Loading...
HomeMy WebLinkAboutCONTRACT WITH APOLLO VIDEO TECHNOLOGY FOR THE PURCHASE AND INSTALLATION OF CAMERAS AND SOFTWARE ON TRANSIT BUSES This agreement is made and entered into this 6th day of September,2016 by Apollo Video Technology, hereinafter "Contractor" and Augusta, Georgia, hereinafter "Customer". Contractor and Customer, agree as follows: Article 1—Scope of Work/Order of Precedence The scope of work,terms and conditions for this Agreement are those described in the GSA Contract# GS-07F-0776X(attached hereto as Exhibit"A")and Apollo Video Technology's quotations (attached hereto as Exhibit"B"),all of which are hereby included, by reference, in this Agreement in following order of precedence: 1. This agreement 2. Apollo Video Technology's quotations(attached hereto as Exhibit B) 3. GSA Contract#GS-07F-0776X(attached hereto as Exhibit A) Change orders, Supplemental Agreements, and approved revisions to Plans and Specifications will take precedence over Items 1 through 3 above. Article 2—Contract Price and Payments As full compensation for providing all of the material and equipment and documentation in accordance with the Agreement, and for the fulfillment of the Agreement requirements and completion of the total project, Customer shall pay a firm fixed price total contract amount not to exceed two hundred twenty- eight thousand one hundred sixty-two dollars and no/100 ($228,162.00). All invoices will reference this contract number and Customer's internal Purchase Order number(if applicable). Contractor shall submit monthly invoices to Augusta. The invoices shall include charges for all labor and costs in accordance with the Agreement. The monthly invoice shall be accompanied by monthly progress reports that indicate the status of the project. Unless there is a dispute regarding compensation owed to Contractor, Augusta agrees to pay all approved invoices within thirty (30) days of receipt. Augusta shall not be obligated to pay any invoices which are not in accord with the terms of this Agreement. By acceptance of Augusta's payment of an invoice amount, Contractor releases Augusta from any and all claims for service provided or work performed through the date of the invoice. Article 3—Federal Transit Administration Required Contract Clauses This agreement incorporates by reference the following Federal Transit Administration required clauses with the same force and effect as set forth in full in the main text of the agreement. It is understood and agreed that the Contractor is obligated by and to Augusta,Georgia(hereinafter referred to as Augusta, Georgia) for any specifications or documentation required of Augusta, Georgia under these clauses. Master Grant Agreement FTA MA(22)dated October 1,2015: http://www.fta.dot.gov Circular 4220.1F,dated November 1,2008,Rev.3/18/2013: http://www.fta.dot.gov/legislation_law/12349_8641.htrn1 FTA's Best Practices Procurement Manual(BPPM),offers suggested procedures,methods,and examples on conducting third party procurements to assist in meeting the standards of FTA Circular 4220.1F. The BPPM is available at: https://www.transit.dot.gov/funding/procurement/best-practices-_ procurement-manual The Code of Federal Regulations(CFR)website is available at: http://www.ecfr.gov 1. No Government Obligation to Third Parties. The contractor agrees,absent express written consent of the Federal Government,that the Federal Government is not a party to the contract and shall not be subject to any obligations or liabilities to any third party contractor, or any sub recipient, or any other party pertaining to any matter resulting from this contract or purchase order. The contractor agrees to include a similar provision in each subcontract fmanced in whole or in part with federal assistance provided by the FTA. 2. Program Fraud and False or Fraudulent Statements. The contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended,31 USC §3801, et seq., and U.S. Department of Transportation regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its activities in connection with this contract or purchase order. Upon execution of the underlying contract,the contractor certifies and affirms the truthfulness and accuracy of any statement it has made, causes to be made,makes, or may make pertaining to the contract or the underlying FTA assisted project for which this contract or purchases order is being performed. In addition to other penalties that may apply,the contractor further acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification,the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the contractor to the extent the Federal Government may deem appropriate. The contractor also acknowledges that if it makes or causes to be made,a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government in connection with an urbanized area formula project financed with federal assistance authorized for 49 USC §5307, the Federal Government reserves the right to impose the penalties of 18 USC §1001 and 49 USC.§5307(n) (1) on the contractor, to the extent the Federal Government deems appropriate. The contractor agrees to include the above stated provisions in each subcontract financed in whole or in part with federal assistance provided by the FTA. Contractor shall not modify the above stated provisions except to identify the subcontractor who will be subject to the provisions. 3. Access to Records. a. The contractor agrees to provide Augusta Georgia, the FTA Administrator, the Comptroller General of the United States, or any of their authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to this contract for the purposes of making audits, inspections, examinations, excerpts, transcriptions, and reports. Contractor further agrees to provide Augusta Georgia, the FTA Administration or their authorized representatives or agents access to contractor's records and construction sites pertaining to a major capital project as defined at 49 USC 5302(a)1 which is receiving federal financial assistance through any program described at 49 USC 5307, 5309 or 53I1. The contractor shall require its subcontractors to provide access to their books,documents, papers and records to the representatives identified above for the purposes described herein. b. The contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as may be reasonably requested. c. Contractor also agrees,pursuant to 49 CFR 633.17,to provide the FTA Administrator or authorized representative (including a Project Management Oversight (PMO contractor) access to contractor's construction sites and records pertaining to a major capital project, defined at 49 USC §5302(a)(1), which is receiving federal financial assistance through the programs described at 49 USC§§5307, 5309,or 5311. d. The contractor further agrees to maintain all books, records, accounts, and reports required under this contract for a period of not less than three (3) years after the 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 Augusta Georgia,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. See also 49 CFR 18.39(i)(I I). 4. Federal Changes. The contractor shall at all times comply with all applicable FTA regulations, policies, procedures, and directives, including without limitation those listed directly or by reference in the Master Grant Agreement FTA MA(21) dated October 1, 2014 between Augusta Georgia and the FTA,as they may be promulgated or amended from time to time during the term 'of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. The contractor agrees to include the above stated provision in each subcontract financed in whole or in part with federal assistance provided by the FTA. 5. Termination for Convenience or Default. Augusta,Georgia may terminate this contract, in whole or in part, at any time by written notice to the contractor when it is in the Augusta, Georgia's, as the recipient of FTA grant funds that support the Project, best interests. The contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The contractor shall not have a claim for and shall not be paid any lost profits or damages if terminated for cause (default) or convenience. Contractor hereby waives and releases Augusta, Georgia from any claims for damages or lost profits as a result of a termination for default or convenience of the government, and acknowledges and agrees that it shall have no such claims against Augusta, Georgia. The contractor shall promptly submit its termination claim to Augusta, Georgia. If the contractor has any property in its possession belonging to the Augusta, Georgia, the contractor will account for the same, and dispose of it in the manner Augusta, Georgia directs, with the concurrence of Augusta, Georgia. If the contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension, or if the contractor fails to comply with any other provisions of this contract, Augusta, Georgia may terminate this contract for default. e Augusta, Georgia may terminate this contract for default by delivering to the contractor a Notice of Termination specifying the nature of the default. The contractor will only be paid the contract price for supplies delivered and accepted,or services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the contractor has possession of Augusta, Georgia owned goods, the contractor shall, upon direction of Augusta,Georgia's contract administrator with the consent of the Augusta, Georgia if any of the goods are owned by or have been paid for by Augusta, Georgia, protect and preserve the goods until surrendered to Augusta, Georgia or its agent. The contractor and Augusta, Georgia shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved in accordance with the contract or purchase order,applicable law and the Breaches and Disputes Resolution clause set forth below. 