supplemental awards

690
20191ta.doc/T07jb State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT AWARD NOTIFICATION Title : Group 77201 Security Systems & Solutions (Statewide) Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057, PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB- 02360, PGB-02455, PGB-02456, C-4476) Contract Period : August 27, 2007 through August 26, 2012 Bid Opening Date : April 19, 2006 Date of Issue : August 27, 2007 Specification Reference : As Incorporated In The RFP Contractor Information : Appears on Page 13 of this Award Address Inquiries To: State Agencies & Vendors Political Subdivisions & Others Customer Services Name : Title : Phone : Fax : E-mail : Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected] Phone : Fax : E-mail : 518-474-6717 518-474-2437 [email protected] The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description SECURITY SYSTEMS AND SOLUTIONS PR # 20191

Upload: phamque

Post on 07-Jan-2017

231 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Supplemental Awards

20191ta.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

CONTRACT AWARD NOTIFICATION

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : April 19, 2006

Date of Issue : August 27, 2007

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 13 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 2: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 2 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 4 Lots…………….………………………………………………………………………….Page 4 Regions……………………………………………………………………………………Page 5 Appendix A Reference……………………………………………………………….......Page 6 Appendix B-1 Reference…………………………………………………………………Page 6 Participation in Centralized Contracts…………………………………………………Page 6 Extension of Use…………………………………………………………………………..Page 7 Term of Contract…………………………………………………………………………Page 7 Termination of Contract…………………………………………………………………Page 7 Stop Work Order…………………………………………………………………………Page 7 Cancellation for Convenience……………………………………………………………Page 7 Note to Contractor………………………………………………………………………..Page 8 Small, Minority, and Women-owned Businesses……………………………………….Page 8 Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses……Page 8 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 8 EPA Energy Star Program……………………………………………………………......Page 8 Note to Authorized Users………………………………………………………………….Page 9 Purchase Orders…………………………………………………………………………..Page 9 Contract Payment…………………………………………………………………………Page 9 Electronic Payments………………………………………………………………………Page 10 New York State Procurement Card………………………………………………….......Page 10 Prevailing Wage……………………………………………………………………………Page 10 Price Sheets and Catalogs…………………………………………………………………Page 11 Instruction Manuals…………………………………………………………….................Page 12 Pricing………………………………………………………………………………………Page 12 Contractor and Subcontract Responsibilities……………………………………………Page 12

Page 3: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 3 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

List of Contractors………………………………………………………………………...Page 14 Index of Awards……………………………………………………………………………Page 15 List of Subcontractors (if applicable)………………………………………………….....Page 18 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 19 Attachment Two: OGS Contract Performance Report…………………………….........Page 20

Page 4: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of five (5) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

Page 5: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 5 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston

Page 6: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 6 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B-1:

Appendix B-1, Office of General Services General Specifications dated January 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

Page 7: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 7 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

EXTENSION OF USE

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B-1, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such

Page 8: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 8 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses:

For purposes of this contract(s), the following goals are established by Region: 4% for minority business enterprises (MBE) participation and 4% for women-owned business enterprises (WBE) participation.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort and requires all products offered to comply with EPA Energy Star guidelines for energy efficiency. The State may discontinue use of and/or delete from contract selected products as mandated by any NYS energy legislation that is enacted during the term of this contract. The contractor shall have no recourse with the State for such discontinuance/deletion.

Page 9: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 9 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B-1, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State

Page 10: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 10 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $10,000.00 with no additional discount:

1. ADT Security Services, Inc. 2. Johnson Controls, Inc.

PREVAILING WAGES

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

Page 11: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 11 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2005007377, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

Page 12: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 12 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

INSTRUCTION MANUAL

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING

All net prices INCLUDE all applicable shipping and handling (refer to Appendix B-1, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

Page 13: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 13 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

LIST OF CONTRACTORS:

