ADDENDUM #1. Video Management Solution RFP For. The due date for proposals will be extended to May 4, 2011, 11:00 A.M. EST.

Similar documents
MACOMB COUNTY DEPARTMENT OF ROADS

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

ROAD COMMISSION FOR IONIA COUNTY

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

COUNTY OF COLE JEFFERSON CITY, MISSOURI

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

ROAD COMMISSION FOR IONIA COUNTY

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

ROAD COMMISSION FOR IONIA COUNTY

Macomb County Department of Roads

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

REQUEST FOR PROPOSAL SPORTS FIELD LIGHTING (1) 300ft Baseball/Softball Field

Champaign Park District: Request for Bids for Playground Surfacing Mulch

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois 61348

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Alabama State Port Authority

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

ADDENDUM # 1 RFP For: Tree and Stump Removal Program

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

Legal Notice. Town of Branford Request for Proposals. Website Design and Development Branford CT Economic Development Commission

REQUEST FOR PROPOSALS FOR Computer Equipment- Servers Eng & Maintenance Services

PROPOSAL LIQUID CALCIUM CHLORIDE

PLEASANTVILLE HOUSING AUTHORITY

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

P R O P O S A L F O R M

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

REQUEST FOR SEALED BID PROPOSAL

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

REQUEST FOR SEALED BID PROPOSAL

City of Bowie Private Property Exterior Home Repair Services

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

Invitation To Bid. for

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID DOCUMENTS FOR. WTP VFD Replacement Bid

KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR QUOTE # 16471

Holt Public School District 5780 W. Holt Rd Holt MI

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

INVITATION TO BID Retaining Wall

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

M E M O R A N D U M. March 13, 2019

Invitation To Bid. for

Housing Authority of the Borough of Keansburg

Workforce Management Consulting Services

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Request For Proposal (RFP) for

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL (RFP)

City of New Rochelle New York

BERRIEN COUNTY ROAD DEPARTMENT

ADDENDUM # 1 ITB For: One (1) Year s Requirements of Galvanized Steel Sign Posts

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

RFP # Before 2:00pm

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST FOR SEALED BID PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Description Cost PRE-BID CONFERENCE

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

HEATING AND COOLING SYSTEM MAINTENANCE

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

Transcription:

ADDENDUM #1 RFP-11-03 For Video Management Solution The due date for proposals will be extended to May 4, 2011, 11:00 A.M. EST.

ADDENDUM #2 RFP-11-03 Video Management Solution ~ additional Information provided for the proposal : 1. What types of ptz protocols and video stream types are included in these 500 plus cameras? The software will manage the following devices: o EdgeConnect Quad-view remote communications module as manufactured by Iteris o Cohu 3960 HD HDTV 720p o Cohu 3960 HD HDTV 1080p o WTI Sidewinder: H.264 High Definition 1080p o Autoscope RackVision Terra 2. What make/model are the existing LCD monitors and rear screen projector? What type are existing PC s (need hardware specs)? LCD Monitors: LC-65E77UM Rear Projector: NEC GT5000 PCs: HPE-180t, with one ATI Radeon HD 4600 and one ATI Radeon HD 4850 video cards. 9GB of RAM 3. Is there an existing video wall controller that the LCD monitors and projector are controlled from? What are the existing LCD monitors and projector connected to? No, the LCD monitors and projector are linked the PCs as the fourth monitor. 4. Is there a requirement for how many simultaneous CCTV video to be recorded and how much time each CCTV video recording needs to be? The system should be designed to simultaneously record 20 videos at 8 Mbps for 72 hours, with 50TB of storage space. 5. Are there any existing firewalls between the field to TMC network and/or between the TMC network and the internet? If yes, what type and is reconfiguration of firewall(s) part of this scope? What types of existing ethernet switches are included in the existing field/tmc network? Can the Department provide existing field/tmc ethernet network topology information and switch configurations for all of these existing ethernet switches? The scope of this project does not include configuration of any firewalls. The work under this proposal will be limited to providing, installing and configuring hardware and software in the TOC server room and video wall/control room. A networking topology will not be needed. 6. How many 10 Gigabit copper ports are required? As stated in item 4 Managed Ethernet Switch of the Specification for Video Management Solution, provide one, 10-gigabit port per video server and two, 10-gigabit copper ports for field connectivity. 7. Are these ports intended for connection to the Video Server(s)? one, 10-gigabit port per video server for connection to the video server(s) and two, 10-gigabit copper ports for field connectivity for connection to the field network switch. 8. Who will be responsible for the proper configuration of all existing ethernet switch equipment, IP CCTV, IP CCTV Encoders and wireless communication/fiber optic equipment? All existing equipment is already configured by MCDR. 1 of 2