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 Augusta,Georgia. Similar provisions apply to purchase orders and contracts for construction and architect/engineering services. 6. Civil Rights. The following requirements apply to this purchase order or contract: a. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 USC §2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 USC §6102, section 202 of the Americans with Disabilities Act of 1990, as amended, 42 USC §12132, and Federal transit law at 49 USC §5332, as each may be amended from time to time, the contractor agrees that it will not discriminate against any employee or applicant for employment because of race,color,creed, national origin,sex,age,or disability. In addition, the contractor agrees to comply with all applicable federal implementing regulations and any other implementing requirements FTA may issue. b. Equal Employment Opportunity. The following equal opportunity requirements apply to this purchase order or contract: (1) Race, Color, Creed,National Origin, Sex. In accordance with Title VII of the Civil Rights Act,as amended,42 USC §2000e,and Federal transit laws at 49 USC §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 CFR 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 USC §2000e note), and with any other 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, creed, 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. (2) Age. In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 USC §623 and federal transit law at 49 USC §5332,the contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, contractor agrees to comply•with any implementing requirements FTA may issue. (3) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 USC §12112,the contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the contractor agrees to comply with any implementing requirements FTA may issue. c. 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 to identify the affected parties. 7. Disadvantaged Business Enterprise. Contracts over$3,000 awarded on the basis of a bid or proposal offering to use DBEs This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The recipient's overall goal for DBE participation is listed elsewhere. If a separate contract goal for DBE participation has been established for this procurement,it is listed elsewhere. 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 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 such other remedy as the municipal corporation deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph(see 49 CFR 26.13(b)). If a separate contract goal has been established, Bidders/offerors are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so,as provided for in 49 CFR 26.53. If no separate contract goal has been established,the successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. 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 recipient. In addition, the contractor may not hold retainage from its subcontractors or must return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed or must return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the recipient and contractor's receipt of the partial retainage payment related to the subcontractor's work. The contractor must promptly notify the recipient 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 recipient. Contract Assurance:26.13b The contractor, sub-recipient, or subcontractor 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 DOT assisted contracts. 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 such other remedy as the recipient deems appropriate. Prompt Payment:26.29(a) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from Augusta, Georgia. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Augusta, Georgia. This clause applies to both DBE and non-DBE subcontracts. Retainage:26.29(b) (a) Augusta, Georgia will ensure prompt and full payment of retainage from the prime contractor to the subcontractor within thirty(30)days after the subcontractor's work is satisfactorily completed by using one or more of the following methods: (1) Declining to hold retainage from prime contractors and prohibiting prime contractors from holding retainage from subcontractors. (2) Declining to hold retainage from prime contractors and requiring a contract clause obligating prime contractors to make prompt and full payment of any retainage kept by prime contractor to the subcontractor within thirty(30)days after the subcontractor's work is satisfactorily completed. (3) Holding retainage from prime contractors and providing for prompt and regular incremental acceptances of portions of the prime contract, pay retainage to prime contractors based on these acceptances, and require a contract clause obligating the prime contractor to pay all retainage owed to the subcontractor for satisfactory completion of the accepted work within thirty (30)days after Augusta,Georgia's payment to the prime contractor. (4) Requiring a contract clause that requires prime contractors to include in their subcontracts language providing that prime contractors and subcontractors will use appropriate alternative dispute resolution mechanisms to resolve payment disputes. (5) Requiring a contract clause providing that the prime contractor will not be reimbursed for work performed by subcontractors unless and until the prime contractor ensures that the subcontractors are promptly paid for the work they have performed. (b) Augusta,Georgia shall have the power and authority to enforce all of the provisions of this subsection and may implement suspension and debarment for non-compliance as provided in Chapter 10 of the AUGUSTA,GEORGIA CODE. MONITORING AND ENFORCEMENT MECHANISMS 26.37 Augusta, Georgia will take the following monitoring and enforcement mechanisms to ensure compliance with 49 CFR Part 26. (a) Augusta, Georgia will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps(e.g.,referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules)provided in 49 CFR Part 26. (b) Augusta, Georgia will consider similar action to the extent permitted by applicable law, including making responsibility determination in future contracts and solicitations. The DBE Liaison Officer and appropriate staff will make prompt compliance determinations regarding contractors. Documentation of non-compliance will include the specific areas in which the contractor failed to comply. In these instances,appropriate action, consistent with the DBE Program and contract provision will be taken. (c) Augusta, Georgia will also provide a monitoring and enforcement mechanism to verify that work committed to DBEs at contract award is actually performed by the DBEs. This will be accomplished by direct observation. Along with written certification in conjunction with monitoring of contract performance (i.e. DBE pay application and certification). (d) The DBE Liaison Officer shall, for every project subject to the DBE Program, keep and maintain a running tally of actual DBE attainments (i.e. payments actually made to subcontractors),including a means of comparing these attainments to commitments. ADMINISTRATIVE RECONSIDERATION 26.53(d) (a) Within five days of being informed by Augusta, Georgia that it is not responsive because it has not documented sufficient good faith efforts, a bidder/offeror may request administrative reconsideration. Bidder/offerors should make this request in writing to the following Reconsideration Official: Administrator of Augusta,Georgia 535 Telfair Street,Room 910 Augusta,Georgia 30901 (706)821-2400 (b) The Reconsideration Official will not have played any role in the original determination that the bidder/offeror did not document sufficient good faith efforts. (c) As part of this reconsideration,the bidder/offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder/offeror will have the opportunity to meet in person with the Reconsideration Official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. The Reconsideration Official will send the bidder/offeror a written decision on the reconsideration, explaining the basis for the decision. The result of the reconsideration process is not administratively appealable to the Department of Transportation. ADDITIONAL TERMS AND CONDITIONS DBE GOAL: Notification shall be given annually; that the overall goal for firms owned and controlled by socially and economically disadvantaged individuals is a minimum 4.5% of the dollar value for federally funded contracts including alternates and change orders. Each individual AIP where contract goals may have been established shall include separate DBE goals based on the availability of DBEs; and shall incorporate all of the contract goal requirements of 49 CFR, Part 26. In the event that the bidder for this solicitation is certified and qualifies as a DBE,the contract goal shall be deemed to have been met in accordance with the Section on "COUNTING DBE PARTICIPATION TOWARD MEETING THE DBE GOALS". Bidders/Proposers are strongly encouraged to utilize all certified DBEs. All bidders and proposers hereby assure that they will make sufficient reasonable good faith efforts to meet the above stated goals. Moreover, such bidders or proposers hereby assure that they will meet the DBE participation percentages submitted in their respective bids or proposals. Bidder/Proposers, also agree to provide any additional information requested by the DBELO to substantiate DBE participation, including but not limited to, the written subcontract agreement between prime