

Do the items offered have any recycled content? Yes No

If yes, what is the post-consumer recycled content? ______% What is the total recycled content? ______%

Other sustainable properties:

______

______

Ver: 12/3/18 Page 53 of 80 IFB # 201900485 Vendor: ______ATTACHMENT H: FEDERAL AND STATE REQUIREMENTS & SPECIAL CONDITIONS FOR MATERIALS, EQUIPMENT AND SUPPLIES General The work performed under this contract will be financed, in part, by grants provided under programs of the Federal Transit Administration. Citations to federal law, regulation, and guidance references include, but are not limited to, the Master Agreement, FTA MA (21), dated October 1, 2014; FTA Circular 4220.1F, dated November 1, 2008; "Best Practices Procurement Manual", updated March 13, 1999 with revisions through October 2005; Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards,”, 2 C.F.R part 1201, dated December 19, 2014, will supersede and apply in lieu of U.S. DOT’s common grant rules, 49 C.F.R. parts 18 and 19, State and Local Governments and Institutions of Higher Education, Hospitals, and Other Non-Profit Organizations and any subsequent amendments or revisions thereto. THE FOLLOWING MAY BE USED SYNONYMOUSLY: “BIDDER” AND “CONTRACTOR” “PURCHASER”, “PROCURING AGENCY” AND “OWNER” 2. Federal Changes  Contractor shall at all times comply with all applicable Federal Transit Administration (FTA) regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.

FTA’s new authorizing legislation, MAP-21 made significant changes to FTA’s public transportation programs. . FTA has determined that: a. MAP-21 requirements apply to: (1) New grants and cooperative agreements for which FTA awarded FY 2013 or a later fiscal year funds appropriated or made available to carry out MAP-21 programs, (2) Amendments to existing grants and cooperative agreements for which FTA awarded funds made available or appropriated to carry out MAP-21 programs, and (3) All “recoveries” funds FTA awards, irrespective of the fiscal year for which those funds were appropriated, b. Fiscal Year 2012 and previous fiscal year funding requirements apply as follows: (1) In some instances, as determined by FTA, previous program requirements apply or will apply to grants and cooperative agreements for which FTA awarded Fiscal Year 2012 or a previous fiscal year funds, but (2) In other instances, as determined by FTA, MAP-21 program requirements (including MAP-21 “cross-cutting requirements” identified in section 43 of this Master Agreement) apply or will apply to grants and cooperative agreements for which FTA awarded Fiscal Year 2012 or a previous fiscal year funds. 3. Notification of Federal Participation To the extent required by Federal law, the State of North Carolina agrees that, in administering any Federal assistance Program or Project supported by the underlying Grant Agreement or Cooperative Agreement, any request for proposals, solicitation, grant application, form, notification, press release, or other publication involving the distribution of FTA assistance for the Program or the Project that it will identify the FTA grant source by listing the Catalog of Federal Domestic Assistance Number of the program. The following FTA grant programs will be eligible to participate in this bid, 20.505, 20.507, 20.500, 20.513, 20.509, 20.516, 20.519, 20.521, 20.525, and 20.526. Federal funding assistance up to eighty (80%) percent may be provided.

Ver: 12/3/18 Page 54 of 80 IFB # 201900485 Vendor: ______4. Definitions Third Party Agreement, in accordance with the Master Agreement unless FTA determines otherwise in writing, includes all of the following agreements, such as: a. Third party contracts, b. Leases, c. Third party subcontracts; and d. Other similar arrangements or agreements. Third Party Participant, in accordance with the Master Agreement unless FTA determines otherwise in writing, includes all of the following participants, such as: a. Third party contractors, b. Lessees, c. Third party subcontractors, and d. Other participants in the Project 5. Conflict of Interest No employee, officer, board member, or agent of the Owner shall participate in the selection, award, or administration of a contract supported by Federal Transit Administration (FTA) funds if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when the employee, officer, board member, or agent, any member of his or her immediate family, his or her partner, or an organization that employs, or is about to employ any of the above, has a financial or other interest in the firm selected for award. 6. Lobbying Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, PL 104-65 (2 U.S.C. §1601,et seq.). Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, “New Restrictions on Lobbying.” Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S. C. 1352. Each tier shall comply with Federal statutory provisions o the extent applicable prohibiting the use of Federal assistance funds for activities designed to influence congress to a State legislature on legislation or appropriations, except through proper official channels. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. The requisite “Lobbying Certification” is included as APPENDIXA (attach Standard Form-LLL if necessary) and must be executed for contracts of $100,000 or more and prior to the award of the contract. 7. Disadvantaged Business Enterprises The newest version on the Department of Transportation’s Disadvantaged Business Enterprise (DBE) program became effective October 1, 2004. a. This contract is subject to the requirements of U.S. DOT regulations, “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs,” 49 C.F.R. Part 26 [U.S. DOT published final rule, “Disadvantaged Business Enterprise: Program Improvements,” 49 C.F.R. Part 26, on January 28, 2011 (see 76 Fed. Reg. 5083)], and Section 1101(b) of MAP-21, 23 U.S.C. § 101 note, as amended by Section 451 of the Hiring Incentives to Restore Employment (HIRE) Act, Pub. L. 111- 147, March 18, 2010, 23 U.S.C. § 101 note. The NC Department of Transportation/Public Transportation Division’s overall goal for DBE participation is 6.1%. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or

Ver: 12/3/18 Page 55 of 80 IFB # 201900485 Vendor: ______such other remedy as the Procuring Agency deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)).

The successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance.

c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from the Procuring Agency. In addition, these may apply:  the contractor may not hold retainage from its subcontractors; or  is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed; or  is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor’s work by the Procuring Agency and contractor’s receipt of the partial retainage payment related to the subcontractor’s work.

d. The contractor must promptly notify the Procuring Agency whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the Procuring Agency. 8. Civil Rights (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12101, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex, disability, or age, In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (a) The third party contractor and all lower tiers shall comply with all provisions of FTA Circular 4702.1 “Title VI Requirements and Guidelines for Federal Transit Administration Recipients”, issued October 1, 2012.

(2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Religion, National Origin, Disability, Age, Sexual Origin, Gender Identity, or Status as a Parent - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, Title VI of the Civil Rights Act, 28 C.F.R. § 50.3, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note, and as further amended by Executive Order 13672, “Further Amendments to Executive Order 11478, Equal Employment Opportunity in the Federal Government, and Executive Order 11246, Equal Employment Opportunity,” July 21, 2014, and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Equal Employment Opportunity Requirements for Construction Activities. For activities determined by the U.S. Department of Labor (U.S. DOL) to qualify as “construction,” the Contractor agrees to comply and assures the compliance of each subcontractor at any tier of the Project, with all applicable equal employment opportunity requirements of U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., which

Ver: 12/3/18 Page 56 of 80 IFB # 201900485 Vendor: ______implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order No. 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000(e) note, and also with any Federal laws, regulations, and directives affecting construction undertaken as part of the Project. (3) Nondiscrimination on the Basis of Age – The Contractor agrees to comply with all applicable requirements of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §§ 6101 et seq., and with implementing U.S. Health and Human Services regulations, “Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance, 45 C.F.R. Part 90, which prohibit discrimination against individuals on the basis of age. The Age Discrimination in Employment Act (ADEA) 29 U.S.C. §§ 621 through 634 and with implementing U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29 C.F.R. Part 1625, which prohibits discrimination against individuals on the basis of age. (4) Nondiscrimination on the Basis of Sex - The Contractor agrees to comply with all applicable requirements of Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. §§ 1681 et seq., and with implementing U.S. DOT regulations, “Nondiscrimination on the Basis of Sex in Education Programs or Activities Receiving Federal Financial Assistance,” 49 C.F.R. Part 25, that prohibit discrimination on the basis of sex. (5) Access for Individuals with Disabilities - The Contractor agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The Contractor also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities. In addition, the Contractor agrees to comply with applicable Federal regulations and directives and any subsequent amendments thereto, except to the extent the Federal Government determines otherwise in writing, as follows: (1) U.S. DOT regulations “Transportation Services for Individuals with Disabilities (ADA)” 49 C.F.R. Part 37; (2) U.S. DOT regulations “Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance,” 49 C.F.R. Part 27; (3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB) U.S. DOT regulations, “Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 C.F.R. Part 1192 and 49 C.F. R. Part 38; (4) U.S. DOJ regulations “Nondiscrimination on the Basis of Disability in State and Local Government Services,”28 C.F.R. Part 35; (5) U.S. DOJ regulations “Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities.” 28 C.F.R. Part 36; (6) U.S. GSA regulations “Accommodations for the Physically Handicapped,” 41 C.F.R. Subpart 101-19; (7) U.S. Equal Employment Opportunity Commission, “Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,” 29 C.F.R. Part 1630; (8) U.S. Federal Communications Commission regulations “Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled,” 49 C.F.R. Part 64, Subpart F; (9) U.S. Architectural and Transportation Barriers Compliance Board regulations, “Electronic and Information Technology Accessibility Standards.” 36 C.F.R. Part 1194; (10) FTA regulations, "Transportation of Elderly and Handicapped Persons," 49 C.F.R. part 609; and (11) Federal regulations, "Miscellaneous Civil Rights Amendments (RRR)," pertaining to nondiscrimination on the basis of disability within 49 C.F.R. Parts 27, 37, and 38 were published in 79 Fed. Reg. 21402, April 16, 2014; and

