Request for Proposal Network Video Management System Bid Due: February 24, 2017 at 2pm

Size: px
Start display at page:

Download "Request for Proposal Network Video Management System Bid Due: February 24, 2017 at 2pm"

Transcription

1 Office of Technology Services Jefferson City Public Schools 204 Dix Rd Jefferson City, MO voice: (573) fax: (573) Request for Proposal Network Video Management System Bid Due: February 24, 2017 at 2pm

2 Advertisement for Bids Network Video Management System January 18, 2017 Sealed bids are requested from qualified Vendors for a Network Video Management System. Bid packets can be downloaded at There will be no pre-bid meeting. Bids may be mailed or hand-delivered to the Technology Services offices, 204 Dix Rd, Jefferson City, MO until 2pm, February 24, Late bids due to no fault of the Jefferson City Public Schools will not be accepted. Faxed bids will not be accepted. All submitted bids must be labeled Response to Network VMS. Bids will be opened and publicly read on February 24, 2017 at 2pm in the Technology Services offices. The District reserves the right to reject any and all bids and award the contract that would be in the best interest of Jefferson City Public Schools. The Contract start date will be June 1, Jefferson City Public Schools Board Of Education John Ruth, President Stephanie Sappenfield, Secretary

3 SECTION ONE REQUEST FOR PROPOSAL GENERAL INFORMATION INTRODUCTION AND INTENT: Jefferson City Public Schools is looking to upgrade their current VMS. This document constitutes a Request for Proposal from qualified Vendors to provide JCPS with the requested VMS. The intent of this RFP is to provide the potential Vendor with sufficient information to enable them to prepare an acceptable response. CONTENTS: Section One Section Two Section Three Section Four Attachment A Attachment B General Information Current VMS Environment VMS Requirements Instructions to Vendors Requirements Checklist Cost Proposal Sheet TIMELINE: RFP Issued January 18, 2017 Bids Due & Opening February 24, 2017 at 2pm Vendor Selection March 8, 2017 Contract Start/Design/Plan Phase June 1, 2017 Install Date July 6, 2017 Completion/Acceptance On or before July 28, 2017 PRE-BID MEETING: There will be no meeting, or District/building walkthrough, for this RFP. IMPLEMENTATION SCHEDULE: The winning Vendor will start a design and plan phase with JCPS Technology Services VMS administrator on June 1, The VMS shall be ready for Acceptance on or before July 28, The Vendor cannot bill for any costs prior to July 6, DUE DATE: Sealed bids will be received until 2pm, February 24, They will, at that time, be opened & reviewed by District personnel. Late responses will NOT be considered. Submit bid responses to:

4 Technology Services Attn: Rob Benefield, Technology & Information Systems Engineer Jefferson City Public Schools 204 Dix Rd Jefferson City, MO Sealed bids can also be hand-delivered to Technology Services Monday thru Friday during normal business hours: 7:30am-3:30pm. The District shall not be held liable for late responses due to late mail or carrier problems. Please be sure to put RESPONSE TO NETWORK VMS on your bid package AND on the outside envelope. DISTRICT CONTACT: The bidders during this RFP will direct all questions to the Project Manager, Rob Benefield. Phone: UPDATES/CANCELLATIONS: The District may modify or cancel the RFP at any time prior to the Due Date by issuance of an Addendum or Cancellation to all Vendors who are participating in the bid process. Any Addendums or Cancellations will be posted on the District s RFP/RFQ website: Vendors should monitor the website for any updates or cancellations to this RFP. Any verbal or modifications to the RFP shall not be binding upon the District. DEMOS: Vendor can request to present a live demo of their VMS system, either on-site or via WebEx. The District is not interested in INSTALLING any demo software at this time. The online demos should include the following: Management Client/Login (using both software client and web client, if applicable) o Installing/configuring individual camera: motion detection, fps, camera settings (resolution, brightness, contrast, pre/post record) o Creating/importing users. Creating groups and permissions o Adjusting recorder and archiving days o Creating individual views per building. These views cannot be changed by standard user o Setting up time-based rules for camera recording by group Standard User Login (using both software client and web client, if applicable) o Ability to create private views of cameras that they have permission to view o Export video from multiple cameras or view groups o Ability to PTZ cameras that have the feature During these demos, there can be NO verbal questions asked by the Vendor on what other features we are looking at, or clarification on anything in this RFP. ANY questions not related to the above bullet points MUST be ed to the District Contact for posting as an addendum for other Vendors. Any demo must be presented by 2pm on Thursday, February 16, 2017.