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PT63073 ADT Security Systems, Inc. Toll Free (866)-241-5645 58-1814102 One Winners Circle Phone: (518) 951-7348 Albany, NY 12205 Bill Bivona Fax: (518) 951-7394 [email protected] www.adt.com PT61303 Johnson Controls, Inc. Toll Free (800) 950-9594 39-0380010 Pine West Plaza Phone: (518) 862-2650 Albany, NY 12205 John T. Cahill Fax: (518) 869-7812 Email: [email protected] PT63104 SimplexGrinnell, LP. Phone: (518) 952-6040 58-2608861 1399 Vischer Ferry Road Anthony Morizio Clifton Park, NY 12065 Fax Number: (518) 383-4708 Email: [email protected] www.simplexgrinnell.com PT63105 Metropolitan Data Solutions Toll Free (887) 244-7995 11-3636486 535 Broadhollow Road, Suite B36 Phone: (631) 761-7830 Melville, NY 11747 – ext 109 John Dankowitz Fax: (631)761-7838 Email: [email protected] www.mds-ltd.com PT63106 Linstar, Inc. Toll Free (800)655-5454 16-1559780 WBE 430 Lawrence Bell Drive Phone: (716) 631-9200 Buffalo, NY 14221 Chuck Nieset Fax: (716) 631-2024 Email: [email protected] www.linstar.com PT63108 Idesco Corp. Phone: (212) 889-2530 13-0867868 37 West 26th Street Andrew Schonzeit New York, NY 10010 Fax (212)-889-7033 New York County Email: [email protected] www.idesco.com PT63109 ComnetiX, Inc. Toll Free: 888 357-7448 98-0488004 2872 Bristol Circle, Ste 100 Phone: 905 829-9988 x258 Oakville, Ontario Don Sutton Canada L6H 6G4 Fax: 905 829-1944 Email: [email protected]

Page 14: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 14 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

PT63107 Plastic Card Systems, Inc. 800-742-2273 04-2976003 31 Pierce Street 508-351-6210 Northboro, MA 01532 508-351-6211 Fax Contact: Donald M. Axline Email: [email protected] Website: www.plasticard.net PT63198 Identicard Systems Worldwide, Inc. 800-233-0298 20-4090527 40 Citation Lane 717-569-5797 Lititz, PA 17543 717-569-2390 Fax Contact: Cindy Dorwart Email: [email protected] Website: www.identicard.com PT63200 Siemens Building Technologies, Inc. 800-578-1334 ext. 3126 13-2762488 422 East Henrietta Road 585-797-2300 Rochester, NY 14620 585-942-7773 Fax Contact: Gerald Bensley Email: [email protected] Website: www.sbt.siemens.com PT63201 Anixter, Inc. 800-423-4249 36-2361285 325 Washington Avenue 518-218-1088 Albany, NY 12205 518-218-3110 Fax Contact: Paul Mentzer Email: [email protected] Website: www.Anixter.com PT63202 Communications Supply Corp. 800-866-9473 06-0961848 140 Sunfield Ave. 732-246-1550 Edison, NJ 08837 732- 246-1750 Fax Contact: Michael Maloney Email: [email protected] Website: www.gocsc.com

Page 15: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 15 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

INDEX OF AWARDS (LOTS) Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Lot 1: Product Only

1. Metropolitan Data Solutions* a. Regions Bid: 1-4

2. Linstar, Inc.* a. Regions Bid: 5-9

3. Idesco Corp.* a. Regions Bid: Statewide

4. Plastic Card Systems, Inc. a. Regions Bid: Statewide

5. Identicard Systems Worldwide, Inc. a. Regions Bid: Statewide

6. Anixter, Inc. a. Regions Bid: Statewide

7. Communications Supply Corp. a. Regions Bid: Statewide

Lot 2: Product and Maintenance Lot 3: Product, Installation, Integration, and Maintenance.

1. ADT Security Services, Inc.* a. Regions Bid: Statewide

2. Johnson Controls, Inc.* a. Regions Bid: Statewide

3. SimplexGrinnell, Ltd.* a. Regions Bid: Statewide

4. Idesco, Corp.* a. Regions Bid: 1-4 5. ComnetiX, Inc.* a. Regions Bid: 1, 6, 8 6. Siemens Building Technologies, Inc. a. Regions Bid: 1,3, 5, 7-9

Lot 4: Installation Lot 5: Integration

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63073, held by ADT Security Services, Inc.