Ver: 12/3/18 Page 57 of 80 IFB # 201900485 Vendor: ______(12) Federal civil rights and nondiscrimination directives implementing the foregoing Federal laws and regulations, except to the extent the Federal Government determines otherwise in writing. (6) Access to Services for Persons with Limited English Proficiency. The Contractor agrees to comply with Executive Order No. 13166,"Improving Access to Services for Persons with Limited English Proficiency," 42 U.S.C. § 2000d-1 note, and U.S. DOT Notice, "DOT Policy Guidance Concerning Recipients’ Responsibilities to Limited English Proficiency (LEP) Persons," 70 Fed. Reg. 74087, December 14, 2005, except to the extent that the Federal Government determines otherwise in writing. (7) Environmental Justice. (According to the Master Agreement, this section is now under Environmental.) (8) Drug or Alcohol Abuse-Confidentiality and Other Civil Rights Protections. To the extent applicable, the Contractor agrees to comply with the confidentiality and other civil rights protections of the Drug Abuse Office and Treatment Act of 1972, as amended, 21 U.S.C. §§ 1101 et seq., with the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, as amended, 42 U.S.C. §§ 4541 et seq., and with the Public Health Service Act of 1912, as amended, 42 U.S.C. §§ 290dd through 290dd-2, and any amendments thereto. (9) Other Nondiscrimination Laws. The Contractor agrees to comply with applicable provisions of other Federal laws and regulations, and follow applicable directives prohibiting discrimination, except to the extent that the Federal Government determines otherwise in writing. (10) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. (11) Remedies for failure to comply with applicable Federal Civil Rights laws and Federal regulations may be enforced as provided in those Federal laws or Federal regulations. 9. Clean Air Act (a) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to Section 306 of the Clean Air Act as amended, 42 U.S.C. § 7606, and other applicable provisions of the Clean Air Act, as amended, 42 U.S.C. §§ 7401 through 7671q. The Contractor agrees to report any violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to the State and/or FTA and the appropriate EPA Regional Office. (b) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal Assistance provided by FTA. (c) In addition the following EPA regulations must be in compliance: (1) U.S. EPA regulations, “Control of Air Pollution from Mobile Sources,” 40 C.F.R. part 85, (2) U.S. EPA regulations, “Control of Emissions from New and In-Use Highway Vehicles and Engines,” 40 C.F.R. part 86, and (3) U.S. EPA regulations “Fuel Economy and Greenhouse Gas Exhaust Emissions of Motor Vehicles,” 40 C.F.R. part 600, and any revisions to these regulations, 10. Clean Water Act (a) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to Section 508 of the Clean Water Act, as amended, 33 U.S.C. § 1368, and other applicable requirements of the Clean Water Act, as amended, 33 U.S.C. §§ 1251 through 1377, The Contractor agrees to report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (b) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 11. Environmental Protection The Contractor agrees to comply with all applicable requirements of the National Environmental Policy Act of 1969, as amended, (NEPA) 42 U.S.C. §§ 4321 through 4335 (as restricted by 42 U.S. C. § 5159, if applicable); Executive Order No. 11514, as amended, “Protection and Enhancement of Environmental Quality,” 42 U.S.C. § 4321 note; FTA statutory requirements at 49 U.S.C. § 5323(c)(2) ), as amended by MAP-21, ; U.S. Council on Environmental Quality regulations pertaining to compliance with NEPA, 40 C.F.R. Parts 1500 through 1508; and joint FHWA FTA regulations, “Environmental Impact and Related Procedures,” 23 C.F.R. Part 771 and 49 C.F.R. Part 622 were published in the Federal Register, 78 Fed. Reg. 8963, February 7, 2013; and other applicable Federal environmental protection regulations that may be promulgated at a later date. The Contractor agrees to comply with the applicable provisions of 23

Ver: 12/3/18 Page 58 of 80 IFB # 201900485 Vendor: ______U.S.C. § 139 “Efficient environmental reviews for project decision making”, pertaining to environmental procedures, and 23 U.S.C. § 326, pertaining to Purchaser’s responsibility for categorical exclusions, in accordance with the provisions of joint FHWA/FTA final guidance, “Environmental Review Process (Public Law 109-59),” 71 Fed. Reg. 66576 et seq. November 15, 2006. Joint FHWA and FTA final guidance, “Interim Guidance on MAP-21 Section 1319 Accelerated Decisionmaking in Environmental Reviews,” dated January 14, 2013, and any applicable Federal directives that may be issued at a later date, except to the extent that FTA determines otherwise in writing. 12. Energy Conservation The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. Sect. 6321 et seq. 13. Cargo Preference 46 U.S.C. 55305 and 46 CFR Part 381 impose cargo preference requirements in contracts and subcontracts in which equipment, materials or commodities may be transported by ocean vessel in carrying out the project. If the Contractor has knowledge of or anticipates any equipment, materials or commodities that may be shipped by ocean vessel, the Contractor is obligated to inform the Owner, so that additional requirements and clauses may be attached to this Contract. 14. Buy America The contractor agrees to comply with 49 U.S.C. § 5323(j), as amended by MAP-21 and 49 C.F.R. part 661, to the extent consistent with MAP-21, and subsequent amendments to those regulations that may be promulgated. The Contractor also agrees to comply with FTA directives to the extent those directives are consistent with MAP-21, except to the extent that FTA determines otherwise in writing. Buy America requirements state that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waiver requirements are listed in 49 CFR 661.7. Appendix A grants a general public interest waiver from the Buy America requirements that apply to microprocessors, computers, microcomputers, or software, or other such devices, which are used solely for the purpose of processing or storing data. This general waiver does not extend to a product or device which merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Small purchases (currently less than $100,000) made with capital, operating, or planning funds are also exempt from the Buy America requirements. The Buy America requirements flow down from FTA recipients and subrecipients to first tier contractors, who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. Effective July 24, 1995 small purchases (under the $100,000 threshold) made with FTA funds, will not be subject to the Buy America requirement. The value of small purchases should be determined by using the "contract price" and not "unit price". These regulations require, as a matter of responsiveness, that the Bidder or Contractor submit to the purchaser the appropriate Buy America certification (APPENDIXB or C) with all bids where FTA funds are provided, except those subject to a general waiver or less than $100,000. Attachments B or C should be used for materials, supplies, or equipment. BIDS OR OFFERS THAT ARE SUBMITTED WITHOUT THE COMPLETED BUY AMERICA CERTIFICATION MUST BE REJECTED AS NONRESPONSIVE. BIDDERS ARE ADVISED THAT SUBMISSION OF BOTH CERTIFICATIONS WITH THE BID IS ALSO CONSIDERED NONRESPONSIVE AND WILL RESULT IN REJECTION OF THE BID; ONLY ONE CERTIFICATION (either B or C) SHALL BE SUBMITTED. The certification requirement does not apply to lower tier subcontractors. 15. Fly America The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S. Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of

Ver: 12/3/18 Page 59 of 80 IFB # 201900485 Vendor: ______compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 16. Debarment and Suspensions This contract is a covered transaction for purposes of 2 CFR Part 1200, which adopts and supplements the provisions of U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” 2 CFR Part 180. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 2 CFR 180.995, or affiliates, as defined at 2 CFR 180.905, are excluded or disqualified as defined at 2 CFR 180.940, 180.935 and 180.945.