9. Can the department provide complete existing IP topology information and configuration information for any existing IP devices? The networking portion is outside of the scope of this project. IP Addresses of the video devices will be provided to the successful proposers for integration with the new Video Management Solution. 10. Does this scope include configuration of any outside agency equipment relating to remote video viewing? No. 11. Will the new video management system clients be loaded on existing workstations or new workstations to be provided by this project? Clients will be installed on existing workstations. New workstations are not required as part of this project. 12. Will this project be required to provide licensing and / or integration services relative to outside agencies? No. If "yes" then how many agencies Not Applicable. and who will be responsible for configuring agency to Macomb TMC network configurations? Not Applicable. 2 of 2

MACOMB COUNTY DEPARTMENT OF ROADS RFP#-11-03 Issue Date: April 5, 2011 DIRECTOR OF ROADS FINANCE DIRECTOR PURCHASING DIRECTOR Robert Hoepfner, P.E. Michelle M Mykytiak JoAnna K. Strizic Request for Proposal: Video Management Solution Sealed proposals will be publicly opened at 11:00 A.M., E.S.T. on Wednesday, April 20, 2011 at the office of the Macomb County Department of Roads, 117 S. Groesbeck, Mt. Clemens, Michigan, 48043 for the furnishing of the above materials, services, equipment, work and/or supplies in accordance with the terms, conditions and specifications as stated herein and hereto attached. 1. The Director of Roads reserves the right to accept any and all alternate proposals, bids or quotes and to award the contract to other than the lowest Bidder, waive any irregularities or informalities or both, to reject any and all bids, quotes and proposals, and in general to make the award of the contract in any manner deemed by the Director of Roads, at his sole discretion, to be in the Department of Roads best interest. In case of error in the extension of prices in the bid or other arithmetical error, the unit prices will govern. 2. The proposal must be delivered in person or sent by mail to the Macomb County Department of Roads, 117 S. Groesbeck, Mt. Clemens, Michigan, 48043. It shall be in a sealed envelope marked with the name and address of the vendor on the outside of the envelope. The above referenced RFP number should also be highlighted on the outside of the envelope. In addition, if the proposal is to be express mailed, Proposal Documents Enclosed must be conspicuously marked on the package. Facsimile and/or e-mail transmitted proposals will not be accepted. 3. The vendor shall assume full responsibility for delivery of proposals prior to the appointed hour for opening same and shall assume the risk of late delivery or non-delivery regardless of the manner employed for the transmission thereof. Proposals shall be accepted by the Macomb County Department of Roads at any time during the normal course of business only, said hours being 8:00 am to 4:30 pm, Monday through Friday, legal holidays excepted. A vendor may withdraw their proposal response by written request at any time prior to the scheduled proposal opening. Any proposal received after the scheduled opening time will not be accepted. No proposal may be withdrawn, changed, or modified in any way for a period of sixty (60) calendar days from the date of the proposal opening. 4. IT IS UNDERSTOOD THAT THE MACOMB COUNTY DEPARTMENT OF ROADS IS A GOVERNMENTAL UNIT AND AS SUCH IS EXEMPT FROM THE PAYMENT OF ALL STATE AND FEDERAL TAXES APPLYING ON THE ABOVE MENTIONED ITEM AND ALL PRICES QUOTED SHALL NOT INCLUDE ANY SUCH TAX. 5. The total price quoted by the Vendor must be the total cost delivered to the location(s). All goods are to be shipped F.O.B. Shipments sent C.O.D. without the Department of Road s consent will not be accepted and will, at the Contractor s risk and expense, be returned. Unauthorized shipments are subject to rejection and returned at the Contractor s expense. Page 1 of 10