1. Aiphone 2. Altronix 3. American Fibertek 4. HID Corporation

Page 16: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 16 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

5. Honeywell, Int. 6. CMC Video 7. Locknetics 8. Ingersoll-Rand 9. STI 10. Zenitel

11. IBM 12. Premier 13. Pulnix 14. Premier Products/SenStar 15. ViewPro 16. Radonics 17. LG 18. Notifier 19. Fire Lite

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63103, held by Johnson Controls, Inc. 1. Pelco

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63104, held by SimplexGrinnell, Ltd.

1. FPSCMI 2. Valcom

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63105, held by Metropolitan Data Solutions, Inc.

1. Installation and Maintenance

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63106, held by Linstar, Inc.

1. Bosch 2. Galaxy 3. Salamander

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63108, held by Idesco Corp.

1. GE Security Products 2. Integral Technologies

*NOTE: The Following Manufacturer’s Product Lines are NOT PERMITTED to be Installed, Maintained, or Integrated on Contract PT63108, held by Idesco Corp.

1. Amag 2. Avery 3. Sony 4. Samsung 5. Keri Systems

Page 17: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 17 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

6. Polaroid 7. Kinematsu 8. Team Nisca (owned/manufactured by Kinematsu) 9. TemTec

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63109, held by Comnetix, Inc.

1. Hammond 2. Topaz

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in PT63200, held by Siemens Building Technologies, Inc.

1. Altronix 2. CBC America 3. Dedicated Micros 4. Diop 5. Ditek 6. DMP 7. DSI 8. Extreme CCTV 9. GE Caddis 10. GE Casi 11. GE Fiber Options 12. GE Infographics 13. GE Kalatel 14. GE Sentrol 15. GE Supra 16. GE Topaz 17. Honeywell Ademco 18. Honeywell HVSA 19. Honeywell NCI 20. Honeywell 21. Nextwatch 22. Nstar 23. Indala 24. Panasonic 25. Securitron 26. Siemens SES Kit 27. Team Nisca 28. Verint Loronix 29. Vicon 30. Xtec

Page 18: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 18 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

LIST OF SUBCONTRACTORS: (IF APPLICABLE) Lot 1: Product Only Lot 2: Product and Maintenance Lot 3: Product, Installation, Integration, and Maintenance ComnetiX, Inc.: MCM Corporation Lot 4: Installation Lot 5: Integration

Page 19: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 19 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

NOTE: DCJS and FBI Certified Specifications

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 20: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 20 of 20 Award # 20191 Procurement Services Group

20191ta.T07jb

State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, Room 3711

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 21: Supplemental Awards

Page 21 of 40

20191sa.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 17, 2007 through August 26, 2012

Bid Opening Date : April 19, 2006

Date of Issue : October 4, 2007

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 34 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 22: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 22 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

Table of Contents Scope……………………………………………………………………………………...Page 24 Lots…………….………………………………………………………………………….Page 24 Regions……………………………………………………………………………………Page 25 Appendix A Reference……………………………………………………………….......Page 26 Appendix B-1 Reference…………………………………………………………………Page 26 Participation in Centralized Contracts…………………………………………………Page 26 Extension of Use…………………………………………………………………………..Page 27 Term of Contract…………………………………………………………………………Page 27 Termination of Contract…………………………………………………………………Page 27 Stop Work Order…………………………………………………………………………Page 27 Cancellation for Convenience……………………………………………………………Page 27 Note to Contractor………………………………………………………………………..Page 28 Small, Minority, and Women-owned Businesses……………………………………….Page 28 Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses……Page 28 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 28 EPA Energy Star Program……………………………………………………………......Page 28 Note to Authorized Users………………………………………………………………….Page 29 Purchase Orders……………………………………………………………………………Page 29 Contract Payment………………………………………………………………………….Page 29 Electronic Payments……………………………………………………………………….Page 30 New York State Procurement Card………………………………………………….......Page 30 Prevailing Wage……………………………………………………………………………Page 30 Price Sheets and Catalogs…………………………………………………………………Page 32 Instruction Manuals…………………………………………………………….................Page 32 Pricing………………………………………………………………………………………Page 32 Contractor and Subcontract Responsibilities……………………………………………Page 32