The contractor is required to comply with 2 CFR 180, Subpart C and must include the requirement to comply with 2 CFR 180, Subpart C in any lower tier covered transaction it enters into.

By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:

The certification in this clause is a material representation of fact relied upon by the Procuring Agency. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to Procuring Agency, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 CFR 180, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.

The Procuring Agency agrees and assures that its third party contractors and lessees will review the “Excluded Parties Listing System” at https://www.sam.gov/ before entering into any subagreement, lease or third party contract.

The Procuring Agency will be reviewing all third party contractors under the Excluded Parties Listing System at https://www.sam.gov/ before entering into any contracts.

If the Procuring Agency, recipient, or subrecipient suspends, debars, or takes similar action against a Third Party Participant or individual, the Agency, recipient, or subrecipient will provide immediate written notice to the: (a) NCDOT/Public Transportation Division, (b) FTA Regional Counsel for the Region in which the Agency is located or implements the Project, (c) FTA Project Manager if the Project is administered by FTA Headquarters Office, or (d) FTA Chief Counsel.

The requisite Debarment and Suspension Certification is included as APPENDIXD (attach additional statement if necessary) and must be executed for contracts of $25,000 or more and prior to the award of the contract. 17. Recycled Products The Recycled Products requirement applies to all contracts for items designated by the EPA, when the purchaser or contractor procures $10,000 or more of one of these items during the fiscal year, or has procured $10,000 or more of such items in the previous fiscal year, using Federal funds. New requirements for "recovered materials" will become effective May 1, 1996. These regulations apply to all procurement actions involving items designated by the EPA, where the procuring agency purchases $10,000 or more of one of these items in a fiscal year, or when the cost of such items purchased during the previous fiscal year was $10,000. These requirements flow down to all contractor and subcontractor tiers. To the extent possible the contractor agrees to comply with U. S. Environmental Protection Agency (U.S. EPA), “Comprehensive Procurement Guidelines for Products Containing Recovered Materials,” 40 CFR Part 247, which implements section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended, 42 U.S.C. 6962. The contractor agrees to provide competitive preference for products and

Ver: 12/3/18 Page 60 of 80 IFB # 201900485 Vendor: ______services that conserve natural resources, protect the environment and are energy efficient, except to the extent that the Federal Government determines otherwise in writing. These items include, but may not be limited to: Paper and paper products, excluding building and construction paper grades. Vehicular products: (a) Lubricating oils containing re-refined oil, including engine lubricating oils, hydraulic fluids, and gear oils, excluding marine and aviation oils; (b) Tires, excluding airplane tires; (c) Reclaimed engine coolants, excluding coolants used in non-vehicular applications. (d) Rebuilt vehicular parts.

Construction products: (a) Building insulation products, including the following items: (1) Loose-fill insulation, including but not limited to cellulose fiber, mineral fibers (fiberglass and rock wool), vermiculite, and perlite; (2) Blanket and batt insulation, including but not limited to mineral fibers (fiberglass and rock wool); (3) Board (sheathing, roof decking, wall panel) insulation, including but not limited to structural fiberboard and laminated paperboard products, perlite composite board, polyurethane, polyisocyanurate, polystyrene, phenolics, and composites; and (4) Spray-in-place insulation, including but not limited to foam-in- place polyurethane and polyisocyanurate, and spray-on cellulose. (b) Structural fiberboard and laminated paperboard products for applications other than building insulation, including building board, sheathing, shingle backer, sound deadening board, roof insulating board, insulating wallboard, acoustical and non-acoustical ceiling tile, acoustical and non-acoustical lay-in panels, floor underlayments, and roof overlay (coverboard). (c) Cement and concrete, including concrete products such as pipe and block containing: (1) Coal fly ash; (2) Ground granulated blast furnace slag (GGBF); (3) Cenospheres; or (4) Silica fume from silicon and ferrosilicon metal production. (d) Carpet made from polyester fiber made from recovered materials for use in moderate-wear applications such as single-family housing and similar wear applications. (e) Floor tiles and patio blocks containing recovered rubber or plastic. (f) Shower and restroom dividers/partitions containing recovered plastic or steel. (g) (1) Consolidated latex paint used for covering graffiti; and (2) Reprocessed latex paint used for interior and exterior architectural applications such as wallboard, ceilings, and trim; gutter boards; and concrete, stucco, masonry, wood, and metal surfaces. (h) Carpet cushion made from bonded polyurethane, jute, synthetic fibers, or rubber containing recovered materials. (i) Flowable fill containing coal fly ash and/or ferrous foundry sands. (j) Railroad grade crossing surfaces made from cement and concrete containing fly ash, recovered rubber, recovered steel, recovered wood, or recovered plastic. (k) Modular threshold ramps containing recovered steel, rubber, or aluminum. (l) Nonpressure pipe containing recovered steel, plastic, or cement. (m) Roofing materials containing recovered steel, aluminum, fiber, rubber, plastic or plastic composites, or cement. Transportation products: (a) Traffic barricades and traffic cones used in controlling or restricting vehicular traffic. (b) Parking stops made from concrete or containing recovered plastic or rubber. (c) Channelizers containing recovered plastic or rubber. (d) Delineators containing recovered plastic, rubber, or steel. (e) Flexible delineators containing recovered plastic. Miscellaneous products: (a) Pallets containing recovered wood, plastic, or paperboard.

Ver: 12/3/18 Page 61 of 80 IFB # 201900485 Vendor: ______(b) Sorbents containing recovered materials for use in oil and solvent clean-ups and as animal bedding. (c) Industrial drums containing recovered steel, plastic, or paper. (d) Awards and plaques containing recovered glass, wood, paper, or plastic. (e) Mats containing recovered rubber and/or plastic. (f) (1) Non-road signs containing recovered plastic or aluminum and road signs containing recovered aluminum. (2) Sign supports and posts containing recovered plastic or steel. (g) Manual-grade strapping containing recovered steel or plastic. (h) Bike racks containing recovered steel or plastic. (i) Blasting grit containing recovered steel, coal and metal slag, bottom ash, glass, plastic, fused alumina oxide, or walnut shells. Park and recreation products: (a) Playground surfaces and running tracks containing recovered rubber or plastic. (b) Plastic fencing containing recovered plastic for use in controlling snow or sand drifting and as a warning/safety barrier in construction or other applications. (c) Park benches and picnic tables containing recovered steel, aluminum, plastic, or concrete. (d) Playground equipment containing recovered plastic, steel, or aluminum. Landscaping products: (a) Hydraulic mulch products containing recovered paper or recovered wood used for hydroseeding and as an over-spray for straw mulch in landscaping, erosion control, and soil reclamation. (b) Compost made from yard trimmings, leaves, grass clippings, and/ or food waste for use in landscaping, seeding of grass or other plants on roadsides and embankments, as a nutritious mulch under trees and shrubs, and in erosion control and soil reclamation. (c) Garden and soaker hoses containing recovered plastic or rubber. (d) Lawn and garden edging containing recovered plastic or rubber. (e) Plastic lumber landscaping timbers and posts containing recovered materials. Non-paper office products: (a) Office recycling containers and office waste receptacles. (b) Plastic desktop accessories. (c) Toner cartridges. (d) Plastic-covered binders containing recovered plastic; chipboard and pressboard binders containing recovered paper; and solid plastic binders containing recovered plastic. (e) Plastic trash bags. (f) Printer ribbons. (g) Plastic envelopes. (h) Plastic clipboards containing recovered plastic. (i) Plastic file folders containing recovered plastic. (j) Plastic clip portfolios containing recovered plastic. (k) Plastic presentation folders containing recovered plastic. (l) Office furniture containing recovered steel, aluminum, wood, agricultural fiber, or plastic. 18. Geographic Preference Procurements shall be conducted in a manner that prohibits the use of statutorily or administratively imposed in-State or local geographical preferences in evaluation or award of bids or proposals, except where applicable Federal statutes expressly mandate or encourage geographic preference. This does not preempt State licensing laws. 19. Termination or Cancellation of Contract

The Owner, by written notice, may terminate this contract, in whole or in part, when it is in the best interest (convenience) of the project. If this contract is terminated, the Owner shall be liable only for payment under the payment provisions of this contract for supplies, materials or equipment ordered before the effective date of termination.