bidder and each subcontractor for the work relative to this project. Good Faith Efforts when a DBE is Terminated/Replaced on a Contract with Contract Goals:26.53(f) Augusta, Georgia requires that prime contractors not terminate a DBE subcontractor listed on a bid/contract with a DBE contract goal without Augusta, Georgia's prior written consent. Prior written consent will only be provided where there is"good cause"for termination of the DBE firm,as established by Section 26.53(f)(3)of the DBE regulation. Before transmitting to Augusta, Georgia its request to terminate, the prime contractor must give notice in writing to the DBE of its intent to do so. A copy of this notice must be provided to Augusta, Georgia prior to consideration of the request to terminate. The DBE will then have five (5) days to respond and advise Augusta, Georgia of why it objects to the proposed termination. In those instances,where"good cause"exists to terminate a DBE's contract,Augusta,Georgia will require the prime contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. We will require the prime contractor to notify the DBE Liaison officer immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. The following language in Major Contracts over $50,000: The requirements of 49 CFR Part 26,Regulations of the U.S. Department of Transportation,apply to this contract. It is the policy of the Augusta, Georgia to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of 4.5% percent has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal for DBE participation in the performance of this contract. The bidder/offeror will be required to submit the following information: (1) the names and addresses of DBE firms that will participate in the contract; (2)a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm participating; (4) Written documentation of the bidder/offeror' s commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (5) Written confirmation from the DBE that it is participating in the contract as provided in the commitment made under(4); and (5) if the contract goal is not met, evidence of good faith efforts. 8. Incorporation of Federal Transit Administration (FTA) Terms. This contract, agreement or purchase order shall be deemed to include and does hereby incorporate by reference all standard terms and conditions required by the U.S. DOT and FTA, regardless of whether expressly set forth in this attachment or in the contract and include, but are not limited to, all of the duties, obligations, terms and conditions applicable to the Project or contract as described in FTA Circular 4220.1F, dated November 1,2008,Rev. 3/18/2013,and the FTA's Master Grant Agreement FTA MA(21) dated October 1,2014, as each may be amended from time to time. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with any other provisions contained in the contract, agreement or purchase order. The contractor shall not perform any act, fail to perform any act, or refuse to comply with any requirement which would cause the Augusta, Georgia to be in violation of its Agreement with FTA, or Augusta, Georgia to be in violation of any FTA terms and conditions applicable to this Project of any grant the Augusta, Georgia may have with FTA. The contractor agrees to include the above stated provision in each subcontract financed in whole or in part with federal assistance provided by the FTA. 9. Government-Wide Debarment and Suspension. If this contract or purchase order has a value of$25,000 or more, this procurement is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that neither the contractor or its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor agrees to comply with and assures compliance of each third-party contractor and sub-recipient at any tier,with 49 CFR 29, Subpart C, while its proposal,offer or bid is pending and throughout the period that any contract arising out of such offer, proposal or bid is in effect. The contractor further agrees to include a provision requiring such compliance in its subcontracts or any lower tier covered transaction it enters into. 10. Buy America Requirements. (a) Except as provided in § 661.7 and § 661.11 of this part, no funds may be obligated by FTA for a grantee project unless all iron,steel,and manufactured products used in the project are produced in the United States. (b) All steel and iron manufacturing processes must take place in the United States,except metallurgical processes involving refinement of steel additives. (c) The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as transit or maintenance facilities,rail lines,and bridges.These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock,or to bimetallic power rail incorporating steel or iron components. (d) For a manufactured product to be considered produced in the United States: (1)All of the manufacturing processes for the product must take place in the United States; and (2) All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States,regardless of the origin of its subcomponents. 11. A bidder must submit to Augusta, Georgia the appropriate Buy America certification located in the Attachments with all bids on FTA funded Contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as non-responsive. This requirement does not apply to lower tier subcontractors. 12. Breaches and Dispute Resolution. FTA Circular 4220.1F imposes the requirements at 49 CFR part 18 upon all contracts in excess of$100,000, which contain provision of conditions that allow for administrative,contractual,or legal remedies where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. Accordingly, should the provisions of this contract not address a particular subject or issue involving disputes, performance during disputes, claims for damages, remedies, or rights and remedies, the contractor agrees to comply with the provisions contained at 49 CFR Part 18, and further agrees to include a similar provision in all subcontracts over$100,000. 13. Lobbying. Contractors who apply or bid for an award of$100,000 or more shall file the certification required by U.S. Department of Transportation regulation, "New Restrictions on Lobbying," 49 CFR Part 20, modified as necessary for 31 USC §1352. 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 USC §1352. 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 USC §1352. Such disclosures are forwarded from tier to tier up to the recipient. 14. Clean Air. The Clean Air requirements apply to all contracts exceeding$100,000, including indefinite quantities where the amount is expected to exceed $100,000 in any year. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, 42 USC §7401, et seq. The contractor agrees to report each violation to Augusta, Georgia and agrees that Augusta,Georgia will,in turn,report each violation as required to assure notification to FTA and the appropriate EPA regional office. The contractor further agrees to include these requirements in each subcontract exceeding$100,000 financed in whole or in part with federal assistance provided by FTA. 15. Clean Water. If this purchase order or contract is valued at$100,000 or more,the contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act,as amended,33 USC 1251 et seq. The contractor agrees to report each violation to Augusta Georgia and agrees that Augusta Georgia will, in turn, report each violation as required to assure notification to the FTA and the appropriate EPA regional office. 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. 16. Cargo Preference Requirements. Use of United States-Flag Vessels. The Contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels. b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington D.C. 20590 and the FTA recipient(through the Contractor in the case of a subcontractor's bill-of lading.) c. to include these requirements in all subcontracts issued pursuant to the contract when the subcontract may involve the transport of equipment,materials, or commodities by ocean vessel. 17. Fly America. The contractor agrees to comply with 49 USC 40118 (the "Fly America"Act) in accordance with the General Services Administration regulations at 41 CFR part 301-10, which provide that recipients and sub recipients 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 is 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 certification of compliance with the Fly America requirements. The contractor agrees to include this requirement in all subcontracts that may involve international air transportation. 18. Energy Conservation. The contractor agrees to comply with mandatory standards and policies related to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. The contractor further agrees to include a similar provision in each subcontract fmanced in whole or in part with federal assistance provided by FTA. 19. RECYCLED PRODUCTS. The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act(RCRA) as amended(42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247,and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 20. Conformance with ITS National Architecture. Contractor shall conform, to the extent applicable, to the National Intelligent Transportation Standards architecture as required by SAFETEA-LU Section 5307(c), 23 U.S.C. Section 512 note and follow the provisions of FTA Notice, "FTA National 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. 