Page 23: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 23 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

Software License Agreements………………………………………………………….…Page 33 List of Contractors………………………………………………………………………...Page 34 Index of Awards……………………………………………………………………………Page 36 List of Subcontractors (if applicable)………………………………………………….....Page 38 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 39 Attachment Two: OGS Contract Performance Report…………………………….........Page 40

Page 24: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 24 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of five (5) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

Page 25: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 25 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland

Page 26: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 26 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B-1:

Appendix B-1, Office of General Services General Specifications dated January 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

Page 27: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 27 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

EXTENSION OF USE

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B-1, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such

Page 28: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 28 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses:

For purposes of this contract(s), the following goals are established by Region: 4% for minority business enterprises (MBE) participation and 4% for women-owned business enterprises (WBE) participation.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort and requires all products offered to comply with EPA Energy Star guidelines for energy efficiency. The State may discontinue use of and/or delete from contract selected products as mandated by any NYS energy legislation that is enacted during the term of this contract. The contractor shall have no recourse with the State for such discontinuance/deletion.

Page 29: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 29 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B-1, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State

Page 30: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 30 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $10,000.00 with no additional discount:

1. ADT Security Services, Inc. 2. Johnson Controls, Inc. 3. SimplexGrinnell, LP. 4. Metropolitan Data Solutions 5. Linstar, Inc. 6. Plastic Card Systems, Inc. 7. Idesco Corp. 8. ComnetiX, Inc. 9. Identicard Systems Worldwide, Inc. 10. Siemens Building Technologies, Inc. 11. Anixter, Inc. 12. Communications Supply Corp. 13. A+ Technologies, Inc. 14. Graybar Electric Co. 15. Northern Fire Systems, Inc. 16. SI Technologies, Inc. 17. Synergon Solutions, Inc. 18. Total Recall Corp. 19. Universal Security Services, Inc. 20. InterVid, Inc. 21. Washington Electric Co., Inc.

PREVAILING WAGES

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is

Page 31: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 31 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2005007377, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

Page 32: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 32 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

PRICE SHEETS AND CATALOGS

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING

All net prices INCLUDE all applicable shipping and handling (refer to Appendix B-1, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

Page 33: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 33 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

SOFTWARE LICENSE AGREEMENTS

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 34: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 34 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

LIST OF CONTRACTORS:

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PT63297 A+ Technology Solutions, Inc. 877-797-6197 11-3388778 1490 North Clinton Ave. 631-969-2600 Bay Shore, NY 11706 631-969-2400 Fax Contact: David Antar Email: [email protected] Website: www.aplus-edu.com PT63298 Graybar Electric Co. 800-444-4761 13-0794380 229 Church St. 518-436-4761 Albany, NY 12202 518-4346739 Fax Contact: Brian Fitzpatrick Email: [email protected] Website: www.graybar.com PT63301 Northern Fire Systems, Inc. 800-333-6520 13-2997687 1232 New Loudon Rd. 518-783-1601 Cohoes, NY 12047 518-783-0751 Fax Contact: Sean Reilly Email: [email protected] Website: www.northernfiresystems.com PT63302 SI Technologies, Inc. 800-465-0821 14-1754907 d/b/a Security Integrations 518-452-3505 11 Walker Way 518-452-2605 Fax Albany, NY 12205 Contact: Joseph Masciocco Email: [email protected] County: Albany Website: www.securityintegrations.com PT63303 Synergon Solutions, Inc. d/b/a Stancil Solutions 888-431-7950 59-3391648 1335 Gateway Drive, Suite 2008 321-309-2740 Melbourne, FL 32901 321-309-2756 Fax Contact: Guy Churchouse Email: [email protected] Website: www.stancil.net PT63304 Total Recall Corp. 800-659-7793 13-3433563 17 Washington Ave. 845-368-3700 Suffern, NY 10901 845-368-3747 Fax Contact: Parker Yates Email: [email protected] Website: www.totalrecallcorp.com PT63305 Universal Security Systems, Inc. 800-762-2379 13-4236712 310 Oser Avenue 631-931-0604 Hauppauge, NY 11788 631-951-0717 Fax Contact: Edward Newman Email: [email protected] Website: www.gocsc.com PT63537 InterVid, Inc. 800-989-6778 52-1368578 4650 Wedgewood Blvd. Ste 102 518-729-2828 Frederick, MD 21703 518-452-6392 Fax Contact: Ricardo Neto Email: [email protected]