5 CONTRACT DOCUMENT: Vendor acknowledges that the awarding of this project is on condition of a signed contract between the District and Vendor. The contract will contain the specifications as outlined in this RFP, any addendums, and term options. SUBSTANTIAL COMPLETION & LIQUIDATED DAMAGES: The Vendor shall ensure start of install on July 6, Failure to have the required system working to the satisfaction of the Project Manager on or about July 28, 2017 due to no fault of the District will result in a $500 per day assessment of liquidated damages, to be credited on the final invoice. PAYMENT: Vendor will need to provide all costs, including training and support, in their bid. This cost will be paid upon a satisfactory service state and acceptance of the VMS, but not before July 6, There will be no partial payments made prior to project acceptance. Vendor cannot bill for any costs before July 6, BOND: Vendor must provide a 10 % Performance Bond if installation/configuration/training costs exceed $ This does NOT include hardware or software costs. [REST OF THE PAGE IS INTENTIONALLY LEFT BLANK]

6 SECTION TWO CURRENT VMS ENVIROMENT INTRODUCTION: This section will be used to detail current VMS server hardware, storage capabilities, camera models, number of cameras (382), and network specs as of Oct 20, The District would like to use current server hardware if possible. Vendor will note that this section does not detail REQUIREMENTS of a new system; requirements are in Section Three. SERVER HARDWARE: Current server configuration consists of one management server, six recording servers, and one Equilogic PS6100 for archival storage. Specs are as follows, along with camera count. This is the CURRENT setup; it will be up to the Vendor to work with the Project Manager on how best to repurpose hardware if required. Each recording server hosts a specific group of buildings, and all servers are located in a central location (204 Dix Rd). There are no remote servers. Each Recording server holds 5 days at 15fps before transferring video to the Equilogic PS6100 for 30-day minimum storage. Management Server: Dell PowerEdge R410, Intel E5620/12Gb, RAID 1 2x146GB SAS, Windows 2008 R2 High School/Nichols: Dell PowerEdge R510, Intel E5620/4Gb, RAID 1 2x146GB SAS (OS only), RAID 10 4x1TB SAS (Recording only), Windows 2008 R2, 84 cameras Middle School: Dell PowerEdge R520, Intel E5-2440/8Gb, RAID 1 2x300GB SAS (OS only), RAID 5 4x2TB SAS (Recording only), Windows 2008 R2, 64 cameras Elementary 1: Dell PowerEdge R520, Intel E5-2430/16Gb, RAID 1 2x300GB SAS (OS only), RAID 5 4x1TB SAS (Recording only), Windows 2008 R2, 82 cameras Elementary 2: Dell PowerEdge R520, Intel E5-2450/32Gb, RAID 1 2x300 GB SAS (OS only), RAID 5 4x1TB SAS (Recording only), Windows 2008 R2, 83 cameras Stadium: Dell PowerEdge R510, Intel E5620/4Gb, RAID 1 2x146GB SAS (OS only), RAID 10 4x1TB SAS (Recording only), Windows 2008 R2, 20 cameras Sim/MPAC/Dix: Dell PowerEdge R510 E5620/8Gb, RAID 1 2x146GB SAS (OS only), RAID 5 3x2TB SAS (Recording only), Windows 2008 R2, 49 cameras Dell Equilogic PS6100, RAID TB, 30 days (minimum) retention at 15fps. District does not archive at lower fps than actual recorded video. Equilogic is for extra recorded fps storage purposes only. This requirement will NOT change. The Vendor will note that performance load (CPU, Memory) on each server listed above, with the amount of cameras, are low. The Vendors solution must NOT increase the performance load using this configuration and amount of cameras to the point of an unstable server. It will be the responsibility of the Vendor to utilize the above specs to address possible performance issues with their solution, and to note any recommended server upgrades if required. The District will not purchase new hardware without details on why their system cannot work with the above server hardware (assuming using a non-appliance system). If the Vendor chooses to use other server hardware than the ones noted above, the Vendor will quote costs for each