21. ADA Access. If this purchase order or contract pertains to the construction of new buildings or additions to existing buildings,the contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with 42 U.S.C. Sections 12101 et seq.; DOT regulations, "Transportation Services for Individuals with Disabilities (ADA),"49 CFR Part 37; 36 CFR Part 1192 and 49 CFR Part 38.Notably, DOT incorporated by reference into Appendix A of its regulations at 49 CFR Part 37 the ATBCB's"Americans with Disabilities Act Accessibility Guidelines" (ADAAG), which include accessibility guidelines for buildings and facilities. DOT also added specific provisions to Appendix A of 49 CFR Part 37 modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and the DOT amendments, and will certify compliance to the extent required by the regulations. ADA and ABA Accessibility Guidelines for Buildings and Facilities: http://www.access-boardgov/guidelines-and-standards EXHIBIT I BUY AMERICA CERTIFICATION FOR PROCUREMENTS OF STEEL, IRON, AND MANUFACTURED PRODUCTS (INCLUDING ROLLING STOCK)OVER$100,000 If this contract or purchase order is valued in excess of$100,000 and involves the procurement of steel,iron,or manufactured products,the bidder or offeror hereby certifies that it: o Will meet the requirements of 49 USC 5323(j)(1)and the applicable regulations in 49 CFR part 661.5. o Cannot meet the requirements of 49 USC 5323(jX1)and 49 CFR part 661.5,but it may qualify for an exception pursuant to 49 USC 5323(j)(2)(A),5323(j)(2)(B), or 5323(jx2XD),and 49 CFR 661.7. If this contract or purchase order is valued in excess of$100,000 and involves the procurement of buses,other rolling stock, and associated equipment,the bidder or offeror certifies that it: Will comply with the requirements of 49 USC 5323(j)(2)(C)and the regulations at 49 CFR part 661.11. o Cannot comply with the requirements of 49 USC 5323(jx2XC)and 49 CFR 661.11, but may qualify for an exception pursuant to 49 USC 5323(j)(2XA),5323(j)(2)(B),or 5323(j)(2XD),and 49 CFR 661.7. L041 11 (e (Dat , t� (Signature) 01Io V(Ae0 o � Com an ( p y) CED (eodel (Title) Note: This Buy America certification must be submitted to Augusta, Georgia with all bids or offers on FTA-funded contracts involving construction or the acquisition of goods or rolling stock, except those subject to a general waiver. General waivers are listed in 49 CFR 661.7,and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital,operating,or planning funds. EXHIBIT 2 RESTRICTIONS ON LOBBYING CERTIFICATION FOR ALL PROCUREMENTS OVER $100,000 INVOLVING CONSTRUCTION/ARCHITECTURAL AND ENGINEERING/ACQUISITION OF ROLLING STOCK/PROFESSIONAL SERVICE CONTRACTS/OPERATIONAL SERVICE CONTRACTS/TURNKEY CONTRACTS The undersigned certifies,to the best of his or her knowledge and belief;that: 1. No federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency, a member of Congress, an officer of employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract,the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment,or modification of any federal contract,grant,loan,or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form—LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions [as amended by "Government-wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph 2 herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995(P.L. 104-65,to be codified at 2 USC 1601,et seq.)] 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts, subgrants, and contracts under grants, loans,and cooperative agreements)and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 USC §1352(as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure: The undersigned certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,the undersigned understands and agrees that the provisions of 31 USC A3801,et seq.,apply to this certification andiisclosure,if any. el fog I [tp (Date) (Signature) poi Q 4e0 (Cornan p y) eD ( o ,tetk LiDA‘001(101,) (Title) Note: This certification must accompany each bid or offer exceeding $100,000. Pursuant to 31 USC §3801(c)(1)-(2)(A),any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such expenditure or failure. Article 4–Termination Clause Either party may, for its own convenience and at its sole option, without cause and without prejudice to any other right or remedy of other party, elect to terminate this Agreement, in whole or in part, by delivering to the address listed in the Notices article of this Agreement,a written notice of termination specifying the effective date of termination. Such notice shall be delivered at least thirty days (30) days prior to the effective date of termination. All obligations cease upon Augusta's notification to Contractor. Augusta,Georgia will however honor those obligations made in accordance with the Terms of Agreement, Scope of Work listed in the Agreement,which were made in good faith prior to such written notification. The terms of this Agreement,Augusta in its sole discretion may,in the case of a termination for breach or default, allow contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions. If contractor fails to remedy to the recipient's satisfaction the breach or default or any of the terms, covenants, or conditions of this Agreement within ten (10) days after receipt by contractor or written notice from the recipient setting forth the nature of said breach or default, the recipient 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 Augusta from also pursuing all available remedies against contractor and its sureties for said breach or default. If Contractor fails to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract,Augusta may terminate this contract for default. Augusta shall terminate by delivering to contractor a notice of termination specifying the nature of default. Contractor shall only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. Article 5—General Clauses A. Right of Inspection. Augusta shall have the right, at its sole discretion to inspect and review the services provided by Contractor hereunder to determine their acceptability. Augusta shall also have the right to review all of Contractor's records pertaining to this Agreement and Contractor agrees to properly maintain its records so as to allow Augusta to audit as may be required by law. Contractor shall make such records available to Augusta officials within seventy-two(72)hours written request. B. Hold Harmless. Except as otherwise provided in this Agreement, Contractor shall indemnify and hold harmless Augusta, GA, and its employees and agents from and against all liabilities, claims,suits,demands,damages,losses,and expenses,including reasonable defense attorneys' fees,to the extent caused by the negligent performance of Contractor's Work. C. Georgia Laws Govern. This Agreement shall be governed by and construed and enforced in .accordance with the laws of the State of Georgia. D. Venue. This Agreement shall be deemed to have been made and performed in Augusta, Georgia. For the purpose of venue, all suits or causes of action arising out of this Agreement shall be brought in the Superior Court of Richmond County, Georgia. Contractor, by executing this Agreement,specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County,Georgia. E. Assignments. Augusta has entered into this Agreement in part on the basis of personal reliance in the integrity and qualifications of Contractor. Contractor agrees it shall not delegate, assign, subcontract,transfer, pledge, convey, sell, or otherwise dispose of the whole or any part of this Agreement or its right, title, or interest therein to any person, firm, or corporation without the previous written consent of Augusta. Any attempted assignment by Contractor without prior express written approval of Augusta shall at Augusta's sole option terminate this Agreement. F. Licenses, Permits and Certifications. Contractor hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses,certifications, and permits required under federal,state and local laws. G. Contractor and its employees shall not infringe on any United States patent, copyright, trade secret, or other proprietary right for any material, product, or part thereof used or furnished under this Agreement. Contractor shall indemnify and hold Augusta harmless from loss on account thereof, except when such loss is due to a particular design, process, material, or product required by Augusta; provided, however, that Contractor promptly notify Augusta if Contractor has reason to believe that such requirement is an infringement of any rights stated herein. H. Ownership of Documents.