If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the Owner may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the

Ver: 12/3/18 Page 62 of 80 IFB # 201900485 Vendor: ______Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, in accordance with the manner of performance set forth in the contract.

If the termination is for failure of the Contractor to fulfill the contract obligations, the Owner may complete the work by issuing another contract or otherwise and the Contractor shall be liable for any additional cost incurred by the Owner. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Owner. 20. Breach of Contract If the Contractor fails to make delivery of the equipment, supplies, or services within the specified terms of the contract, or fails to perform within the provisions of the contract, the contract may be terminated by reason of default or breach. A written notice of default or breach of contract shall be presented to the Contractor within three (3) working days of such failure. The Contractor will only be paid the contract price for equipment, supplies, or services delivered and accepted in accordance with the requirements set forth in the contract. If it is determined that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the Owner, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. The Owner in its sole discretion may, in the case of breach of contract, allow the Contractor a specified period of time in which to correct the defect. In such case, the notice of termination will state the time period in which the correction is permitted and other appropriate conditions. If Contractor fails to remedy to the Owner's satisfaction the breach or default or any of the terms, covenants, or conditions of this contract within twenty (20) days after written notice from the Owner setting forth the nature of said breach or default, the Owner shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the Owner from also pursuing all available remedies against Contractor and its sureties for said breach or default. If there is credible evidence that a Third Party Participant (Contractor) has submitted a false claim under the False Claims Act, 31 U.S.C. § 3729 et seq., or has committed a criminal or civil violation of law pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct involving Federal funding, notification of FTA is required. If a legal matter as described above emerges, the Recipient must promptly notify the U.S. DOT Inspector General, in addition to the FTA Chief Counsel or FTA Regional Counsel for the Region in which the Recipient is located and the NCDOT. 21. Resolution of Disputes Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of the Owner. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the authorized representative of the Owner. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the authorized representative of the Owner shall be binding upon the Contractor and the Contractor shall abide by the decision. Performance During Dispute - Unless otherwise directed by the Owner, the Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the Owner is located.

Ver: 12/3/18 Page 63 of 80 IFB # 201900485 Vendor: ______Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Owner, Architect or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 22. Protest Procedures To ensure that protests are received and processed effectively the Purchaser shall provide written bid protest procedures upon request. In all instances information regarding the protest shall be disclosed to the N.C. Department of Transportation (NCDOT). All protest requests and decisions must be in writing. A protester must exhaust all administrative remedies with the Purchaser before pursuing remedies through the NCDOT. Reviews of protests by the NCDOT will be limited to the Purchaser’s failure to have or follow its protest procedures, or its failure to review a complaint or protest. An appeal to the NCDOT must be received by the Department within three (3) working days of the date the protester knew or should have known of the violation. An appeal to FTA must be received by the cognizant FTA regional or Headquarters Office within five (5) working days of the date the protester knew or should have known of the violation. Violations of Federal law or regulation will be handled by the complaint process stated within that law or regulation. Violations of State or local law or regulations will be under the jurisdiction of State or local authorities. 23. No Federal Government Obligations to Third Parties (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 24. False or Fraudulent Statements or Claims (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. §3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its activities in connection with this Project. Accordingly, upon execution of the underlying contract or agreement the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may apply, the Contractor also acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, certification, assurance or representation to the Federal Government or includes a false, fictitious, or fraudulent statement or representation in any agreement involving a project authorized under 49 U.S.C. chapter 53 or any other Federal statute, the Federal Government reserves the right to impose on the Contractor the penalties of 49 U.S.C. 5323(l), 18 U.S.C. § 1001 or other applicable Federal statute to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 25. Record Retention and Access to Records and Reports The Contractor agrees to permit, and require its subcontractors to permit, the U.S. Secretary of Transportation, and the Comptroller General of the United States, and, to the extent appropriate, the State, or their authorized representatives, upon their request to inspect all Project work, materials, payrolls, and other data, and to audit the books, records, and accounts of the Contractor and its subcontractors pertaining to the Project, as required by 49 U.S.C. § 5325(g).

Ver: 12/3/18 Page 64 of 80 IFB # 201900485 Vendor: ______Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor’s records and construction sites pertaining to a major capital project, defined at 49 U.S. D. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5303, 5307, 5309, 5310, 5311, 5316, or 5317. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The State of North Carolina, Office of the State Auditor, now requires that all records now be retained for five (5) years after that date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives have disposed of all such litigation, appeals, claims or exceptions related thereto. 26. National Intelligent Transportation Systems Architecture and Standards To the extent applicable, the Contractor agrees to conform to the National Intelligent Transportation Systems (ITS) Architecture and Standards requirements of 23 U.S.C. § 517(d), as amended by MAP-21, and follow the provisions of FTA Notice, “FTA National ITS Architecture Policy on Transit Projects,” 66 Fed. Reg. 1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. (applicable to ITS projects) 27. State and Local Disclaimer The use of many of the suggested clauses are not governed by Federal law, but are significantly affected by State law. The language of the suggested clauses may need to be modified depending on state law, and that before the suggested clauses are used in the grantees procurement documents, the grantees should consult with their local attorney. 28. Incorporation of Federal Transit Administration (FTA) Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, dated November 1, 2008, and are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. 29. Hold Harmless Except as prohibited or otherwise limited by State law, the Contractor agrees to indemnify, save, and hold harmless the Purchaser/Owner of this Purchase Contract and its officers, agents, and employees acting within the scope of their official duties against any liability, including all claims, losses, costs and expenses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the contractor or subcontractor in the performance of this contract and that are attributable to the negligence or intentionally tortuous acts of the contractor. The Contractor represents and warrants that it shall make no claim of any kind or nature against the Purchaser or it’s agents who are involved in the delivery or processing of contractor goods to the Purchaser. The representation and warranty in the preceding sentence shall survive the termination or expiration of this contract. 30. Safe Operation of Motor Vehicles a. Seat Belt Use. Pursuant to Executive Order No. 13043, April 16, 1997, 23 U. S. C. § 402, the Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned, rented, or personally-operated vehicles and include this provision in any third party subcontracts, leases or similar documents in connection with this project. b. Distracted Driving, Including Texting While Driving.

Ver: 12/3/18 Page 65 of 80 IFB # 201900485 Vendor: ______Consistent with Executive Order No. 13513, “Federal Leadership on Reducing Text Messaging While Driving October 1, 2009, 23 U.S.C. Section 402 note, and DOT Order 3902.10, “Text Messaging While Driving,” December 30, 2009, FTA encourages each third party contract or to promote policies and initiatives for its employees and other personnel that adopt and promote safety policies to decrease crashes by distracted drivers, including policies to ban text messaging while driving, and to include this provision in any third party subcontract leases or similar documents in connection with this project.

c. Safety. The Contractor is encouraged to:

(a) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving—

Company-owned or rented vehicles; Privately-owned vehicles when on official Project related business or when performing any work for or on behalf of the Project; or any vehicle, on or off duty, and using an electronic device.

(b) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving.

c. Definitions

(1) “Driving” means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. “Driving” does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary.