7 server and list the various specs (CPU, memory, HD size and configuration, etc) for consideration by the District. The District prefers Dell servers, and reserves the right to take any noted specs from the Vendor and purchase server hardware separately. CAMERA MODELS: The District utilizes various models of Axis & IQEye cameras. Vendor s proposed solution MUST be compatible with both Axis and IQEye models and features listed; the District will not entertain replacing cameras during this project. This list is current as of Oct 20, AXIS M3006, M3007, P1357, P1427-LE, P1428-E, P3354, P3364, P3384, Q1602 IQEye M31N, 832N, 853, 855, 863N Vendor will be responsible to check each camera model listed above for compatibility to their system, and will note ANY issues their system may have with the features of the listed cameras, including, but not limited to, resolution, built-in multi-views, IR/night recording, motion detection, & fps settings. It is advised that the Vendor research each camera on the manufacturer website against their proposed system for any limitations that could impact system deployment. Vendor should note that the District expects their system to work correctly with all factory features on the cameras noted above, and have not had any compatibility or feature issues with the current VMS system. If the District chooses the Vendors system, and issues arise in the use of existing camera features that is not noted in their bid response, it will be the Vendors responsibility to REPLACE any and all affected cameras to a working, feature-rich compatible camera at no charge to the District, including installation. The Vendor will make note of this provision of this RFP, and will be included in any Contract between the District and Vendor. As an example, the IQEye M31N motion detection settings work correctly within the current VMS, but have found on other VMS systems a work-around is needed for motion detection to work correctly (and 24/7 continuous recording is NOT an option). If a Vendor DOES NOT NOTE that their system doesn t work with motion detection on the IQEye M31N (in this example) and after Contract is signed, during installation/implementation the District finds out the new VMS requires 24/7 continuous recording for the IQEye M31N, the Vendor will be required to replace all IQEye M31N cameras as the District is relying on the Vendor to provide a complete, workable solution with all default features of the above camera models. The District will NOT be a test site for the above listed cameras and the Vendors proposed system. NETWORK SPECS: All cameras are served with either a HP PoE+ GigE switch, or HP non-poe GigE switch with PoE+ injector and is on the District security VLAN. Each building is connected to the Network Operations Center via 1Gb+ fiber. ACCESS CONTROL: Current VMS deployment is not integrated into the District Access Control system. At this time, the District is NOT looking at any Access Control integration in any new VMS system.

8 SECTION THREE VMS REQUIREMENTS INTRODUCTION: This section outlines the specifics that the District will require from the Vendor for a new VMS system. Vendor must try to utilize existing server hardware noted in Section Two if possible. The District will not entertain the use of remote servers or appliances, or cloud-based systems. The Vendor will be required to install/configure their software and associated databases (if required). REQUIREMENTS: The proposed system shall try to meet, or exceed, the following requirements. Any additional features not noted in this section will be welcomed, but are not required. Vendor is required to copy all requirements in this section, and add comments below each requirement in RED as part of their bid response. See Attachment A: Requirements Checklist for more info. A. The system shall be able to scale from the current licensed camera count to support future camera installations (600+) without installing another version of software. B. The system shall allow system administrators to add, remove, modify any camera parameters without Vendor intervention. C. Solution must provide a feature-rich web-client application. A client-based system is acceptable, but solution should also provide all features to a web application using the latest web browsers and OS (Win 7 64-bit, Win bit, MacOSX, Chromebooks). o Live video monitoring o Archive (playback) video viewing o Export of archive video in AVI or other format that can be view with PC or MacOSX computers. As most building Admins utilize MacOSX and export their own videos, exporting via OSX is essential to this requirement. o Idle timeout for both client AND mobile/web application. D. The system shall support H.264 video compression. E. The system shall support any ONVIF-compliant Profile S cameras, including camera models listed in Section Two. The Vendor may be asked to consult on future camera needs and capabilities. F. The system shall handle simultaneous users (10-15) at the same time without noticeable system impact. G. The system shall have adjustable motion detection capabilities and sensitivities, along with masking undesirable movement (trees, etc). Various analytics are desirable, but is out of the scope of this RFP. Vendors are welcome to detail the analytics that their solution can provide. H. The system shall handle adjustable pre and post recording PER camera, or camera group.