Page 35: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 35 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

Website: www.intervidinc.com PT63538 Washington Electric Co. 718-491-6100 13-5473020 140 58th St. Suite 8F 718-765-1973 Fax Brooklyn, NY 11220 Email: [email protected] Contact: Jeffrey Goldberg Website: www.washcomp.com

Page 36: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 36 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

INDEX OF AWARDS (LOTS) Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Lot 1: Product Only

8. Graybar Electric, Co., Inc. a. Regions Bid: Statewide

9. Northern Fire Systems, Inc. a. Regions Bid: Statewide

10. SI Technologies, Inc.* a. Regions Bid: Statewide

11. Synergon Solutions, Inc. a. Regions Bid: Statewide

12. Total Recall, Corp.* a. Regions Bid: Statewide

13. Universal Security Services, Inc.* a. Regions Bid: Statewide

14. InterVid, Inc. a. Regions Bid: 1-4, 6-9 Lot 2: Product and Maintenance

1. Northern Fire Systems, Inc. a. Regions Bid: 1-8

2. SI Technologies, Inc.* a. Regions Bid: 5, 7, 9 3. Synergon Solutions, Inc.

a. Regions Bid: Statewide 4. Universal Security Services, Inc.*

a. Regions Bid: 1, 2, 3 Lot 3: Product, Installation, Integration, and Maintenance.

7. Northern Fire Systems, Inc. a. Regions Bid: 1-8 8. SI Technologies, Inc.* a. Regions Bid: 5, 7, 9 9. Synergon Solutions, inc. a. Regions Bid: Statewide 10. Total Recall, Corp. a. Regions Bid: 4 11. Universal Security Services, Inc.* a. Regions Bid: 1, 2, 3

12. InterVid, Inc. a. Regions Bid: 5 Lot 4: Installation

1. A+ Technologies, Inc. a. Regions Bid: 1, 2, 3, 8

Page 37: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 37 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

2. SI Technologies, Inc.* a. Regions Bid: 4-9

3. Universal Security Services, Inc.* a. Regions Bid: 1, 2, 3

4. Washington Electric Co, Inc. a. Regions Bid: 2

Lot 5: Integration

1. Northern Fire Systems, Inc. a. Regions Bid: Statewide 2. SI Technologies, Inc.* a. Regions Bid: 4-9 3. Universal Security Services, Inc.* a. Regions Bid: 1, 2, 3

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in PT63302, held by SI Technologies, Inc.

1. Communications Supply Corp. 2. GE Security, Inc. 3. Imag Technologies, Inc. 4. Safety Technologies International

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63304, held by Total Recall, Corp.

1. NVT 2. Hirsch

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63305, held by Universal Security Services, Corp.

1. NEC 2. Sony 3. Southwest Microwave

Page 38: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 38 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

LIST OF SUBCONTRACTORS: (IF APPLICABLE) Lot 1: Product Only Synergon Solutions, Inc.: IBM Global Services Lot 2: Product and Maintenance Synergon Solutions, Inc.: IBM Global Services Lot 3: Product, Installation, Integration, and Maintenance ComnetiX, Inc.: MCM Corporation Synergon Solutions, Inc.: IBM Global Services Lot 4: Installation Lot 5: Integration

Page 39: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 39 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

NOTE: DCJS and FBI Certified Specifications

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 40: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 40 of 40 Award # 20191 Procurement Services Group