(2) “Text Messaging” means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. The term does not include the use of a cell phone or other electronic device for the limited purpose of entering a telephone number to make an outgoing call or answer an incoming call, unless the practice is prohibited by State or local law. 31. Exclusionary or Discriminatory Specifications or Requirements The Contractor agrees that it will comply with the requirements of 49 U.S.C. Sect. 5325(h) by refraining from using any funds derived from FTA in performance of this Contract to support sub-contracts using exclusionary or discriminatory specifications or requirements. 32. Metric System To the extent required by U.S. DOT or FTA, the Contractor agrees to use the metric system of measurement in its Contract activities as may be required by 49 U.S.C. Sect. 205a et seq.; Executive Order No. 12770, "Metric Usage in Federal Government Programs," 15 U.S.C. Sect. 205a; and other regulations, guidelines and policies issued by U.S. DOT or FTA. To the extent practicable and feasible, the Contractor agrees to accept products and services with dimensions expressed in the metric system of measurement. 33. North Carolina State Ethics Requirement Pursuant to Governor Perdue’s Executive Order # 24, this section should be included in the terms and conditions of all contracts let by the Governor’s Cabinet Agencies and the Office of the Governor: 1) “By Executive Order 24, issued by Governor Perdue, and N.C. G.S.§ 133-32, it is unlawful for any vendor or contractor ( i.e. architect, bidder, contractor, construction manager, design professional, engineer, landlord, offeror, seller, subcontractor, supplier, or vendor), to make gifts or to give favors to any State employee of the Governor’s Cabinet Agencies (i.e., Administration, Commerce, Correction, Crime Control and Public Safety, Cultural Resources, Environment and Natural Resources, Health and Human Services, Juvenile Justice and Delinquency Prevention, Revenue, Transportation, and the Office of the Governor). This prohibition covers those vendors and contractors who: (1) have a contract with a governmental agency; or (2) have performed under such a contract within the past year; or (3) anticipate bidding on such a contract in the future.

Ver: 12/3/18 Page 66 of 80 IFB # 201900485 Vendor: ______For additional information regarding the specific requirements and exemptions, vendors and contractors are encouraged to review Executive Order 24 and G.S. Sec. 133-32. Executive Order 24 also encouraged and invited other State Agencies to implement the requirements and prohibitions of the Executive Order to their agencies. Vendors and contractors should contact other State Agencies to determine if those agencies have adopted Executive Order 24.” To be added near the signature portion of all contracts let by the Governor’s Cabinet Agencies and the Office of the Governor: “N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of any response in this procurement, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization.” 34. Sensitive Security Information Each third party contractor must protect, and take measures to ensure that its subcontractors at each tier protect, “sensitive security information” made available during the administration of a third party contract or subcontract to ensure compliance with “The Homeland Security Act”, as amended, specifically 49 U.S.C. Section 40119(b), The Aviation and Transportation Security Act, as amended, 49 U.S.C. § 114(r), U.S. DOT regulations, “Protection of Sensitive Security Information,” 49 C.F.R. part 15, and U.S. Department of Homeland Security, Transportation Security Administration regulations, “Protection of Sensitive Security Information,” 49 C.F.R. part 1520. 35. NC E-Verify Requirements To ensure compliance with the E-Verify requirements of the General Statutes of North Carolina, all contractors, including any subcontractors employed by the contractor(s), by submitting a bid, proposal or any other response, or by providing any material, equipment, supplies, services, etc., attest and affirm that they are aware and in full compliance with Article 2 of Chapter 64, (NCGS64-26(a)) relating to the E-Verify requirements by executing and submitting the E-verify Affidavit included in this Invitation for Bids as APPENDIX E.

Ver: 12/3/18 Page 67 of 80

IFB # 201900485 Vendor: ______APPENDIX C CERTIFICATE OF NON-COMPLIANCE WITH BUY AMERICA REQUIREMENTS

(To be submitted with all bids exceeding $100,000. A bid, which does not include this certification or the certification under APPENDIXB, will not be eligible for award.)

The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. Section 5323(j), but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulation in 49 CFR Part 661.7.

DATE

SIGNATURE

COMPANY

NAME

TITLE

State of

County of

Subscribed and sworn to before me this day of , 20 .

Notary Public

My Appointment Expires

Ver: 12/3/18 Page 70 of 80

IFB # 201900485 Vendor: ______EXHIBIT I FOR ALL PROCUREMENTS INVOLVING ANY SERVICES

DISADVANTAGED, MINORITY, WOMEN BUSINES ENTERPRISES (RACE AND GENDER NEUTRAL) PROFESSIONAL SERVICES CONTRACTS ONLY (11-25-13) (a) Policy It is the policy of the North Carolina Department of Transportation that small businesses shall have an equal opportunity to compete fairly for and to participate in the performance of contracts financed in whole or in part by federal and state funds. The Department is committed to its annual aspirational goal(s) set on all federally-assisted and state funded contracts. Professional Services Contracts are race and gender neutral and do not contain goals. However, the CONSULTANT or FIRM is encouraged to give every opportunity to allow Disadvantaged, Minority-Owned and Women-Owned Business Enterprises (DBE/MBE/WBE) subconsultant or subfirm participation on all contracts and supplemental agreements. As recipients of federal grant funding through the Public Transportation Division of the Department, Transportation Systems (Grantee) across the state are also required to follow these policies. (b) Obligation In compliance with Title VI, 23 CFR 200, 230, 635, 117 (d) and (e) and 49 CFR Parts 21 and 26, the CONSULTANT/FIRM and subconsultant/subfirm shall not discriminate on the basis of race, religion, color, creed, national origin, age, disability or sex in the performance of this contract. Failure by the CONSULTANT/FIRM to comply with these requirements is a material breach of this contract, which will result in the termination of this contract or such other remedy, as the North Carolina Department of Transportation deems necessary. (c) Reporting Participation When payments are made to subconsultants/subfirms, including material suppliers, firms at all levels (CONSULTANT, FIRM, subconsultant or subfirm) shall provide the Grantee’s designated fiscal contact with an accounting of said payments. This accounting shall be furnished to the Grantee’s designated fiscal contact for any given month, by the end of the following month. Failure to submit this information accordingly may result in (1) withholding of money due in the next partial pay estimate; or (2) removal of an approved CONSULTANT/FIRM from the pre-qualified list or the removal of other entities from the approved subconsultants list. The accounting shall be listed on the Department’s Subcontractor Payment Information Form (Form DBE-IS). In the event the CONSULTANT/FIRM has no subconsultant participation, the firm shall indicate this on the Form DBE-IS by entering the word ‘None’ or the number ‘zero’ and the form shall be signed. A responsible fiscal officer of the payee CONSULTANT/FIRM, or subconsultant/subfirm, who can attest to the date and amount of the payments shall certify that the accounting is correct on the Form DBE-IS by affixing his/her signature. This information shall be submitted as part of the request for payments made to the Grantee making the purchase. A copy of the Form DBE-IS may be found on the NCDOT website.