9 I. The system shall let the system administrator have the ability to configure each individual camera channel (or view) if camera has multi-channel capability, ie, fps, resolution, rotation. J. The system shall be able to import users from Active Directory (including passwords) using LDAP or other AD integration tool. The system shall allow an unlimited number of users. If users are licensed, Vendor must provide license fee cost per user. K. The system shall allow the system administrator to create various view layouts per user group. These layouts will not be allowed to be altered by individual users, however, the system should allow the user to create their very own layout using the cameras that they have rights to view. L. System must allow individual users to use PTZ-equipped camera functionality without interrupting normal recording or viewing by other users. M. System must allow immediate snapshots from either live or recorded video. These snapshots need to be in the JPEG or GIF format and easily saved/retrieved from the users computer (either client or web browser). N. The system shall let the system administrator have the ability to use time rules on individual or groups of cameras. O. The system shall allow all camera and user connections from various VLANs. Network modifications will NOT be allowed in order for the Vendors solution to work. P. The system shall continue to record video if the management server is shut down. All services shall automatically start upon server boot-up. Q. The system shall have the ability to configure the number of days of video storage per recording server, and also ability to configure number of storage days on Equilogic storage server. If the storage size on any recording server or Equilogic storage server is maxed out, the system shall automatically delete the oldest video without system administrator intervention. Custom alerts for storage capacity are preferred, but not required. R. If the Vendors solution is to use appliances instead of the above server hardware, then the Vendor must ensure that storage capacity (except for the Equilogic) and other server features (speed, memory, camera expansion, etc) are met without constant appliance upgrades due to system growth. Vendor shall provide datasheets on appliance capabilities as a reference for future system growth. S. The system shall allow mobile device access (web or app) on ios and Android devices, along with PTZ capabilities. The mobile service must not cause high CPU loads. Exporting video is not a requirement for mobile access. Vendors must list any mobile access limitations (total number of concurrent users, etc). T. Ability to quickly view all cameras on a particular recording server (or other process) to determine online status of cameras (no longer than 3 minutes total for current camera count). U. Ability to export recordings from groups of selected cameras using a synchronous timeline. System shall also have the ability to export tamper-proof video to be used in a legal forum. V. Ability to record audio from any camera that has the feature enabled.

10 LICENSING: The Vendor will need to specify types of licenses (software, recording servers, camera, user, etc) required for the proposed solution. Also, Vendor will need to provide an estimated yearly cost based on 382 cameras (and other types of licenses based on their solution) AND a per unit cost on the various types of licenses. Camera (device) licenses shall not be tied to a specific MAC address, ie, if a camera is removed/replaced, then the system administrator shall have the ability to quickly make the license change within the system without the need to contact support. PLANNING & INSTALLATION: Vendor will work with the JCPS VMS administrator on a deployment plan starting June 1, This plan should include, but not limited to, how to reuse current server hardware (if required), installation of new hardware (if required), creating user and camera/building groups, rules, analytics (if requested), and storage requirements. The Vendor will be required to install and configure software (or non-district hardware) to ensure complete system availability by July 28, SUPPORT: Vendors (or authorized Reseller) must provide costs for 2 years of 8x5 system support (does not include any District-provided hardware or camera support but DOES include any software issues separate from Windows 2008 R2 OS). Vendors must provide both phone and contacts. The District will require 2-hr response after the initial call/ for remote services support (if requested by the VMS administrator). This is to be separate from any licensing costs noted above, and starts the day after system acceptance by the District. TRAINING: The Vendor (or authorized Reseller) must provide both system admin and user training. System admin training can be conducted via web training, such as WebEx, however, user training will be held at the Dix Rd training lab. The Vendor will be required to provide 4 separate user training sessions (dates TBD). The District would like to offer future users the ability to use any Vendor online resource, such as a virtual classroom or videos. Vendor is requested to detail any online user course that can be made available after the initial training dates. WARRANTY: If the Vendor is submitting a proposal for system appliances or other non- District provided hardware, the Vendor must provide a 3yr hardware warranty. This warranty shall be separate of any yearly software maintenance/license or support costs. VM INSTALLATIONS: If the Vendor proposes a VM installation, Vendor is requested to list VM requirements. The District s System Engineer will determine if the current VM environment will be able to handle the requested VM installation without major hardware upgrades. Use of the current server hardware is preferable at this time.