20191sa.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, Room 3711

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 41: Supplemental Awards

Page 41 of 60

20191sa.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

2nd SUPPLEMENTAL CONTRACT AWARD NOTIFICATION

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 17, 2007 through August 26, 2012

Bid Opening Date : April 19, 2006

Date of Issue : November 26, 2007

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 53 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 42: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 42 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

Table of Contents Scope……………………………………………………………………………………...Page 44 Lots…………….………………………………………………………………………….Page 44 Regions……………………………………………………………………………………Page 45 Appendix A Reference……………………………………………………………….......Page 46 Appendix B-1 Reference…………………………………………………………………Page 46 Participation in Centralized Contracts…………………………………………………Page 46 Extension of Use…………………………………………………………………………..Page 47 Term of Contract…………………………………………………………………………Page 47 Termination of Contract…………………………………………………………………Page 47 Stop Work Order…………………………………………………………………………Page 47 Cancellation for Convenience……………………………………………………………Page 47 Note to Contractor………………………………………………………………………..Page 48 Small, Minority, and Women-owned Businesses……………………………………….Page 48 Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses……Page 48 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 48 EPA Energy Star Program……………………………………………………………......Page 48 Note to Authorized Users………………………………………………………………….Page 49 Purchase Orders……………………………………………………………………………Page 49 Contract Payment………………………………………………………………………….Page 49 Electronic Payments……………………………………………………………………….Page 50 New York State Procurement Card………………………………………………….......Page 50 Prevailing Wage……………………………………………………………………………Page 50 Price Sheets and Catalogs…………………………………………………………………Page 51 Instruction Manuals…………………………………………………………….................Page 52 Pricing………………………………………………………………………………………Page 52 Contractor and Subcontract Responsibilities……………………………………………Page 52

Page 43: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 43 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

Software License Agreements………………………………………………………….…Page 52 List of Contractors………………………………………………………………………...Page 53 Index of Awards……………………………………………………………………………Page 55 List of Subcontractors (if applicable)………………………………………………….....Page 56 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 57 Attachment Two: OGS Contract Performance Report…………………………….........Page 58

Page 44: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 44 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of five (5) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

Page 45: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 45 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland

Page 46: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 46 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B-1:

Appendix B-1, Office of General Services General Specifications dated January 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

Page 47: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 47 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

EXTENSION OF USE

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B-1, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such

Page 48: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 48 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses:

For purposes of this contract(s), the following goals are established by Region: 4% for minority business enterprises (MBE) participation and 4% for women-owned business enterprises (WBE) participation.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort and requires all products offered to comply with EPA Energy Star guidelines for energy efficiency. The State may discontinue use of and/or delete from contract selected products as mandated by any NYS energy legislation that is enacted during the term of this contract. The contractor shall have no recourse with the State for such discontinuance/deletion.

Page 49: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 49 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B-1, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State

Page 50: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 50 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $10,000.00 with no additional discount:

1. ADT Security Services, Inc. 15. Northern Fire Systems, Inc. 2. Johnson Controls, Inc. 16. SI Technologies, Inc. 3. SimplexGrinnell, LP. 17. Synergon Solutions, Inc. 4. Metropolitan Data Solutions 18. Total Recall Corp. 5. Linstar, Inc. 19. Universal Security Services, Inc 6. Plastic Card Systems, Inc. 20. InterVid, Inc. 7. Idesco Corp. 21. Washington Electric Co., Inc. 8. ComnetiX, Inc. 22. Carrier Communications Corp. 9. Identicard Systems Worldwide, Inc. 23. Diebold Enterprise Security Solutions, Inc. 10. Siemens Building Technologies, Inc. 24. Advanced Digital Data Technology, Inc. 11. Anixter, Inc. 25. Honeywell International, Inc. 12. Communications Supply Corp. 26. U & S Services, Inc. 13. A+ Technologies, Inc. 27. Ber-National Controls, Inc. 14. Graybar Electric Co. 28. Stanley Security Solutions, Inc.

PREVAILING WAGES

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

Page 51: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 51 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2005007377, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists.