6. The vendor by execution of the proposal thereby declares that the proposal is made without collusion with any other person, firm or corporation making any other proposal, or who otherwise would make a proposal, and agrees to furnish all proposal items in strict accordance with all Federal Regulatory Measures. 7. All proposals must be submitted on the Department of Roads form of proposal blank. The proposal shall be legibly prepared in ink or typewriter. Erasures or alterations must be initialed by the bidder. 8. Submission of a proposal will be construed as a conclusive presumption that the vendor is thoroughly familiar with the Proposal and Specifications and that he understands and agrees to abide by each and all of the stipulations and requirements contained therein. 9. In the specifications, whenever an article or material is defined by brand name, the name and catalog number of a particular manufacturer, vendor or a limited description, the term OR APPROVED EQUAL is written. Any reference to a particular manufacturer s product either by brand name or limited description is only for purposes of setting a standard of performance, quality, composition, construction or size. 10. The Macomb County Department of Roads reserves the right to award the proposal for the equipment which best fits our needs and appears to be in the best interest of the Department of Roads at the time the proposals are evaluated. 11. The Macomb County Department of Roads reserves the right to terminate the contract without penalty upon thirty (30) days written notice, due to poor performance or for reasons deemed to be in its best interest. The Macomb County Department of Roads reserves the right to re-award the contract to the second most qualified vendor, re-propose, re-quote or re-bid the contract or do whatever is deemed to be in its best interest. 12. Vendors aggrieved by an award of any resulting contract may file a written notice of protest with the Purchasing Director within seven (7) calendar days of the award by the Macomb County Department of Roads. 13. When applicable, contractor must furnish material safety data sheets for their products. 14. VENDORS ARE REQUIRED TO SUBMIT COMPLETE AND COMPREHENSIVE DATA AND DESCRIPTIVE LITERATURE COVERING THE ITEM PROPOSED TO BE FURNISHED. VENDORS SUBMITTING ALTERNATE PROPOSALS MUST PROVIDE SPECIFICATIONS DOCUMENTING PRODUCT IS EQUAL TO SPECIFIED PROPOSAL ITEM. PROPOSALS SUBMITTED WITHOUT THE ABOVE DOCUMENTATION WILL BE CONSIDERED NON- RESPONSIVE AND REJECTED. 15. Prior to furnishing the requested products and services, it shall be the responsibility of the awarded vendor to obtain all licenses and permits required to complete this contractual service, at no cost to the Macomb County Department of Roads. These licenses and permits shall be readily available for review by the Administration and Purchasing Personnel. 16. Vendors will provide a general history, description and status of their company. 17. All applicable Federal and State laws and rules and regulation over the project shall apply to the project contract throughout and will be deemed to be included in the contract herein written out in full. 18. The Macomb County Department of Roads adheres to Title VI related requirements as outlined in USDOT Regulation 49 CFR-Part 26, Appendix A of MDOT Bidding Specifications, and the RCMC Policy #407. The Macomb County Department of Roads is an Equal Opportunity Agency. Page 2 of 10

19. The Macomb County Department of Roads will not pay fuel surcharges. 20. The only official document is available over the internet at www.rcmcweb.org or www.mitn.info. 21. All documents and correspondence submitted to the Macomb County Department of Roads becomes the property of the Macomb County Department of Roads and is subject to disclosure under the Freedom of Information Act. This Act provides for the complete disclosure of contract and attachments. JoAnna Strizic Adam L. Merchant, P.E., P.T.O.E. Purchasing Director Traffic Engineer/Department Director (586) 791-3348 (586)-840-3064 Copies of Proposals and Proposal Tabs are available on the following websites: www.mitn.info or www.rcmcweb.org/viewpage/bids.cgi Page 3 of 10