11 SECTION FOUR INSTRUCTIONS TO VENDORS INTRODUCTION: The District s expectations with respect to the performance by each bidder and by each seller in connection with the District s purchase are set forth in the Instructions to Vendors section. Bidders who fail to examine and comply with the bid documents do so at their own risk. PROPOSAL PREPARATION: Any explanation desired by a Vendor regarding the meaning or interpretation of any portion of these Documents must be requested in writing and directed to the Project Manager in sufficient time for a reply to reach Vendor (in the form of a Proposal Addendum) before the submission of their Proposals. Oral explanations or instructions given before the opening of the proposals will not be binding. Any information given to one prospective Vendor will be furnished to all prospective Vendors as a Proposal Addendum, if such information is necessary to Vendors in submitting their proposals or if the lack of such information would be prejudicial to an uninformed Vendor. The last date for any additional requests for information will be Friday, February 17, 2017 at 12pm. This will ensure that each Vendor has enough time to prepare & submit their bid response by the bid due date. Proposal Addendums, if required, will be posted each business morning by 10am on our website at: District offices will be closed on February 20, 2017 for Presidents Day. It will be the responsibility of the Vendor to check the website daily for posted Addendums. JCPS will not be responsible for errors in the bid responses due to lack of viewing of Proposal Addendum changes. REQUIRED INFORMATION: Each bidder shall furnish the information required by these Documents. The bidder shall sign the proposal page (at the end of this section), all addenda, Requirements Checklist, and their Cost Proposal Sheet. The person signing the BID must initial erasures or other changes. Proposals signed by an agent must be accompanied by evidence of the agent s authority. Proposals must be firm. If the bidder believes it necessary to base his/her price on price adjustment, such proposal may be considered, but only as an alternate. The district is not required to pay Federal Excise Taxes and Missouri and local retail sales and use taxes (except Resale Items ). Tax exemption certificates will be provided upon request. The District expects that all proposals will remain valid until ninety (90) days after the bid opening or until contracts are signed and operational, whichever comes first. If a bidder indicates in the BID that he/she may withdraw the proposal in less than 90 days, this factor will be considered in awarding a contract. The bidder warrants that it will ensure its compliance with current Missouri Employment laws, and will register and participate in the status verification system for all newly hired employees.

12 SUBMISSION OF PROPOSALS: Sealed bid responses should be returned in an envelope marked on the outside with the bidder s name, address, and RESPONSE TO NETWORK VMS. Send the response to: Technology Services, Attn: Rob Benefield, Technology & Information Systems Engineer, Jefferson City Public Schools, 204 Dix Rd, Jefferson City, MO Sealed responses may also be delivered in person to the address noted. If the bidder sends their proposal to the Districts Central Office instead of the address noted above, it may delay the proposal to the Technology Department via Interoffice mail, and the District will not be held responsible for this delay. Responses must be returned in sufficient time to be received and stamped at the Technology Services offices on or before the opening date and time. Responses presented after the time and date of the opening process will NOT be accepted. The District will not be held responsible for late mail or other carrier delivery. This RFP does not commit the District to award a contract, to pay any costs incurred in the preparation of the proposal, or to procure or contract for the articles of goods or services. MODIFICATION OR WITHDRAWL OF BIDS: Bid proposals may be modified or withdrawn by written notice received by the Technology Services office prior to the exact hour and date specified for receipt of the bids. All modifications must be presented in a sealed envelope. A proposal may be modified or withdrawn in person by the bidder or an authorized representative, provided his/her identity is made known and signs a receipt for the modification or withdrawal, and only if the modification or withdrawal is made prior to the exact hour and date set for the receipt of proposals. EVALUATION FACTORS: The District will award contracts to the bidders who submit the lowest and best value proposal. After awarding the proposal, the District reserves the right to negotiate the lowest and best value proposal, if in the District s sole discretion negotiation is in the best interest of the District. The District reserves the right to request the best and final proposal from the lowest and best value proposal bidder after the opening of the bids. The District reserves the right to: Reject any and all bids Award the entire bid to one bidder Award the bid (or portions) to more than one bidder Award the bid under the most beneficial terms for the District Extend the opening time and date Re-bid proposal The District will review each submitted bid, and will select proposals for a detailed review and evaluation. As part of this detailed review of proposals, selected Vendors may be required to make oral presentations of their proposals to the District. This will provide an opportunity for the Vendor to clarify their proposals and to answer any questions the District may have.