-Title to all documents,drawings and specifications with respect to work performed under this Agreement shall vest with Augusta when Augusta has compensated Contractor in full, as provided herein, for the services described in this document. I. Waiver. The waiver by either party of any failure on the part of the other party to perform in accordance with any of the terms or conditions of this Agreement shall not be construed as a waiver of any future or continuing similar or dissimilar failure. J. Severability. In the event any provision of this Agreement is held to be unenforceable for any reason, the remainder of the Agreement shall be in full force and effect and enforceable in accordance with its terms. K. No Conflict. Contractor represents and warrants that it presently has no interest, direct or indirect, and covenants and agrees that it will not, during the term of this Agreement, acquire any interest, direct or indirect that would conflict in any manner or degree with the performance of its duties and obligations hereunder. Contractor further covenants and agrees for itself, its agents, employees, directors and officers to comply fully with the provisions of the Official Code of Georgia (OCGA §§45-10-20 et. seq.)and the provisions of the Augusta, Georgia Code of Ethics governing conflicts of interest of persons doing business with Augusta, as such provisions now exist and may be amended hereafter. Contractor represents and warrants that such provisions are not and will not be violated by the Agreement or its performance hereunder. L. Compliance with Applicable Laws. The Contractor's attention is directed to the fact that all applicable federal, state,and county laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over this type of service shall apply to the Agreement throughout, and they will be deemed to be included in the Agreement the same as though herein written out in full. M. Independent Parties - Augusta, Georgia and the Contractor shall at all times be considered independent parties and, in no event, shall either be liable for the debts and obli t,:tions of the other. Contractor shall not have any claim against Augusta, Georgia for vacation pay, paid sick leave, retirement benefits, social security, workers compensation, health, disability, professional malpractice or unemployment insurance benefits or other benefits. N. Foreign Corporations. In the event the Contractor is a foreign corporation, partnership, or sole proprietorship, the Contractor hereby irrevocably appoints the Georgia Secretary of State as its agent for service of all legal process for the purposes of this Contract only. O. Georgia Open Records Act. Contractor shall comply with the Georgia Open Records Act, OCGA§ 50-18-70 et seq. P. Judicial Interpretation. The law of the State of Georgia shall govern the construction of this Agreement. Should any provision of this Agreement require judicial interpretation, it is agreed that the court interpreting or construing the same shall not apply a presumption that the terms hereof shall be more strictly construed against one party by reason of the rule of construction that a document is to be construed more strictly against the party who itself or through its agent prepared same, it being agreed that the agents of all parties have participated in the preparation hereof and all parties have had an adequate opportunity to consult with legal counsel. In interpreting this Contract in its entirety,the printed provisions of this Contract and any additions written or typed hereon shall be given equal weight, and there shall be no inference, by operation of law or otherwise, that any provision of this Contract shall be construed against either party hereto. Q. Modification. Contractor acknowledges that this Agreement and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. R. Sole Agreement. This Agreement constitutes the sole agreement between the parties. No representations oral or written not incorporated herein shall be binding upon the parties. No amendment or modifications of this Agreement shall be enforceable unless approval by action of Augusta. IN WITNESS WHEREOF,the parties hereto have caused the Agreement contained in this Attachment to be executed in two counterparts, each to be considered as an original by their authorized representative. APOLLO VIDEO TECHNOLOGY,INC. AUGUSTA,GEORGIA 17 411111111 (Rod otbohm,Chief Executive Officer ,4 ,,Iardie Davis,Jr., ayor if,/ .„ ,v 3 Attost: ,.z ,, , ,,4„ a ,T,: /.-".s-".u. a a aw sk A. i, / fr,„.- /.;,, ,, . A �ary Public ((( en J.B. lc ' , f / � �������ssiee� My Commission Expires: /7 4 P t . 0 10 \F E R qi/ I ` er00 YO'C�o��SSiOlycy4(444,060,00411*,� p -to•` 9 3 I3t; FEB. N . y 2017 ••o :• 'PA.A/CO.�`HP• ♦ 3 EXHIBIT A ( oao oll Apollo Video Technology GENERAL SERVICES ADMINISTRATION Federal Supply Schedule 084 Alarm and Signal Systems, Facility Management Systems, Professional Security/Facility Management Services, and Protective Services Occupations(Guard Services) FSC Group: 5820/6650 Contract Number: GS-07F-0776X Contract Period: September 30,2011 —September 29,2016 Apollo Video Technology 24000-35th Avenue SE Bothell, WA 98021-8990 Phone number: (425)483-7100 Fax number:(425)483-7200 www.aoollovideo.com FEDERAL ACQUISITION SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST Federal Supply Schedule 084 FSC Group: 5820/6650 Contract Administrator: April Johnson 24000-35th Avenue SE Bothell, WA 98021-8990 (425)483-7100 qsaataoollovideo.com BUSINESS SIZE: Small Business Socioeconomic Indicators: N/A On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order are available through GSA Advantage!,a menu-driven database system.The INTERNET address for GSA Advantage! Is htto://www.gsaadvantage.gov For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at htto://www.fss.gsa.gov Updated 05/06/2016 Page 1 CUSTOMER INFORMATION: 1a. Awarded special item numbers: 426-4S Closed Circuit Surveillance Systems lb. Lowest priced model number and price RR-CEIR - Camera Enclosure, vandal for each sin: resistant for RR-CIR2 Series Cameras- $25.28 -426-4S 1c.Hourly rates(services only): See Below Price List 2. Maximum order*: 426-4S $200,000 *Ordering activities may request a price reduction at any time before placing an order, establishing a BPA, or in conjunction with the annual BPA review. However,the ordering activity shall seek a price reduction when the order or BPA exceeds the simplified acquisition threshold. Schedule contractors are not required to pass on to all schedule users a price reduction extended only to an individual ordering activity for a specific order or BPA. 3.Minimum Order: N/A 4.Geographic Coverage: Domestic, 50 states,Washington, DC, Puerto Rico, US Territories and to a CONUS port or consolidation point for orders received from overseas activities 5. Point(s)of production: Products: Bothell,Washington USA Services: N/A 6.Discount from list prices: GSA Net Prices are shown on the attached GSA Pricelist. Negotiated discount has been applied and the IFF has been added. 7.Quantity discount(s): None 8. Prompt payment terms: 1%20 days, Net 30 Information for Ordering Offices: Prompt payment terms cannot be negotiated out of the contractual agreement in exchange for other concessions. 9a.Government Purchase Cards must be accepted at or below the micro-purchase threshold. 9b.Government Purchase Cards are accepted above the micro-purchase threshold. Contact contractor for limit 10. Foreign items: None Updated 05/06/2016 Page 2 11a.Time of delivery; Shipped 30 days after receipt of order 11b.Expedited delivery: 2-3 days(additional cost) 11c.Overnight and 2-day delivery: 2-3 days (additional cost) 11d.Urgent Requirements Customers are encouraged to contact the contractor for the purpose of requesting accelerated delivery. 12.FOB point: Origin; The contractor will pay all freight costs for orders over$100K 13a.Ordering address 24000-35th Avenue SE -Bothell,WA 98021- 8990 13b.Ordering procedures For supplies and services,the ordering procedures, information on Blanket Purchase Agreements(BPA's)are found in FAR 8.405-3 14. Payment address: 24000-35th Avenue SE-Bothell,WA 98021-8990 15.Warranty provision: 2 Years all equipment 16.Export packing charges: Not applicable 17.Terms and conditions of government Not applicable purchase card acceptance: 18.Terms and conditions of repair parts Not applicable indicating date of parts price lists and any discounts from list prices: 19.Terms and conditions of installation: See Below Price List 20.Terms and conditions of repair parts Not applicable indicating date of parts price lists and any discounts from list prices: 21.List of service and distribution points: Not applicable 22.List of participating dealers: Not applicable 23.Preventive maintenance: Not applicable 24a.Special attributes such as Not applicable environmental: 24b.Section 508 compliance for EIT: Not applicable 25. DUNS number: 174710520 26.Notification regarding registration in Registration valid until 12/31/2016 system for award management(SAM) database: Updated 05/06/2016 Page 3 GSA Pricing Catalog Effective Date:April 11,2016 Apoa llo Vidc-o Technology Model t' 1ieacrrplrorr Pone 1 RoadRunnerTM On-Board Digital Video Systems l=1 "1a ity ba Rur4rSereitDi lVi eb: ecbr ar, i ,RR-MRH16-4000 RoadRunner 16 Camera Mobile Digita l Video Recorder,RsMTM Software, $4,803 Power Cable,Event Switch, Removable 4.0TB Hard Disk Drive RR-MRH16-3000 RoadRunner 16 Camera Mobile Digital Video Recorder,RsMTM Software, $4,718 Power Cable, Event Switch, Removable 3.0TB Hard Disk Drive RR-MRH16-2000 RoadRunner 16 Camera Mobile Digital Video Recorder,RsMTM" Software, $4,633 Power Cable,Event Switch, Removable 2-OTB Hard Disk Drive RR-MRH16-1000 RoadRunner 16 Camera Mobile Digital Video Recorder,RsMTM" Software, $4,547 Power Cable,Event Switch, Removable 1.OTB Hard Disk Drive RR-MRH16-20005 RoadRunner 16 Camera Mobile Digital Video Recorder, RsMTM Software, $5,678 Power Cable, Event Switch,Removable 2.018 Solid-State Drive RR-MRH16-10005 RoadRunner 16 Camera Mobile Digital Video Recorder, RsMTM'Software, $5,412 Power Cable,Event Switch,Removable 1.0TB Solid-State Drive RR-MRH12-4000 RoadRunner 12 Camera Mobile Digital Video Recorder,RsMTM Software, $3,823 Power Cable, Event Switch,Removable 4.0TB Hard Disk Drive RR-MRH12-3000 RoadRunner 12 Camera Mobile Digital Video Recorder, RsMTM'Software, $3,738 Power Cable,Event Switch,Removable 3.0TB Hard Disk Drive RR-MRH12-2000 RoadRunner 12 Camera Mobile Digital Video Recorder,RsMTM Software, $3,653 Power Cable, Event Switch, Removable 2.0TB Hard Disk Drive RR-MRH12-1000 RoadRunner 12 Camera Mobile Digital Video Recorder,RsMTM Software, $3,568 Power Cable, Event Switch,Removable 1-OTB Hard Disk Drive RR-MRH12-20005 RoadRunner 12 Camera Mobile Digital Video Recorder, RsMTM Software, $4,698 Power Cable, Event Switch,Removable 2,OTB Solid-State Drive RR-MRH12-1000S RoadRunner 12 Camera Mobile Digital Video Recorder,RsMTM Software, $4,432 Power Cable, Event