PROPOSAL WE, THE UNDERSIGNED, agree to furnish a Video Management Solution, conforming to the attached specifications at the pricing indicated as noted. F.O.B: 117 S. Groesbeck Hwy, Mt. Clemens, MI 48043. The undersigned herein submitted this bid or proposal and agrees to enter into an agreement with the Macomb County Department of Roads in accordance with the bid documents. In submitting this complete and signed proposal, it is understood that the right is reserved by the Macomb County Department of Roads to reject any or all bids or proposals and to make such award that is in the best interest of the Macomb County Department of Roads. Assembly and Integration of Complete Solution including Software and Video Server: $ Infrastructure Mapping: $ Managed Ethernet Switch: $ All prices firm for the contract: yes no COMPANY NAME: ADDRESS: CITY: STATE: ZIP: PRINTED NAME: SIGNATURE: TITLE: DATE: PHONE NO.: FAX NO.: E-MAIL ADDRESS: TERMS: Page 4 of 10

INDEMNIFICATION Macomb County Department of Roads will not be responsible for injury to contractor s employees, subcontractors, or to third parties caused by the contractor s agents, servants or employees. Therefore, the contractor agrees to incorporate the below hold harmless agreement into the required insurance and to be evidenced by being contained in the certificate of insurance. Further, the below listed indemnification is incorporated and is part of the subject contract. The contractor agrees to protect, defend, indemnify and hold the Macomb County Department of Roads and its Directors, officers, employees and agents free and harmless from and against any and losses, penalties, damages, settlements, costs, charges, professional fees, or other expenses or liabilities of every kind and character arising out of or relating to any and all claims, legal fees, liens, demands, court costs, obligation, actions, proceedings or causes of action of every kind and character in connection with or arising directly or indirectly out of this agreement and/or the performance hereof. Without limiting the generality of the foregoing, any and all such claims, etc. relating to personal injury, death, damage to property, defects in materials or workmanship, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation, or decree of any court, shall be included in the indemnity hereunder. The contractor further agrees to investigate, handle, respond to, provide defense for and defend any such claims, etc. at his sole expense and agrees to bear all other costs and expenses related hereto, even if it (claims, etc.) is groundless, false or fraudulent. In any case in which this indemnification would violate legal prohibition, the foregoing provision concerning indemnification shall not be construed to indemnify the MCDR for damage arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the MCDR, its directors, officers, employees or agents. WORK REFERENCES Name of Company Location Name of Person Approving Work and Telephone No. Time Period of Project Page 5 of 10

NON-COLLUSION AFFIDAVIT County ) ) being first duly sworn, deposes and says that he is the (Individual, Partner, Corporate Officer) making the foregoing proposals of bids; that such bids are genuine and not collusive or sham; such bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in sham a bid, or that such other person shall refrain from bidding and has not in any manner, directly with any person, to fix the bid price of affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the Joint Purchasers or any person or persons proposal are true; and further, that such bidder has not, directly or indirectly submitted this bid, or the contents thereof, or divulged information or data relative thereto any association or to any member or to any member or agent thereof. Sworn to and subscribed before me this day of, 20 Notary Public My Commission Expires BIDDER: THIS AFFIDAVIT MUST BE COMPLETED, SIGNED, NOTARIZED AND INCLUDED IN YOUR BID SUBMISSION. Page 6 of 10

INSURANCE The following insurance shall be obtained: A. Comprehensive General Liability including $1,000,000 per occurrence and $2,000,000 aggregate 1. Products and completed operations 2. Broad form property damage 3. Premises operations 4. Broad form contractual 5. Personal injury B. Workers Compensation Employers Liability Statutory Coverage and Employer s Liability Limits of: $500,000/$500,000/$500,000 C. Automobile liability including hired and leased $1,000,000 CSL or $500,000 per person vehicles owned and non-owned autos $1,000,000 per accident $500,000 property damage Personal Injury Protection Statutory Limits and Property Protection Insurance - $1,000,000 Limit. Supplemental Environmental Auto Liability (SEAL) coverage or insurance that covers the loading and unloading of scheduled pollutants is required. CERTIFICATES OF INSURANCE (GENERAL) All certificates of insurance and duplicate policies of an outsider, vendor or contractor shall contain the following clauses: A. Underwriters shall have no right of recovery or subrogation against the MCDR (including its agents and agencies as aforesaid), it being the intention of the parties that the insurance policy so effected shall protect both parties in primary coverage for any and all losses covered by the subject policy. B. Any coverage afforded the MCDR shall apply as primary and not excess to any insurance issued in the name of the MCDR, et al. C. The insurance company(s) issuing the policy or policies shall have no recourse against the MCDR for payment of any premiums or for assessments under any form of policy. D. The term insured is used severally, not collectively but the inclusion in this policy of more than one insured shall not operate to increase the limit of the MCDR s liability. All certificates are to provide thirty (30) days written notice of material change or cancellation. Certificates of Insurance and insurance binders must be provided not less than ten (10) working days before commencement of work to the Macomb County Department of Roads, 117 S. Groesbeck Hwy., Mt. Clemens, MI 48043. Insurance carriers are subject to the approval of MCDR. Page 7 of 10