13 APPLICABLE LAW: This bid shall be governed by the laws, rules and regulations of the state of Missouri General Assembly which are effective and in force on the date of this bid together with any and all laws of the United States, Ordinances of the County of Cole, Missouri and the City of Jefferson City, Missouri and the policies and procedures of the Jefferson City Public School District. HOLD HARMLESS: Bidder shall fully indemnify, save and hold harmless the District, its officers, employees, and agents (hereafter the indemnities) against any and all liability, damage, loss, claims, demands and actions of any nature whatsoever on account of personal injuries (including, without limitation on the foregoing, worker s compensation and death claims), property loss or damage of any kind whatsoever, which arise out of or in any manner are related to or connected with, or are claimed to arise out of or be in any manner connected with, the performance of the BID and its awarded products/services. Bidder shall, at its own expense, investigate all such claims and demands, attend to their settlement or other disposition, defend all actions based thereon and pay all charges of attorneys and all other costs and expenses of any kind arising from any such liability, damage, loss, claims, demand and/or actions. REFERENCES: Vendors (or resellers) are required to submit 3 references (including VMS administrator contact info and current camera count) from past VMS projects, & completed at an organization (preferably K-12 or college/university, but hospital/govt is acceptable) that utilize 250+ cameras within the past 3 years. Safety and security are very important to the District, thus any Vendor not providing the above references will NOT be considered. ALL references will be checked. NETWORK VMS ASSESSMENT WORKSHEET: The worksheet below is what the District will use to score each bid. This worksheet is provided for informational use only to the Vendor. [REST OF THE PAGE IS INTENTIONALLY LEFT BLANK]

14 District Bid Assessment Worksheet Page of Project or Service Description Network Video Management System Vendor Scoring Raw Weighted Raw Weighted Raw Weighted Raw Weighted Raw Weighted Selection Criteria Weight* Score** Score*** Score Score Score Score Score Score Score Score Initial Costs/Charges, including training/support costs 14% Yearly License/Maintenance Costs (based on current 382 devices) Use of current hardware, including cameras Attachment A: Requirements Checklist Y/N Ratio (All 'Y' = Score 5)**** Mobile Device access for ios and Android Types of required licenses (user, software, device, hardware)***** Ability to export tamper-proof video Minimum 30 days storage capability On-site Admin and User training 8x5 support for 2 years 13% 12% 13% 7% 9% 9% 10% 6% 7% Overall Ranking 100% Vendor Selected: Approved By: Title: Date: Notes: * Percentage weights must add up to 100%. Initial cost must be weighted the heaviest. ** Evaluated on a scale of 1 to 5: 1=worst, 5=best. *** Weight x Raw Score **** 0-5 'Y'= 'Y'= 'Y'= 'Y' =4 22 'Y'=5 ***** If system requires multiple types of licenses, score will be lower

15 Bid/RFP title: NETWORK VIDEO MANAGEMENT SYSTEM By signing below I certify that: No federal or state suspension or debarment is in place. No criminal history of the firm/contractor or its employees exists. There is no collusion involved in presenting the BID or its components. The minimum insurance requirements are in place. Signature: My signature certifies that, as agent for: Company/Firm Name I have read and will abide by each portion of the BID component Instructions to Vendors for the Jefferson City Public School District Signature Date

16 ATTACHMENT A REQUIREMENTS CHECKLIST PLEASE COMPLETE AND SIGN THE REQUIREMENTS CHECKLIST Checklist from Section Three: Requirements READ CAREFULLY: Does your system meet the criteria below? Do NOT choose YES if your system does NOT fully meet each lettered Requirement. Be sure to make comments per Section Three: Requirements for further explanation of any limitations of Vendors system. If a lettered Requirement does not pertain to your system (such as R: appliances), choose YES and provide requested explanation. Any lettered Requirement comments that are left blank will be scored as a NO, even if Vendor selected YES. A B C D E F G H I J K YES NO YES NO L M N O P Q R S T U V Product Name/Version: Vendor Name: Date: Representative:

17 ATTACHMENT B COST PROPOSAL SHEET 1. Server Hardware/Appliances* $ 2. Software, to include client and mobile services $ 3. Complete Installation of Hardware/Software $ 4. Initial licensing (cameras, 50 standard users/2 admin users, software, etc). Use Vendor Notes if required $ 5. Yearly maintenance/license based on 382 cameras/50 standard users/2 admin users (unlimited users preferred) $ after Year 1. Use Vendor Notes if required 6. Training (system admin & user) $ 7. 2yr 8x5 support (remote, phone, ) $ 8. Other costs not listed, such as warranty, etc (detail in Vendor Notes section or separate cost sheet) $ Total for complete system acceptance (do not include post Year 1 Yearly maintenance/licenses): Items 1-4, 6-8 $ VENDOR NOTES (use extra paper if necessary): Product Name/Version: Vendor Name: Date: Representative: *Use $0 if able to reuse current hardware listed in Section Two/Server Hardware