Switch, Removable 1.0TB Solid-State Drive RR-MRH12-U2 Upgrade MRH12 to 14 Camera Capability(Software License for 2 Additional $490 Cameras) RR-MRH12-U4 Upgrade MRH12 to 16 Camera Capability(Software License for 4 Additional $980 Cameras) RR-MRH8-4000 RoadRunner 8 Camera Mobile Digital Video Recorder, RSMTM Software, $3,287 Power Cable, Event Switch,Removable 4.0TB Hard Disk Drive RR-MRH8-3000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsMTM'Software, $3,202 Power Cable, Event Switch,Removable 3.0TB Hard Disk Drive RR-MRH8-2000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsMTM'Software, $3,117 Power Cable,Event Switch,Removable 2.0TB Hard Disk Drive RR-MRH8-1000 RoadRunner 8 Camera Mobile Digital Video Recorder, RsMTM Software, $3,031 Power Cable,Event Switch, Removable 1.OTB Hard Disk Drive Updated 05/06/2016 Page 4 RR-MRH8-2000S RoadRunner 8 Camera Mobile Digital Video Recorder,RsMT"Software, $4,162 Power Cable, Event Switch, Removable 2.0TB Solid-State Drive RR-MRH8-1000S RoadRunner 8 Camera Mobile Digital Video Recorder, RsMTM Software, $3,896 Power Cable, Event Switch,Removable 1.OTB Solid-State Drive RR-MRH4-4000 RoadRunner 4 Camera Mobile Digital Video Recorder,RsMTM Software, $2,226 Power Cable,Event Switch, Removable 4.0TB Hard Disk Drive RR-MRH4-3000 RoadRunner 4 Camera Mobile Digital Video Recorder,RsMTM Software, $2,141 Power Cable,Event Switch,Removable 3.0TB Hard Disk Drive RR-MRH4-2000 RoadRunner 4 Camera Mobile Digital Video Recorder,RsMTM Software, $2,055 Power Cable,Event Switch,Removable 2.0TB Hard Disk Drive RR-MRH4-1000 RoadRunner 4 Camera Mobile Digital Video Recorder,RsMTM Software, $1,970 Power Cable,Event Switch, Removable 1.0TB Hard Disk Drive RR-MRH4-2000S RoadRunner 4 Camera Mobile Digital Video Recorder,RsMTM Software, $3,101 Power Cable,Event Switch, Removable 2.0TB Solid-State Drive RR-MRH4-1000S RoadRunner 4 Camera Mobile Digital Video Recorder,RsMTM'Software, $2,834 Power Cable,Event Switch, Removable 1.0TB Solid-State Drive RR-MPH-ID dD:r ,Aft= ter,for RwadRuiindi MR1-I Soder;a>DVR $114 IICeMbrndg} o-''. ..T. .+,`.,, .,. , .: . ' "' v{�a,,, >,. ,. .... ,e ''{ 1sc .,;�.t .,, .� ��.� � ] t a w ,r�u.. �r,':.Y`� kk-t;Fi Camera,Forward-Facing Color Interior High Resolution,Day/Night,Varifocal $494 Lens Camera w/Adjustable Mount RR-CTM Camera,Color Vandal Resistant, Exterior, High Resolution,Miniature Tapered $194 UV Coated Dome,2.9mm;Orientation Options:Ceiling:RR-CTM-C;Side:RR- CTM-S RR-CTMIRA Camera,Color Vandal Resistant Interior High Resolution, Day/Night Mini $227 Tapered Dome WI IR Illumination&Audio Recording; Lens Options.2.5mm: RR-CTMIRA25 I 3.6mm:RR-CTMIRA36;Orientation Options:Ceiling:RR- ******-C;Side:RR-******-S RR-CT Camera,Color Vandal Resistant Exterior,High Resolution,Tapered UV $240 Coated Dome;Lens Options:2.9mm:RR-CT29 I 3.6mm.RR-CT36 RR-CTIR Camera,Color Vandal Resistant Interior/Exterior,High Resolution,Day/Night $240 Tapered Dome w/IR Illumination;Lens Options:2.5mm:RR-CTIR25 3.6mm:RR-CTIR36 RR-CTIRA Camera,Color Vandal Resistant Interior High Resolution, Day/Night Tapered $273 Dome w/IR Illumination&Audio Recording;Lens Options:2.5mm: RR- CTIRA25 I 3.6mm:RR-CTIRA36 RR-CW1 Camera,Color Vandal Resistant High Resolution Interior/Exterior Wedge $289 (Previously RR-CT-540);Orientation Options:Curbside: RR-CW1-CS I Street side:RR-CW1-SS I Front view:RR-CWI-FV RR-CIR2 Camera,Color IR Illumination Day/Night High Resolution with Audio $164 Recording;Lens Options:2.5mm:RR-CIR225 I 3.6mm:RR-CIR236 16.0mm: RR-CIR260 I 8.0mm:RR-CIR280 I 12mm lens. RR-CIR212 RR-C2 Camera,Color High Resolution with Audio Recording; Lens Options:2.5mm: $164 RR-C225 I 3.6mm:RR-C236 16.0mm:RR-C260 I 8.0mm:RR-C280 12mm:RR-C212 Updated 05/06/2016 Page 5 RR-CZ27 Camera,27x Optical+10x Digital Zoom,Day/Night Auto-Focus Color Camera $475 :!0ffirter.ect4,016,7ASiktrtilA RRWCC Camght&Coble Assembly, &Powth I Length Options: 10 -90:RR- - $27 ICC10-RR-ICC90 RR-ICCA Camera Cable Assembly,Video,Power&Audio I Length Options: 10'-90': $27 RR-ICCA10-RR-ICCA90 RR-CEIR &aright Enclosure,VhcOrd-Resietarn Enclosing for RR-CIR2 Series Cameras $24 RR-CMIRV7 Camera Mount,7"Vandal-Resistant Mount for RR-CIR2/RR-C2 Series $38 Cameras RR-CMIRS3 Camera Mount,3"Swivel Mount for RR-C2 Series Cameras $33 RR-CMIRS6 Camera Mount,6"Swivel Mount for RR-C2 Series Cameras $38 RR-CMWP Camera Mount,Additional Permanent Glue Windshield Mount(for use with the $28 RR-CZ27 Camera) RR-CMWR Camera Mount,Additional Removable Suction Cup Windshield Mount(for use $28 with the RR-CZ27 Camera) Ae§,=.4j'id:ISIVI.'(lii16iedtiVe'Spee'd_arid.MaOprhijrlrtterfa-c.trAVA4dti;ViVQV.;:-:r:g0:V;e,25:;;,,-,r'yA:,saifq'ttot5, -,RFZ..Gf--)$ Chcr3 Eh; Cht&rg Port:strew%&hi 0 rthrochtht how&&Mapping)Interface $141 l'iNOIE727Rje4sOfpfgr:t0iSprOce,aris, priporrAtiricindifeirffliraleWeOnfigeatiorlisdrxidellOedegilkY: RR-WC32C-A Mortbe&Ogler Router with LTErtilitclOrWirg Antenna,AT&T;NOTE 9M card $898 god monthly senche 2s hot ctoludod&roust be arranged through a local provider RR-WC320-V Mobile Cellular Router with LTE/MIMO/WiFi Antenna,Verizon;NOTE:SIM $898 card and monthly service is not Included&must be arranged through a local provider RR-WC320-S Mobile Cellular Router with LTE/MIMO/WiFi Antenna,Sprint;NOTE SIM card $898 and monthly service is not included&must be arranged through a local provider RR-WC330-A Mobile Cellular Router with LTE/MIMO/WiFi Antenna, 802.11ac,AT&T;NOTE: $1,026 SIM card&monthly service is not included&must be arranged through a local provider RR-WC330-S Mobile Cellular Router with LTE/MIMO/WiFi Antenna, 802.11ac, Sprint; NOTE. $1,026 SIM card&monthly service is not included&must be arranged through a local provider RR-WC330-V Mobile Cellular Router with LTE/MIMO/WiFi Antenna,802 11ac,Verizon, $1,026 NOTE:SIM card&monthly service is not included&must be arranged through a local provider IROig.17000iffe-t tyi.,54id.olgriststieriiRaRiphOcyriM04§160:60514t019444r:fff :', Wireless 802.11a/b/g/n Industrial Mobile Access Point w/Rubber Duck $395 Antenna RR-A220A Dual-Band Ruggedized Antenna,Single Input;For 5'cables,order RR- $113 A220A1;for 20'cables,order RR-A220A2 Updated 05/06/2016 Page 6 RR-A22013 Dual-Band Ruggedized MIMO Antenna,Dual Input;For 5'cables,order RR- $212 A220B1;for 20'cables,order RR-A220B2 RR-WT210 Wireless LAN Industrial Access Point,Bridge&Exterior Antenna $395 RR-WT210-DUO Wireless LAN Industrial A/P Dual Addition $418 RR-WR210B Wireless LAN Industrial Access Point&Magnetic Mount Antenna,Vehicle $402 Power Plug '- . .` . . Ki ,-;I', ;.-: _,a..,.._.._,.,, .Protective Heater for MRH Series DVR $75 RR-ENV Environmental Protective Enclosure $297 niiu(Network Intelligent Interface Unit) $388 RR-VA1 3 Axis Accelerometer $250 RR-UPS-S Uninternaptable Power Supply with SuperCap Technology $608 RR-S2C 2 Camera Video Switcher(Provides 2 Additional Switching Camera Inputs) $151 RR-M2i Surface Mount Microphone with Gain Control,Cabling $151 RR-DLCDP1 Display, 17"Color On-Board Progressive Scan Monitor with Ruggedized $836 Mount RR-DMPLCD Display Package(7"LCD Display,Mouse,Cabling&Mounts) $418 RR-DBPLCD Backup Display Package(7"LCD,RR-CTM29-C,Cabling&Mount) $570 RR-AW24CD Audio,Desktop Charger and Adapter for RR-AW24GHz Wireless Audio Kit,for $84 Roadrunner Law Enforcement System RR-AW24GHZ Audio,Complete 2.4Ghz Wireless Audio Kit,for Roadrunner Law Enforcement $666 System RR• ,RH s 00HD Removable Hard Disf Defe for RoadRunner DVR,4.OTB $646 RR-MRH3000HD Removable Hard Disk Drive for RoadRunner DVR,3.0TB $561 RR-MRH2000HD Removable Hard Disk Drive for RoadRunner DVR,2.0TB $475 RR-MRH1000HD Removable Hard Disk Drive for RoadRunner DVR, 1.0TB $390 RR-MRH2000SD Removable Solid-State Drive RoadRunner DVR,2.OTB $1,521 RR-MRH1000SD Removable Solid-State Drive RoadRunner DVR, 1.0TB $1,140 RoadRunner HDTr"High Definition Mobile Recording Systems R - 1 -4000 RoadRunner HD 18 Carrera Mobile Recorder,RsMM Software,Power Cable, $5,778 Event Switch, Removable 4.0TB Hard Disk Drive RR-HDR16-3000 RoadRunner HD 16 Camera Mobile Recorder,RsMTM Software,Power Cable, $5,692 Event Switch, Removable 3.0TB Hard Disk Drive RR-HDR16-2000 RoadRunner HD'16 Camera Mobile Recorder,RsMTM Software,Power Cable, $5,607 Event Switch,Removable 2.0TB Hard Disk Drive RR-HDR16-1000 RoadRunner HD 16 Camera Mobile Recorder,RsMT""Software,Power Cable, $5,522 Event Switch,Removable 1.OTB Hard Disk Drive RR-HDR16-2000S RoadRunner HD 16 Camera Mobile Recorder, RsMT1'Software, Power Cable, $6,652 Event Switch,Removable 2.OTB Solid-State Drive RR-HDR16-1000S RoadRunner HD 16 Camera Mobile Recorder, RsMTM,Software,Power Cable, $6,386 Event Switch,Removable 1.0TB Solid-State Drive Updated 05/06/2016 Page 7 RR-HDR12-4000 RoadRunner HD 12 Camera Mobile Recorder, RsMTM Software,Power Cable, $4,798 Event Switch,Removable 4.OTB Hard Disk Drive RR-HDR12-3000 RoadRunner HD 12 Camera Mobile Recorder, RsMTM Software,Power Cable, $4,713 Event Switch,Removable 3.0TB Hard Disk Drive RR-HDR12-2000 RoadRunner HD 12 Camera Mobile Recorder,RsMTM Software, Power Cable, $4,627 Event Switch,Removable 2.0TB Hard Disk Drive RR-HDR12-1000 RoadRunner HD 12 Camera Mobile Recorder, RsMTM'Software,Power Cable, $4,542 Event Switch, Removable 1.OTB Hard Disk Drive RR-HDR12-20005 RoadRunner HD 12 Camera Mobile Recorder,RsMTM Software,Power Cable, $5,673 Event Switch,Removable 2.0TB Solid-State Drive RR-HDR12-10005 RoadRunner HD 12 Camera Mobile Recorder, RsMTM'Software,Power Cable, $5,406 Event Switch,Removable 1.OTB Solid-State Drive RR-HDR08-4000 RoadRunner HD 8 Camera Mobile Recorder, RsMTM Software,Power Cable, $4,261 Event Switch, Removable 4.0TB Hard Disk Drive RR-HDR08-3000 RoadRunner HD 8 