Page 52: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 52 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING

All net prices INCLUDE all applicable shipping and handling (refer to Appendix B-1, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 53: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 53 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

LIST OF CONTRACTORS:

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PT63534 Advanced Digital Data Technology, Inc. 877-797-6197 11-3551455 1490 North Clinton Ave. 631-969-2600 Bay Shore, NY 11706 631-969-2400 Fax Contact: David Antar Email: [email protected] Website: www.ADDTECHTODAY.com PT63535 Ber-National Controls, Inc. 315-432-1818 16-1365817 105 Arterial Road 315-432-1842 Fax Syracuse, NY 13206 Email: [email protected] Contact: Gregory P. Frary Website: www.bernationalcontrols.com PT63536 Diebold Enterprise Security Systems, Inc. 800-343-2653 90-0209740 155 Lafayette Ave. 914-872-4393 White Plains, NY 10603 914-872-4293 Fax Contact: John Palumbo Email: [email protected] Website: www.dieboldess.com PT63539 Carrier Communications Corp. 631-539-3150 11-2314408 190 Adams Avenue 631-539-3177 Fax Hauppauge, NY 11788 Email: [email protected] Contact: Lionel Atkinson Website: www.mmc.net PT63299 Honeywell International 518-452-6648 22-2640650 One Executive Centre Drive 518-456-7183 Fax Albany, NY 12203 Contact: Mark Deiana Email: [email protected] Website: www.honeywell.com PT63600 U & S Services, Inc. (716) 693-4490 16-1364177 233 Fillmore Ave., Suite # 11 (716) 693-5280 Fax Tonawanda, NY 14150 Email: [email protected] Contact: Leon Samborski Website: www.usservicesinc.com

Page 54: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 54 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

INDEX OF AWARDS (LOTS) Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Lot 1: Product Only 15. Advanced Digital Data Technology, Inc. a. Regions Bid: Statewide 16. Carrier Communications Corp. a. Regions Bid: Statewide 17. U & S Services, Inc. * a. Regions Bid: 1, 2, 3, 4, 6, and 9 Lot 2: Product and Maintenance

5. Honeywell International, Inc. a. Regions Bid: 1, 5, 7, 8

6. Carrier Communications Corp. a. Regions Bid: 1-4

7. U & S Services, Inc. * a. Regions Bid: 9

Lot 3: Product, Installation, Integration, and Maintenance. 15. Carrier Communications Corp. a. Regions Bid: 1-4 16. U & S Services, Inc. * a. Regions Bid: 9 17. Ber-National Controls, Inc. * a. Regions Bid: 7 Lot 4: Installation Lot 5: Integration

5. Honeywell International, Inc. a. Regions Bid: Statewide 6. U & S Services, Inc. * a. Regions Bid: 9

**NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63536, held by Honeywell International, Inc.

1. Axis 2. PSCS 3. Securitron 4. Altronix 5. Pelco 6. Bosch 7. NexWatch 8. HID

Page 55: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 55 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

9. Fargo 10. Sentrol 11. GE Security, Inc.

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63536, held by Diebold Enterprise Security Services, Corp.

1. Atlas 2. Arecont Vision 3. Avecont 4. Axis 5. Barco 6. Belden 7. Bon Edam 8. Delta 9. Ditek 10. Doorking 11. Emerson 12. HID Corp. 13. Indala 14. Inovonics 15. Knurr 16. Kouba 17. Lenel 18. Nice 19. Nitek 20. Preferred Power 21. Sentrol 22. Sony 23. Valcom

*NOTE: The Following Manufacturer’s Product Line can only be PURCHASED in Region 9 on Contract PT63600, held by U & S Services, Inc.