FEDERAL EMPLOYER IDENTIFICATION COMPANY NAME: ADDRESS: CITY: STATE: ZIP: PRINTED NAME: SIGNATURE: TITLE: DATE: PHONE NO.: FAX NO.: E-MAIL ADDRESS: TERMS: FEDERAL EMPLOYER IDENTIFICATION NUMBER: Which is (check one of the following :) ( ) Corporation, incorporated under the laws of the State of: ( ) Partnership, consisting of (list partners): ( ) Assumed Name (register no.) ( ) Individual When payment on such order or contract is to be directed to the same company at an address different from above, fill in the following address: Page 8 of 10

Macomb County Department of Roads Request for Proposal For VIDEO MANAGEMENT SOLUTION PROJECT DESCRIPTION: The Macomb County Department of Roads (MCDR) is requesting proposals for providing a solution for the management of live surveillance video. All components will conform to the MCDR Specification for Video Management Solution below. Submit any questions of specifications or drawings via e-mail to tgoike@rcmcweb.org. Please make any attachments to the questions in *.pdf format. Any correspondence via e-mail MUST NOT contain any pricing with it. Approvals will only be given regarding any specifications for equipment and not for award. SPECIFICATION FOR VIDEO MANAGEMENT SOLUTION: a. Description. Deliver and integrate the solution with the existing infrastructure at the Macomb County Department of Roads as specified herein. b. Materials. Include the following: 1. Software: supports Cohu 3960HD, WTI Sidewinder cameras with pan, tilt and zoom controls; supports Iteris EdgeConnect, Autoscope Ethernet video processors; simultaneous management of in excess of 500 video streams at 8 Mbps; control existing video wall consisting of two LCD monitors and one rear-screen projector from any of three existing PC s currently connected to the wall; provide dynamic control of the layout of the video wall, content shall easily be added by dragging and dropping cameras into view positions on the video wall; comprehensive video record and retrieval system; web-based remote client viewer with live view of up to 16 cameras, including PTZ control with joystick, fisheye (360 degrees) cameras and event/output activation; web-based remote client viewer playback function with concurrent playback of up to 16 recorded videos with date, alert sequence, or time searching; OnVIF compliant; supports OnVIF compliant devices. 2. Video Server: scalable; 19 rack space; simultaneous processing and management of in excess of 500 video streams at 8 Mbps; support live video viewing by outside agencies via existing Ethernet network; include 19 mounting rack; 3. Infrastructure Mapping: provide separate line item proposal to integrate Google Earth online mapping of existing MCDR video devices to the video solution software. 4. Managed Ethernet Switch: provide separate line item proposal to provide and integrate a switch designated to manage all network traffic associated with live surveillance video; 19 rack space; one 10-gigabit port per video server (type of connector must match video servers), two 10-gigabit copper ports for field connectivity, two fiber ports for network connectivity. 5. All materials required to provide a complete and operational solution. Page 9 of 10

c. Integration. Vendor will provide a turn-key video management solution including delivery, assembly and integration of all required new components with the existing infrastructure and all devices for a complete and operational solution. Include a comprehensive schedule and plan for shipping, assembly and integration of a complete solution. PROPOSAL EVALUATION: Scoring will be based on the ability of the proposal to demonstrate the following: Provision of solution as defined in the specification above. Familiarity with software, servers and MCDR field devices. Reasonable schedule and integration plan. Page 10 of 10