Camera Mobile Recorder,RsMTM Software, Power Cable, $4,176 Event Switch, Removable 3.0TB Hard Disk Drive RR-HDR08-2000 RoadRunner HD 8 Camera Mobile Recorder,RsMTM Software,Power Cable, $4,091 Event Switch,Removable 2.0TB Hard Disk Drive RR-HDR08-1000 RoadRunner HD 8 Camera Mobile Recorder, RsMTM Software,Power Cable, $4,006 Event Switch, Removable 1.0TB Hard Disk Drive RR-HDR08-2000S RoadRunner HD 8 Camera Mobile Recorder,RsMTM Software,Power Cable, $5,136 Event Switch,Removable 2.0TB Solid-State Drive RR-HDR08-1000S RoadRunner HD 8 Camera Mobile Recorder,RsMTM Software,Power Cable, $4,870 Event Switch,Removable 1.OTB Solid-State Drive RR-HDR04-4000 RoadRunner HD 4 Camera Mobile Recorder,RsMTM Software, Power Cable, $3,200 Event Switch, Removable 4.OTB Hard Disk Drive RR-HDR04-3000 RoadRunner HD 4 Camera Mobile Recorder,RsMTM Software,Power Cable, $3,115 Event Switch, Removable 3,0TB Hard Disk Drive RR-HDR04-2000 RoadRunner HD 4 Camera Mobile Recorder,RsMTM Software, Power Cable, $3,030 Event Switch,Removable 2.0TB Hard Disk Drive RR-HDR04-1000 RoadRunner HD 4 Camera Mobile Recorder,RsMTM Software,Power Cable, $2,945 Event Switch,Removable 1.OTB Hard Disk Drive RR-HDR04-20005 RoadRunner HD 4 Camera Mobile Recorder, RsMM Software,Power Cable, $4,075 Event Switch, Removable 2.0TB Solid-State Drive RR-HDR04-1000S RoadRunner HD 4 Camera Mobile Recorder, RsMTM Software, Power Cable, $3,809 Event Switch,Removable 1.OTB Solid-State Drive RR-HDCF1 RoadRunner HD Camera Forward-Facing Interior High Definition, Day/Night, $570 Color w/Varifocal Lens&Adjustable Mount RR-HDCTDIRA RoadRunner HD Camera-Vandal Resistant, IP Addressable, High Definition $319 Tapered Color Dome w/IR Illumination&Audio Recording RR-HDCTDA35 RoadRunner HD Camera-Vandal Resistant,IP Addressable,High Definition $319 Tapered Color Dome w/Audio Recording,3.5mm Lens RR-HDCTDA40 RoadRunner HD Camera-Vandal Resistant, IP Addressable, High Definition $319 Tapered Color Dome w/Audio Recording,4.0mm Lens 1340.-04,41:1.... RR-HDC IND 1,441in,c,( �- ' ¢ Exterior, IP Addressable, High___. $319 Definition Tapered UV-Coated Color Dome Updated 05/06/2016 Page 8 RR-HDCW1 RoadRunner HD Camera-Vandal Resistant,Exterior High Definition IP $334 Addressable, High Definition Varifocal Color Wedge Mot.. .g _. .gym ...... ... RR FIR.CCA RoRJaw ter!!D r' .. " ,.i,_r ti I .i ., A-:',Power&Audio(Specify. $27 10', 15',20',25',35',45',55',65', 75') Fill-HOWC320-A Mobile Cellular Router with LTEJMIMO iii Antenna,AT&T l NOTE:SIM card $898 &monthly service is not included and must be arranged through a iocal provider RR-HDWC320-V Mobile Cellular Router with LTE/MIMO/WiFi Antenna,Verizon I NOTE:SIM $898 card&monthly service is not included and must be arranged through a local provider RR-HDWC320-S Mobile Cellular Router with LTE/MIMO/WiFi Antenna,Sprint I NOTE:SIM card $898 &monthly service is not included and must be arranged through a local provider RR-HDWC330-A Mobile Cellular Router with LTE/MIMO/WiFi Antenna,802.1lac,AT&T; NOTE: $1,026 SIM card&monthly service is not included and must be arranged through a local provider RR-HDWC330-V Mobile Cellular Router with LTE/MIMONVin Antenna, 802.1lac,Verizon; $1,026 NOTE:SIM card&monthly service is not included and must be arranged through a local provider RR-HDWC330-S Mobile Cellular Router with LTE/MIMO/Win Antenna,802.1 lac,Sprint;NOTE- $1,026 SIM card&monthly service is not included and must be arranged through a local provider qi. RR-RW/1222 ` :' Ei �+02 i I at lai Industrial Mobile Access Point/Client/Bridge/Repeater $471 RR-HDWT221 RoadRunner HD Wireless 802.11a/b/g/n Industrial Mobile Access Point w/ $395 Rubber Duck Antenna RR-HDA220A RoadRunner HD Dual-Band Ruggedized Antenna,Single Input I For 5'cables, $113 order RR-A220A1;for 20'cables,order RR-A220A2 RR-HDA220B RoadRunner HD Dual-Band Ruggedized MIMO Antenna, Dual Input $212 RR-HDWT210 Wireless LAN Industrial Access Point,Bridge&Exterior Antenna $395 RR-HDWT210-DUO Wireless LAN Industrial NP Dual Addition $418 RR-HDWR210B Wireless LAN Industrial Access Point&Magnetic Mount Antenna,Vehicle $402 Power Plug RR-HDHDA RoadRunner HO Drive Adapter $114 RR-HDAGPS RoadRunner HD Antenna,GPS(Utilizes internal receiver) $75 RR-HDGPS RoadRunner HD GPS(External receiver and antenna) $141 RR-HDVA1 RoadRunner HD 3 Axis Accelerometer(External) $250 RR-HDVE8 RoadRunner HD Video Encoder,8 Camera Support $608 RR-HDVE4 RoadRunner HD Video Encoder,4 Camera Support $380 RR-HDUPS-S RoadRunner HD Uninterruptible Power Supply with Supei'Cap Technology $608 RR-HDVCS RoadRunner HD Vandal-Resistant Recorder Cover&Cable Guard Set $98 RR-HDEH RoadRunner HD Environmental Protective Heater $75 RR-HDDLCD70 HD Smart Display Package(7"LCD Display,Controller,Cabling&Mounts) $836 RR-HDM2i RoadRunner HD Surface Mount Microphone with Gain Control,Cabling $151 AVT-NIIU Network Intelligent Interface Unit $388 Updated 05/06/2016 Page 9 777* ", ., , . - . . Hard Disk Drive,4.0TB $646 RR-HDD3000 RoadRunner HD Removable Hard Disk Drive,3,0TB $561 RR-HDD2000 RoadRunner HD Removable Hard Disk Drive,2.0TB $475 RR-HDD1000 RoadRunner HD Removable Hard Disk Drive, 1.0TB $390 RR-HDD1000S RoadRunner HD Removable Solid-State Drive, 1.0TB $1,521 RR-HDD2000S RoadRunner HD Removable Solid-State Drive,2.0TB $4,563 Software, Services and Warranty: s AVT-ViM $4,563 AVT-VIM-A ViM(Vehicle k.'=� ,,,;. 1 x�1f Software,AutoClip Single Server $4,563 License* AVT-VIM-AL ViM(Vehicle Information Management)Software,AutoClip Single Vehicle $227 License* AVT-ViM-H ViM(Vehicle Information Management)Software,DVR Health Single Server $4,563 Software* AVT-ViM-HL ViM(Vehicle Information Management)Software,DVR Health Single Vehicle $227 License* AVT-ViM-C ViM(Vehicle Information Management)Software, Clip Management Single- $4563 Server Software* AVT ViM-CL ViM(Vehicle Information Management)Software,Clip Management Single- $227 Vehicle License* AVT ViM-L ViM(Vehicle Information Management)Software,Location Module Single- $4,563 Server Software* AVT-ViM-LL ViM(Vehicle Information Management)Software,Location Module Single- Vehicle License* $227 AVT-ViM-S VIM(Vehicle Information Management)Software,Streaming Server Module $4,563 Single-Server Software* AVT-ViM-SL ViM(Vehicle Information Management)Software,Streaming Server Module $227 Single-Vehicle License* *Includes 3 Years of Software Updates AVT-ViM-M-50 ViM Software Maintenance for Fleets of 50 Vehicles or Less,12 Months(Unit $2,187 Price is per Module) AVT-ViM-M-100 ViM Software Maintenance for Fleets of 100 Vehicles or Less, 12 Months(Unit $3,613 Price is per Module) AVT-ViM-M-150 ViM Software Maintenance for Fleets of 150 Vehicles or Less,12 Months(Unit $5,040 Price is per Module) AVT-ViM-M-200 ViM Software Maintenance for Fleets of 200 Vehicles or Less, 12 Months(Unit $6,466 Price is per Module) AVT-ViM-M-300 ViM Software Maintenance for Fleets of 300 Vehicles or Less, 12 Months(Unit Price is per Module) $9,319 AVT-ViM-M-400 VM Software Maintenance for Fleets of 400 Vehicles or Less, 12 Months(Unit $12,266 Price is per Module) AVT-ViM-M-500 VM Software Maintenance for Fleets of 500 Vehicles or Less, 12 Months(Unit Price is per Module) $15,024 Updated 05/06/2016 Page 10 AVT-ViM-M-750 ViM Software Maintenance for Fleets of 750 Vehicles or Less, 12 Months(Unit Price is per Module) $22,156 AVT-ViM-M-1000 ViM Software Maintenance for Fleets of 1,000 Vehicles or Less, 12 Months (Unit Price is per Module) $29=287 AVT-ViM-M-1500 ViM Software Maintenance for Fleets of 1,500 Vehicles or Less, 12 Months (Unit Price is per Module) $43,550 r.. i. . . . Standard On-Site Support Visit-up to 1 full day(8 hours)on-site Travel AVT-XS expenses are included for the United States and Canada only.NOTE Initial $1,995 On-Site Support Visit is Included at No Additional Charge with Minimum Equipment Purchase of$75,000 AVT-XS1 Additional day(8 hours)on site,Standard Service $997 ,Advancbd,On-S,iteriSupport fiZr„a in in.§kgLLLSLLggoOLLggsgg Software 1 Networking On-Site Support Visit-up to 2 full days(16 hours)on- AVT XSN site I Travel expenses are included for the United States and Canada only. $4,489 NOTE Initial On-Site Support Visit is included at No Additional Charge with Minimum Software and Equipment Purchase of$250,000 AVT-XSN 1 Additional day(8 hours)on site, Software/Networking Service $1,496 � ,.. rt n.kh ri..tit,irNegg S .esViz`mow: v6.wa ,.. ,x;. ,x.xx , a R - Wireless ASP or Bridge Configuration(C I_ V t is per unit configured) $39 RR-XCFGC Wireless Cellular Configuration(Cost is per unit configured) $49 RR-XECM1 Enterprise Cloud Management Service for WC3201WC330-Hosted by $42 Cradlepoint, 1 Year RR-XECM3 Enterprise Cloud Management Service for WC320/VVC330-Hosted by $88 Cradlepoint, 3 Years RR-XECM5 Enterprise Cloud Management Service for WC3201WC330-Hosted by $140 Cradlepoint,5 Years r PR-XW; `xor? d'. e c anti_'roar a(Ali E tie r' ,s}Exploding 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 'xtlCsr t a L s • h INST-A4 36:....l..wl..E:e..�..c.:r,...,bllsi< ....