Ver: 12/3/18 Page 72 of 80

IFB # 201900485 Vendor: ______

EXHIBIT II VENDOR CHECKLIST 1. Complete INVITATION FOR BID (Cover) page and sign. This page must be completed and signed to be eligible for award. 2. The Federal Employer Identification Number form. Complete the Federal ID form and submit with bid. 3. Submit a profile of the Company/Firm including the number of years in business, experience and growth pertaining to the product offered as well as other related products. Include any additional information that would assist in reviewing your bid. 4. Receipt of Addenda: 1. 2. 3. & JUNE 6 If required by State Purchase and Contract to submit addenda, include with bid. 5. Complete pricing pages starting on Page 29 and complete the MSRP less ____% and Option discounts from MSRP ___%. The Pricing Form is ATTACHMENT A of the Bid, and should be noted on the tab. ALL items available should be included (for example: integrated unit, standalone unit) If you are bidding on multiple commodities (even if cables for an interface); make sure everything required to make the equipment operate properly is a line item and has a price. All items must include wiring, installation, shipping, and training. 6. ATTACHMENT B AND B-1, Location of workers utilized by Vendor and the Location of Manufacturing Facility. See page 35. Must be completed by vendor to be in compliance with Buy America. 7. Vendor Response Form. Vendors must complete Section 5.0 for the Product they are bidding. All questions must be responded to in full. Reference material may be attached; however, responses must be complete on form to be eligible for award. 8. All Federal Requirements, ATTACHMENT E, must be complied with to have this bid eligible for award. The following CERTIFICATIONS MUST BE COMPLETED & SUBMITTED WITH THE BID TO BE ELIGIBLE FOR THIS AWARD. _____ Lobbying Certification (APPENDIX A) must be executed prior to awarding the bid. The Public Transportation Division prefers that this certification be submitted with the bid package. _____ Buy America Certification: Manufactured Products applies to Mobile Digital Video Recording Systems, Fareboxes, and Fare Collection Systems. The Buy America Certification of Compliance or Non-Compliance must be signed and submitted with the bid. ONLY ONE must be submitted, or the bid is subject to rejection. If the product is subject to a general waiver, then submit justification on the component(s) eligible for the general waiver; details of each component must be provided and how it is relevant for the waiver. Buy America requirements state that Federal funds may not be obligated unless steel, iron, and manufactured products (U.S. made components) used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. The Buy America Certification of Compliance or Non-Compliance must be signed and submitted with the bid. Also, the final assembly must take place in the United States. (APPENDIX B or C must be submitted with the bid) – ONLY ONE CERTIFICATE CAN BE SUBMITTED WITH THE BID TO BE ELIGIBLE FOR AWARD. _____ Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (APPENDIX D) must be executed prior to awarding the bid. The Public Transportation Division prefers that this certification be submitted with the bid package. _____ E-Verify Certification (APPENDIX E) this is a new requirement by the State of NC and must be executed prior to awarding the bid. The Public Transportation Division prefers that this certification be submitted with the bid package. 9. ATTACHMENT F, CERTIFICATION OF FINANCIAL CONDITION (page 74). Vendor must complete certification; must be signed by person executing bid. 10. References. References will be provided as ATTACHMENT G. The proposed system must be installed in a minimum of ten (10) public transportation sites for 24 months with a minimum of equipment installed on 15 vehicles at each site. (note: the definition of public transportation

Ver: 12/3/18 Page 74 of 80

IFB # 201900485 Vendor: ______

EXHIBIT III ELIGIBLE NCDOT PUBLIC TRANSPORTATION DIVISION GRANT RECIPIENTS - ADDITIONAL RECIPENTS MAY BE ADDED BY THE END USER DURING THE COURSE OF THE CONTRACT AND ANY EXTENSIONS COMMUNITY TRANSPORTATION AND HUMAN SERVICE TRANSPORTATION PROGRAMS Public Entities (County, Municipality, Public Authority, Transportation Authority, or Political Subdivisions of the State)

 Alamance County Transportation Authority  Iredell County  Albemarle Regional Health Services (dba Inter-  Jackson County County Public Transportation Authority)  Johnston County  Alleghany County  Kerr Area Transportation Authority  Anson County  Lee County  AppalCART  Lenoir County  Avery County Transportation Authority  Lincoln County  Bladen County  Macon County  Buncombe County  Madison County Transportation Authority  Cabarrus County  Martin County  Carteret County  Mecklenburg County  Caswell County  Mitchell County Transportation Authority  Cherokee County  Moore County  Choanoke Public Transportation Authority  New Hanover County  City of Salisbury  Orange County  City of Wilson  Person County  Clay County  Pitt County  Columbus County  Polk County Transportation Authority  Craven County  Robeson County  Cumberland County  Rowan County  Dare County  Rutherford County  Davidson County  Sampson County  Duplin County  Scotland County  Durham County  Stanly County  Eastern Band of Cherokee Indians  Tar River Transit  Gaston County  Transylvania County  Gates County  Tyrrell County  Goldsboro-Wayne Transportation Authority  Union County  Graham County  Wake County  Greene County  Washington County  Guilford County  Western Piedmont Regional Transit Authority  Harnett County  Wilkes Transportation Authority  Haywood County  Wilson County  Hoke County  Yancey County Transportation Authority  McDowell County

Ver: 12/3/18 Page 76 of 80 IFB # 201900485 Vendor: ______

Private Non-Profits  Ashe County Transportation Authority, Inc.  Pender Adult Services, Inc.  Beaufort County Developmental Center, Inc.  Randolph County Senior Adult Association, Inc.  Brunswick Transit System, Inc.  Richmond Interagency Transportation, Inc.  Chatham Transit Network (Inc.)  Aging, Disability and Transit Services of Rockingham  Hyde County Non-Profit Private Transportation Co. (Inc.) Corp.  Swain County Focal Point on Aging, Inc.  Community & Senior Serv. of Johnston County, Inc.  Transportation Administration of Cleveland Co., Inc.  McDowell County Transportation Planning Board,  Western Carolina Community Action, Inc. Inc.  Yadkin Valley Economic Development District, Inc.  Mountain Projects, Inc.  Senior Care Connections (Robeson Co.)  Onslow United Transit System, Inc.  Wake Enterprises, Inc.  The Arc of Wake County, Inc.  Pace at Home, Inc.  Senior Resources of Guilford (Inc.)  The Mental Health Fund, Inc. (Catawba Co.)

METROPOLITAN AREA TRANSIT PROGRAMS

 City of Asheville  City of Greenville  City of Burlington  Henderson County or City of Hendersonville  Cape Fear Public Transportation Authority (aka  City of High Point WAVE)  City of Jacksonville  Town of Cary  Piedmont Authority for Regional  Town of Chapel Hill Transportation (aka PART)  City of Charlotte  City of Raleigh (aka Go Raleigh)  City of Concord – Concord-Kannapolis Area  Research Triangle Regional Public Transit Transportation Authority (aka Triangle  City of Durham (aka Go Durham) Transit, TTA, Go Triangle)  City of Fayetteville  City of Rocky Mount  City of Gastonia  City of Winston-Salem  Goldsboro-Wayne Transportation Authority  Western Piedmont Regional Transit Authority  City of Greensboro (aka Greenway Transit)  CARTS (Craven County)

Ver: 12/3/18 Page 77 of 80 IFB # 201900485 Vendor: ______EXHIBIT IV THE FOLLOWING MUST BE FILLED IN BY THE VENDOR SERVICE Names, addresses and telephone numbers of representatives who will render services under this contract (Use additional sheets if necessary):

Name Phone Address Fax City, State, Zip Email

Name Phone Address Fax City, State, Zip Email

Name Phone Address Fax City, State, Zip Email

Name Phone Address Fax City, State, Zip Email

DISTRIBUTION Number of distribution points from which contract will be serviced: ______(Use additional sheets if necessary)

Distribution points location (City & State): 1 8 2 9 3 10 4 11 5 12 6 13 7 14

Ver: 12/3/18 Page 78 of 80 IFB # 201900485 Vendor: ______ORDERING INFORMATION: List the authorized dealers that will service this contract (Use additional sheets if necessary):

Name Address Phone City, State, Zip Fax Contact Email

Name Address Phone City, State, Zip Fax Contact Email

Name Address Phone City, State, Zip Fax Contact Email

Name Address Phone City, State, Zip Fax Contact Email

Name Address Phone City, State, Zip Fax Contact Email

Name Address Phone City, State, Zip Fax Contact Email

Product information telephone number: ______

Ver: 12/3/18 Page 79 of 80 IFB # 201900485 Vendor: ______ATTACHMENT I: REFERENCES Company Name/ Date of Installation/ Contact Name, Phone # Product Installed Address, City, State # Vehicles Email address MDVR Model: All Camera Models: Wireless: Yes No Inertia Sensor (g force): Yes No Other:

Model: Other ______: Wireless: Yes No Electronic Fare Payment Capabilities: Yes No Other:

Company Name/ Date of Installation/ Contact Name, Phone # Product Installed Address, City, State # Vehicles Email address MDVR Model: All Camera Models: Wireless: Yes No Inertia Sensor (g force): Yes No Other:

Model: Other ______: Wireless: Yes No Electronic Fare Payment Capabilities: Yes No Other:

Company Name/ Date of Installation/ Contact Name, Phone # Product Installed Address, City, State # Vehicles Email address MDVR Model: All Camera Models: Wireless: Yes No Inertia Sensor (g force): Yes No Other:

Model: Other ______: Wireless: Yes No Electronic Fare Payment Capabilities: Yes No Other:

Ver: 12/3/18 Page 80 of 80

Machelle Sanders Secretary North Carolina

Department of Administration Odessa McGlown Division of Purchase & Contract State Purchasing Officer

IMPORTANT BID ADDENDUM

May 20, 2019

THIS BID ADDENDUM DOES NOT HAVE TO BE RETURNED:

BID Number: 201900485 COMMODITY: Transit Bus Equipment #1 (Manufactured Products) ADDENDUM Number: 01 USING AGENCY: DEPARTMENT - Transportation PURCHASER: Rich Reber OPENING DATE/TIME: May 30, 2019 @ 2:00

INSTRUCTIONS:

Vendor Questions and the States Response:

# Document Section Inquiry Response

1 Bid Question Is it possible for you to provide the Price No Sheets for Bid #: 201900485 in Excel format?

2 References requirement on We have a new system that we are No Page 12, 4.17 References selling to a large transit that has over 1000 buses and it meets your requirements of more then 10 site locations and 15 vehicles. This system however has been installed for approximately a 6-month timeframe only. Would the State of North Carolina give consideration based on a 6-month timeframe instead of 24 months?

3 Section 2.6 Will the State accept a bid response in No a glued bound book?

4 2.9 Sub Section J 2.6 does not specifically disallow; but Sealed, mailed responses please clarify if electronic bids ONLY will be accepted for this submitted through the North Carolina solicitation (2nd sheet, has the Invitation Delivery System are above statement) permitted?

State of North Carolina | Purchase & Contract 1305 Mail Service Center | 116 West Jones Street | Raleigh, NC 27699-1305 919 807 4500 T Revised: November 2017 (DH)

BID NUMBER: 201900485 PAGE 2 ADDENDUM NUMBER: 01

# Document Section Inquiry Response

5 4.4 NON-MANDATORY Are Non-Mandatory Eligible Entities Nationwide agencies would be ELIGIBLE ENTITIES restricted to only these agencies within able to use this contract. the State of North Carolina or do they extend to nationwide agencies?

6 5.1 sub section e Annual Maintenance Fees for the next Annual maintenance fee should five years must also be detailed provide fee amounts for each of the years. Please clarify your expectations of what is to be included in the Annual Maintenance.

Section 4.0 – Requirements, IFB states: The Vendor shall deliver No alternative change 4.10 Transportation and Free-On-Board (FOB) Destination to Identification, page 10 any requested location within the State of North Carolina with all transportation costs included in the total bid price. Vendor requests alternative language to say: The Vendor shall deliver Free-On- Board (FOB) Origin to any requested location within the State of North Carolina and will add the transportation costs to the invoice.

Section 4.0 – Requirements, IFB states: The Vendor shall deliver No alternative change 4.11 Delivery and Installation, Free-On-Board (FOB) Destination to

page 10 any requested location within the State of North Carolina with all transportation costs included in the total bid price. Vendor requests alternative language to say: The Vendor shall deliver Free-On- Board (FOB) Origin to any requested location within the State of North Carolina and will add the transportation costs to the invoice.

Section 5.0, 2. General 2.2.24 states: The Vendor shall supply Yes. Vendor is responsible for specifications MDVR, 2.2.24 all on-board vehicle equipment, the Wi-Fi system for new camera on page 16 and 2.6.14 on access points, base stations and systems on new vehicle page 20. bridges and provide descriptive purchases materials and specifications necessary

to make the wireless system functional; base station computers and server base stations. The local agencies shall provide the base computers and/ or server for downloading and the storage of the downloaded videos. 2.6.14 states: Vendor shall supply all on board vehicle equipment and provide specifications for the access points,

BID NUMBER: 201900485 PAGE 3 ADDENDUM NUMBER: 01

# Document Section Inquiry Response

base station computer/s and server base stations and equipment necessary for wireless downloads. Base computers and server for downloading and the storage of the downloaded videos are the transit agency responsibility.

Please clarify if the Vendor is responsible for any portion of the Wi-Fi system that is not on-board the bus?

Attachment A, #2 & 2a – We offer hosted services, whereby No Pricing Form, page 29 software is sold as a service by subscription (monthly and annual contracts) and we manage the video storage. This offers agencies the ability to manage video storage without utilizing extensive IT resources of their own. Is this an option that the State would like to provide transit agencies? If yes, can the pricing form be modified to include hosted software solutions?

Attachment C, #6, Payment IFB states: Payment terms are Net not No alternative change Terms, on page 42 later than 30 days after receipt of correct invoice or acceptance of goods,

whichever is later. Vendor requests alternative language to say: Payment terms are Net not later than 30 days after receipt of correct invoice, or receipt of goods, or completion of installation work, whichever is later.

IFB Section 2 In IFB Section 2 Mobile Digital Video Yes or No response only Recording System, under Product/Service Offered Meets Specification, is additional descriptive text in the vendor response column acceptable?

IFB 2.1 General In IFB 2.1 General specifications, how Will depend on the needs of specifications many internal and external cameras? each transit system when placing an order.

IFB 2.1 General Can we provide different camera No specifications quantity options in our bid response?

BID NUMBER: 201900485 PAGE 4 ADDENDUM NUMBER: 01

# Document Section Inquiry Response

IFB Section 2.2.9 what is the GB requirement and what 720x480 and 3-year warranty are the number of years for the warranty requirement?

IFB Section 2.8, page 6 Are both the Mobile-Digital Video Can bid on one bid Recording Systems and the Fareboxes and Fare Collections Systems required in the same bid or is it possible to bid on one system and not the other?

IFB Section 4.14 Installation what is the minimum number of buses There is no minimum. Delivery that will be available each day for dates of vehicle varies installation? depending when orders are submitted

IFB Section 4.14 Installation are we permitted to dispose of the This is at the discretion of each installed systems’ packing materials in transit system your supplied dumpster?

5.0 Product Specifications what is the existing equipment currently This will vary depending on installed? transit systems previous purchase of cameras

IFB 5.0 Product will existing equipment need to be This is dependent on whether a Specifications removed from vehicle prior to new new vehicle is purchased which equipment being installed? would be pre-wired with not camera system or if it is How many current cameras? replacement vehicle which will have cameras already installed. Many of the transit systems have in-house maintenance teams who are able to remove the camera systems. The number of cameras will vary depending on the type of vehicle

IFB 5.0 Product Does the owner want the original Yes Specifications equipment back?

IFB Attachment B and C Should all pages of the documents be Yes pages 37-46 included in the proposal response? BID NUMBER: 201900485 PAGE 5 ADDENDUM NUMBER: 01

# Document Section Inquiry Response

General Question What is the expected award date? TBD

General Question How soon after the award is made will a TBD purchase order be issued?

2.2 MDVR System Minimum Request approval to add Please include: Password- Requirements “explanation/detail” column to protected & 2 levels compliance matrix in order to provide additional clarification for specifications such as 2.2.12 (Method of securing system, number of groups/levels, etc.) Please include: Password-protected & 2 levels

Attachment A: Pricing Please clarify which hardware Response Item 1: The viewing Form components (i.e. DVR, HDD, Wireless software and hardware AP, etc.) you wish to have quoted in components that allows for Item #1 “Viewing Software and viewing. Hardware” and in item #2 “Wireless and Hardware System”. Response Item 2: The wireless and hardware components that allows for recording and viewing.

2.2 MDVR System Minimum The current MDVR requirements in IFB No specification change Requirements # 201900485 are specified for an older request.

technology by only requiring support for analog camera resolutions. With the evolution of IP video technology, would the state of North Carolina consider revising the MDVR requirement to a Hybrid Video Recorder? A Hybrid Video Recorder solution will support both analog and IP camera technologies. Today nearly every supplier of mobile video technology offers a Hybrid Video Recorder solution.

Suggested requirements: (Generic) Each vehicle shall include a HVR On- board Digital Video Surveillance System capable of supporting up to twelve (12) analog cameras and up to thirty-two (32) IP cameras. The DVR shall be capable of recording at 30 fps per channel on all channels of video. The DVR shall utilize PoE cabling for video connections.