�......:#4r. Nos r.. ,cu:,.,..a.a ,at:a es:LI ..aged Bus DVR system with up to 4 devices $598 INST-A8 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus- $698 DVR system with up to 8 devices INST-Al2 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus- DVR system with up to 12 devices $798 INST-Al6 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus- $898 DVR system with up to 18 devices INST-A20 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus- $997 DVR system with up to 20 devices INST-A24 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus- DVR system with up to 24 devices $1,197 INST-A28 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus- DVR system with up to 28 devices $1,396 Updated 05/06/2016 Page 11 INST-B4 i or Non-Standard Transit $798 INST-B8 Installation of RoadRunner System for Articulated or Non-Standard Transit $898 Bus-DVR system with up to 8 devices INST-B12 Installation of RoadRunner System for Articulated or Non-Standard Transit $997 Bus-DVR system with up to 12 devices INST-B16 Installation of RoadRunner System for Articulated or Non-Standard Transit $1,097 Bus-DVR system with up to 16 devices INST-B20 Installation of RoadRunner System for Articulated or Non-Standard Transit $1,197 Bus-DVR system with up to 20 devices INST-B24 Installation of RoadRunner System for Articulated or Non-Standard Transit $1,396 Bus-DVR system with up to 24 devices INST-B28 Installation of RoadRunner System for Articulated or Non-Standard Transit $1,596 Bus-DVR system with up to 28 devices .coitattiatibrIs Hwyoy« �, r# F: aF f �i r "1MitiirtunktastelPatiraft Oa* :' valn rx INST-C4 .. _ �i _ . ,3 + �� .._ �. _tgooys -DVR $997 ._ system with up to 4 devices INST-C8 Installation of RoadRunner System for Light Rail or Trolley Vehicle-DVR $1,097 system with up to 8 devices INST-C12 Installation of RoadRunner System for Light Rail or Trolley Vehicle-DVR $1,197 system with up to 12 devices INST-C16 Installation of RoadRunner System for Light Rail or Trolley Vehicle-DVR $1,297 system with up to 16 devices INST-C20 Installation of RoadRunner System for Light Rail or Trolley Vehicle-DVR $1,396 system with up to 20 devices INST-C24 Installation of RoadRunner System for Light Rail or Trolley Vehicle-DVR $1,596 system with up to 24 devices INST-C28 Installation of RoadRunner System for Light Rail or Trolley Vehicle-DVR system with up to 28 devices $1,795 Manufacturer Modcl No Descript=on Price Narnq..: I Railhead Corp RVS-LDVR-H4 LDVR GEN 4-4 CHANNEL Kit $9,640 19 120SSD,Twin Camera 4.3/16mm ,2 Camera Cables, Microphone,Audio Cabling, Ethernet Cable, Power Cable,and Misc Hardware Railhead Corp RVS-LDVR-H8 LDVR GEN 4-8 CHANNEL Kit $ 12,069.75 240SSD,2-Twin Camera 4.3/16mm,4- Camera Cables, 2-Microphone,Audio Cabling,Ethernet Cable, Power Cable,and Misc Hardware Railhead Corp RVS-LDVR-H16 LDVR GEN 4-16 CHANNEL Kit $13,861.02 1.0TB SSD,2-Twin Camera 4.3/16mm ,4- Camera Cables,2-Microphone,Audio Cabling,Ethernet Cable, Power Cable,and Misc Hardware Railhead Corp 100022285 Provisional Cable for 1 Camera(cab) $ 149.24 Updated 05/06/2016 Page 12 Railhead Corp 100022286 Provisional Cable for (2)Cameras $348.24 Railhead Corp RVS-AIM Network Interface Package $ 1,343.20 Railhead Corp RVS-ITB LDHD 1.0TB Salid State Hard Drive $2,079.87 Railhead Corp RVS-DPB1 Dual Pole Breaker in Enclosure $ 119.40 Railhead Corp RVS-3PC 74V 3Ft 74V Power Cable $67.66 Railhead Corp RVS-AIMDB9X2 Network Interface Connector $94.52 Railhead Corp RVS-GPS-LDVR GPS Antenna w/Cable $287.54 Railhead Corp RVS-ACBL30AM 30'Audio Cable w Amphenol $ 159.19 Railhead Corp RVS-RJ45SS Ethernet Cable $94.24 Railhead Corp RVS-FM Floor Mount $ 149.24 Railhead Corp RVS-FMSS-Plate LDVR4 Fabricated Base Plate floor mt $348.24 Railhead Corp RVS-1590-4PAM Ext Microphone Box $198.99 Railhead Corp RVS-WC330 Locomotive Mobile Cellular Router,802.11ac, $2,007.44 NOTE;SIM card and monthly service is not included and must be arranged through a local provider I For AT&T,order LWC330A;For Sprint,order LWC330-S;For Verizon,order LWC330-V Updated 05/06/2016 Page 13 LO Apollo Video Technology www.apollovidao.com Quotation#: 100122E Date:9/812016 Payment Terms:1%20 Days,Net 30 Shipping Terms:FOB Origin Sales Rep:Harry White Project Into.:GSA Contract#GS-07F-0776X Bill to:Augusta Richmond County Transit Dept Sharon Dottery Augusta GA Feed Route: Lino Cary f,ladvr ikon rrlatinl:' lJnrt price 14r Prrt 1 18 RR-MRH8-4000 RoadRunner8 Camera Mobile Digital Video Recorder,RsM*"r Software,Power Cable,Event Switch, Removable 4,018 Hard Disk Drive $3,287.00 $59,166.00 18 RR-CF1 Camera,Forward-Fadng Color Interior High Resolution,Day/Night,Varifocal Lens Camera we Adjustable Mount $494.00 $8,892.00 36 RR-CTMIRA25-C Camera,Color Vandal Resistant Interior High Resolution,Day/Night Mini Tapered Dome t f JR Illumination&Audio Recording,2.5mm Lens,Ceiling Mount $227.00 $8,172.00 4 'i 36 RR-CTMIRA36 C Camera,Color Vandal Resistant Interior High Resolution,Day/Night Mini Tapered Dome w0 IR $227.00 $8,172.00 Illumination&Audio Recording,3.6mm Lens,Ceiling Mount 18 RR-GWi CS Camera,Color Vandal Resistant High Resolution Interior/Exterior Wedge(Previously RR-CT-540), Curb-Side Orientation $289.00 $5,202.00 18 RR-CW1 SS Camera,Color Vandal Resistant High Resolution Interior/Exterior Wedge(Previously RR-CT-540), Street-Side Orientation $289.00 $5,202.00 90 RR-1CC25 Camera Cable Assembly,Video&Power,25 $27.00 $2,430.00 EH 18 RR-ICCA40 Camera Cable Assembly,Video,Power&Audio,40' $27.00 $48600 n4 18 RR-ICCA20 Camera Cable Assembly,Video,Power&Audio,20' $27.00 $486.00 it 18 RR-DBPLCD Backup Display Package(7'LCD,RR-CTM29-C,Cabling and Mount) $570.00 $10,260.00 I 18 RR-GPS GPS Kit,GPS Receiver with ISM(Interactive Speed and Mapping)Interface $141.00 $2,538.00 11 18 RR-ENV Enclosure,Environmental Protective Steel Enclosure $297.00 $534600 1 18 INST-Al2 installation of RoadRunner System for Non-Articulated,Standard Transit Bus-DVR system with up to 12 devices $798.00 $14,364.00 Subtotal: $130,716.00 Paratransit: 14 8 RR-MRH8-400() RoadRunner 8 Camera Mobile Digital Video Recorder,RaM TM Software,Power Cable,Event Switch, $3,287.00 $26,296.00 Removable 4.0TB Hard Disk Drive 8 RR-C236 Camera,Color w/Audio Recording,3.6mm lens $164.00 $1,312.00 1 r 8 RR-CMIRVT Camera Mount,7"Vandal-Resistant Mount for RR-CIR21 RR-C2 Series Cameras $38.00 $304.00 1 i 24 RR-GTMIRA25 C Camera,Color Vandal Resistant Interior High Resolution,Day/Night Mini Tapered Dome wit IR $227.00 $5,448.00 Illumination&Audio Recording,2.5mm Lens,Ceiling Mount t'r 8 RR-CTMIRA36 C Camera,Color Vandal Resistant Interior High Resolution,Day/Night Mini Tapered Dome w'IR $227.00 $1,816.00 Illumination&Audio Recording,3.6mm Lens,Ceiling Mount l.a 16 RR CTIR36 Camera,Color Vandal Resistant Interior/Exterior,High Res,Day/Night Tapered Dome vd IR Illumination $240.00 $3,840.00 2d 8 RR-DBPLCD Backup Display Package(7"LCD,RR-CTM29-C,Cabling and Mount) $570.00 $4,560.00 21 32 RR-ICC20 Camera Cable Assemly,Video&Power,20' $27.00 $864.00 33 8 RR-ICCA20Camera Cable Assembly,Video,Power&Audio,20' $27.00 $216.00 73 8 RR-ICCA35 , Camera Cable Assembly,Video,Power&Audio,36' $27.00 $216.00 . 8 RR-GPS GPS Kit,GPS Receiver with iSM(Interactive Speed and Mapping)Interface $141.00 $1,128.00 25 8 RR-ENV Enclosure,Environmental Protective Steel Enclosure $297.00 $2,376.00 2 8 INST Al2 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus-DVR system with up to 12 devices $798.00 $6,384.00 Subtotal: $64,780.00 Agile Video Teehrdogy 2400-35th Avenue Southeast—tothdl,WA 98021 Tait Free 888.288 8721,Td:425.483.7100;Fax 425.483.7200 weeepolovimo ore EXIT B (! po[Lo ollo Video Technologu www.apoilovideo.corn Quotation#: A-1605410 Date:9182016 Payment Terme:Net 15 wt Signed PO Shipping Terms:FOB Origin Sales Rep:Harry White Project info.:GSA Contract OGS-07F-0776X Bill to:Augusta Richmond County Transit Dept Sharon Dottery Augusta GA Tel: Fax/Email: Lair. Sty Xtusta G nr;soa tar a Prcc. l;;xL=Pricel 6 RR-MRH/3-4000 RoadRunner 6 Camera Mobile Digital Video Recorder,RaM TM Software,Power Cable,Event Switch, Removable 4.0TB Hard Disk Drive $3,267.00 $99,722.00 6 RR-0236 Camera,Color w/Audio Recording,3.6mm lens $182.00 $972.00 6 RR-CMIRV7 Camera Mount,r Vandal-Resistant Mount for RR-CJR2 t RR-C2 Series Cameras $38.00 $22600 18 RR GTMIRA25 C Camera,Color Vandal Resistant Interior High Resolution,Day/Night Mini Tapered Dome WI IR . __ Illumination&Audio Recording,2.5mm Lens,Ceiling Mount $226.00 $4,066.00 6 RR CTMIRA36 C Camera,Color Vandal Resistant Interior High Resolution,Day/Night Mini Tapered Dome WI IR Illumination&Audio Recording,3.6mm Lens,Ceiling Mount $226.00 $1,356.00 12 RR-CT36 Camera,Color Vandal Resistant Exterior,High Res,Tapered Dome,3.6mm Lens 8238,00 $2,856.00 T. 6 RR-DBPLCD Backup Display Package(7"LCD,RR-CTM29-C,Cabling and Mount) $570.00 $3,420.00 30 RR-ICC20 Camera Cable Assembly,Video&Power,20' $27.00 $810.00 6 RR-ICCA20 Camera Cable Assembly,Video,Power&Audio,20' $27.00 $162.00 6 RR-ICCA35 Camera Cable Assembly,Video,Power&Audio,35' 827.00 $16200 6 RR-GPS GPS Kit,OPS Receiver with ISM(Interactive Speed and Mapping)Interface $140.00 $84000 8 RR-ENV Enclosure,Environmental Protective Steel Enclosure $297.00 $1,782.00 6 INST-Al 2 Installation of RoadRunner System for Non-Articulated,Standard Transit Bus-DVR system with up to, 12 devices $796.00 $4,788.00 Subtotal: $41,106.00 Freight(Ground Incl.j*': $0,00 Grand Total: 841,186.00 *installation must take place in conjunction with equipment listed on quote#1501220 '"Most be ordered with equipment listed on quote 0 150122D to qualify Purchase orders for GSA contract Items MUST reference GSA Contract number above The RoadRunner system Includes: •Standard 2-Year warranty for all components(extended warranty options are available upon request) Unlimited technical support at no additional charge •License-free Rs M"'(RoadRunner Secure Management)Software with lifetime updates at no additional charge Prices end terms ere guaranteed for 90 days Ail prices ere in U.S dams.Freight chrga$,instedation charges end tares pf are edditiarrel end may not be Included in this quotation. AN tett nrs are saw to a 20%ra.toddng Fes, Apaib Wm Technology 24000-35th Avenue Southeast-Bethel,WA 81021 Tel Free:888.288,8721;Tet 425.483.7100;Far 425.463.7200 wawapollo1deo.com