The system shall be installed according

BID NUMBER: 201900485 PAGE 6 ADDENDUM NUMBER: 01

# Document Section Inquiry Response

to industry standards meeting Society of Automotive Engineers recommended practices. All cables, wiring, interconnections, switches, and circuit breakers/fuses shall be heavy-duty and specifically designed for their purposes and automotive application. The selected wire sizes and insulation shall be based on the current carrying capability voltage drop, mechanical strength temperature and flexibility requirements. Video and audio wires selected shall be gauged to minimize signal loss. The system shall be GPS ready to provide geo-fencing and inertia sensor.

The HVR shall operate on 9-36-volt DC power. All cables and connectors to and from the HVR shall conform to SAE standards. The HVR shall be equipped with a 3-axis G-force sensor.

The HVR shall be capable of being mounted in any orientation without detriment to its operation. The HVR clock shall operate independently of the

main power supply and shall have a minimum five-year operational lifetime before battery change is required. Clock drift shall be no more than one (1) minute per six (6) months. The HVR shall be capable of updating and synchronizing the entire fleet of onboard clocks through a GPS interface, or wireless synchronization with the server. The HVR shall require no operator interface other than the Master Switch operation to effectuate operation, initiate shutdown, maintain the system, service or program the system, or prepare the system for operation. The HVR shall have up to sixteen (16) analog channels and up to 32 IP cameras via optional network switches. All cameras shall be capable of black-and-white or color recording. The HVR shall have a standard recording resolution of 720H x 480V NTSC, 720H x 576v PAL for analog and 1920x1080 pixels for IP cameras. In addition to accurate time and date, the HVR shall append with image data the BID NUMBER: 201900485 PAGE 7 ADDENDUM NUMBER: 01

# Document Section Inquiry Response

following ten (10) signal and alarm programmable analog vehicle parameters and the buses in this procurement shall be equipped and delivered recording these vehicle parameters:

•vehicle speed •door actuation

•left signal (directional) •right signal (directional)

•headlights •brake operation

•event switch •throttle position 2.2

2.2 MDVR System Minimum The State of North Carolina is looking to No specification change Requirements – award a contract for a new Mobile request. Video Surveillance solution that can be Section 2.2.4 Resolution deployed at upwards of 50 transit settings including CIF agencies across the state. The camera resolutions identified in IFB # (360x240), 2CIF (720x240) 201900485 are older analog camera and D1 (720x480). resolution ratings. With the continued advancements in Mobile Video technology our recommendation would be to request a solution that provides the ability to be operated at the resolutions listed below. MDVR should be capable of recording at the resolutions listed below: A standard recording an analog resolution of(D1): 720H x 480V NTSC, 720H x 576v PAL and up to 1920x1080 pixels for IP cameras. Requesting a minimum recording resolution as listed above will ensure that the State of North Carolina is procuring a Mobile Video Solution that allows agencies the ability to record at the highest resolution available in the industry today. Recommendation: Vendors should price both analog and IP camera solutions. 2.2

2.2 MDVR System Minimum Request approval to change 2.2.14 No specification change Requirements – from “The system shall begin recording request. within 30 seconds” to “The system section 2.2.14 shall begin recording within 45 seconds”

2.2 MDVR System Minimum Given that Windows XP and Windows No specification change Requirements – Section 2.4.1 Vista are no longer supported by request. Microsoft, we request a change to the minimum operating system requirement to Windows 7.

BID NUMBER: 201900485 PAGE 8 ADDENDUM NUMBER: 01

BID NUMBER: 201900485 PAGE 2 ADDENDUM NUMBER: 02

Bid Opening has been extended to open June 13, 2019 @ 2;00 pm ET

# Document Section Inquiry Response

1 Bid Question Is it possible for you to provide the Price See Hyperlink: Sheets for Bid #: 201900485 in Excel format? 201900485 - Pricing Sheet

2 Attachment A - Pricing Form Transit Agencies have many different This would fall under Alternate Bids Additional Options Pg. 36 of surveillance needs and more 80 and 2.8 Alternate Bid Pg. importantly budgets that must be met. 6 of 80 Some have larger budgets that will allow for more advanced technology while others need to obtain the greater quantity of systems rather than a higher level of technology of the system.

As the manufacturer of these systems, we have many available options available in DVRs, NVRs and Cameras that can be combined to custom build a system based on both their surveillance and individual available budgets. These options of a custom system are literally endless.

Please clarify if the statement, "Additional options, that are not listed, may be quoted at the MSRP less the discount", include the ability to list all the various price points and level of technology of DVRs, NVRs and cameras that can be substituted in the defined systems shown on the Pricing Form. Or, would these fall under the requirement of 2.8 - Alternate Bids and require us to submit multiple separate complete bids - in order to meet the needs of a larger percentage of your eligible purchasers under this contract?

3 5.1 Sub Section 1j Pg.14 of There are conflicting responsibilities 80 (vendor vs end-user) in these requirements. Please clarify who is to

BID NUMBER: 201900485 PAGE 3 ADDENDUM NUMBER: 02

# Document Section Inquiry Response

supply:

5.2 Sub Section 2.2.24 Pg. a. Server for downloading video and 16 of 80 video storage (Server) 5.2 Subsection 2.4.1 Pg. 18 A. End User of 80 b. Computer or Laptop for viewing the 5.2 Subsection 2.6.14 Pg. 20 recorded video. (Viewing Station) of 80

c. Wireless Access Points in the yard B. End User (s).

C. Vendor 4 Attachment A - Pricing Form Each System defined on the Pricing Yes Form does not allow enough spacing to Additional Options Pg. 36 of list each individual component. Would 80 an excel document outlining the MSRP and the discount percentage for each component be acceptable as an attachment to our bid response?

5 Attachment A - Pricing Form Are different discount percentages Yes permitted for the different Additional Options Pg. 36 of components? 80

BID NUMBER: 201900485 PAGE 2 ADDENDUM NUMBER: 03 See Corrected pricing sheet, (adding item 11a WIRELESS Mobile Digital Video Recording System: Installation: 12 Camera Complete System for vehicle.)

201900485 - Corrected Pricing Sheet - 6/5/2019

Machelle Sanders North Carolina Secretary Department of Administration Division of Purchase & Contract Odessa McGlown State Purchasing Officer

and the North Carolina Terms and Conditions for Goods and Services, or however the terms are titled. These documents shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful Vendor(s).

SOLICITATION REQUEST FOR BEST AND FINAL OFFER (BAFO):

This request is to acquire a best and final offer from vendor for Transit Bus Equipment #1 (Manufactured Products) Your offer should integrate the previous response to the IFB, and any changes listed below. Any individual vendor can receive a different number of requests for BAFOs than other bidders.

The State encourages the vendor to supply more competitive prices. Vendor should submit its most competitive prices on Page 4 of this request for BAFO.

Instruction to vendors: Please provide pricing in attached Pricing sheet (Excel Spread Sheet Link) Optional documentation: Vendor may submit additional detail price information regarding the following lines. 3, 4, 5, 6, 7, 8, 9, 10, 11 and 12

Example: Line 3, Mobile Digital Video Recording System: 4 Camera Complete System for vehicle, including DVR, panic button, mountings, inertia sensor and all wiring. List all components and pricing needed to procure that item.

Total price should be submitted on the attached pricing sheet.

Vendor must complete all lines in pricing document with either price or appropriate code.

Code are as follows:

N/A (Not applicable) N/B (No Bid) N/C (No Charge) INCLD. (Included in other lines)

201900485_ATTACHMENT_A_PRICING.BAFO : NOTE: This bid is still in the evaluation period. During this period and prior to award, possession of the BAFO, original bid response and accompanying information is limited to State purchasing personnel, and to agencies responsible for participating in the evaluation. Bidders who attempt to gain this privileged information, or to influence the evaluation process (i.e. assist in evaluation) will be in violation of purchasing rules and their offer will not be further evaluated or considered.

FOR INTERNAL USE ONLY

Offer accepted and contract awarded this ____16th day of ______,March 20__, 20 as indicated on attached certification, by ______(Authorized Representative of the Division of Purchase and Contract.)

State of North Carolina | Purchase & Contract 1305 Mail Service Center | 116 West Jones Street | Raleigh, NC 27699-1305 919 807 4500 T