1. Andover Controls *NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63536, held by Ber-National Controls, Inc.

1. Fargo Electronics 2. HID Corp. 3. Bioscrypt 4. Datacard 5. UltraMagicard 6. Linux

Page 56: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 56 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

LIST OF SUBCONTRACTORS: (IF APPLICABLE) Lot 1: Product Only Synergon Solutions, Inc.: IBM Global Services Lot 2: Product and Maintenance Synergon Solutions, Inc.: IBM Global Services (Statewide) Carrier Communications Corp.: Goosetown Communications (Regions 3 and 4) Lot 3: Product, Installation, Integration, and Maintenance ComnetiX, Inc.: MCM Corporation (Region 8) Synergon Solutions, Inc.: IBM Global Services (Statewide) Carrier Communications Corp.: Goosetown Communications (Regions 3 and 4) Lot 4: Installation Lot 5: Integration

Page 57: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 57 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

NOTE: DCJS and FBI Certified Specifications

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 58: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 58 of 58 Award # 20191 Procurement Services Group

20191sa2.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 59: Supplemental Awards

Page 61 of 77

20191sa.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

3rd SUPPLEMENTAL CONTRACT AWARD NOTIFICATION

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 17, 2007 through August 26, 2012

Bid Opening Date : April 19, 2006

Date of Issue : January 11, 2008

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 53 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 60: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 62 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

Table of Contents Scope……………………………………………………………………………………...Page 64 Lots…………….………………………………………………………………………….Page 64 Regions……………………………………………………………………………………Page 65 Appendix A Reference……………………………………………………………….......Page 66 Appendix B-1 Reference…………………………………………………………………Page 66 Participation in Centralized Contracts…………………………………………………Page 66 Extension of Use…………………………………………………………………………..Page 67 Term of Contract…………………………………………………………………………Page 67 Termination of Contract…………………………………………………………………Page 67 Stop Work Order…………………………………………………………………………Page 67 Cancellation for Convenience……………………………………………………………Page 67 Note to Contractor………………………………………………………………………..Page 68 Small, Minority, and Women-owned Businesses……………………………………….Page 68 Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses……Page 68 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 68 EPA Energy Star Program……………………………………………………………......Page 68 Note to Authorized Users………………………………………………………………….Page 69 Purchase Orders……………………………………………………………………………Page 69 Contract Payment………………………………………………………………………….Page 69 Electronic Payments……………………………………………………………………….Page 70 New York State Procurement Card………………………………………………….......Page 70 Prevailing Wage……………………………………………………………………………Page 70 Price Sheets and Catalogs…………………………………………………………………Page 71 Instruction Manuals…………………………………………………………….................Page 72 Pricing………………………………………………………………………………………Page 72 Contractor and Subcontract Responsibilities……………………………………………Page 72

Page 61: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 63 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

Software License Agreements………………………………………………………….…Page 72 List of Contractors………………………………………………………………………...Page 73 Index of Awards……………………………………………………………………………Page 74 List of Subcontractors (if applicable)………………………………………………….....Page 75 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 76 Attachment Two: OGS Contract Performance Report…………………………….........Page 77

Page 62: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 64 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of five (5) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

Page 63: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 65 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland

Page 64: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 66 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B-1:

Appendix B-1, Office of General Services General Specifications dated January 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

Page 65: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 67 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

EXTENSION OF USE

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B-1, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such

Page 66: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 68 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

Article 15-A: Subcontractor Goals for Minority and Women-Owned Businesses:

For purposes of this contract(s), the following goals are established by Region: 4% for minority business enterprises (MBE) participation and 4% for women-owned business enterprises (WBE) participation.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort and requires all products offered to comply with EPA Energy Star guidelines for energy efficiency. The State may discontinue use of and/or delete from contract selected products as mandated by any NYS energy legislation that is enacted during the term of this contract. The contractor shall have no recourse with the State for such discontinuance/deletion.

Page 67: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 69 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B-1, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 68: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 70 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $10,000.00 with no additional discount:

1. ADT Security Services, Inc. 15. Northern Fire Systems, Inc. 2. Johnson Controls, Inc. 16. SI Technologies, Inc. 3. SimplexGrinnell, LP. 17. Synergon Solutions, Inc. 4. Metropolitan Data Solutions 18. Total Recall Corp. 5. Linstar, Inc. 19. Universal Security Services, Inc 6. Plastic Card Systems, Inc. 20. InterVid, Inc. 7. Idesco Corp. 21. Washington Electric Co., Inc. 8. ComnetiX, Inc. 22. Carrier Communications Corp. 9. Identicard Systems Worldwide, Inc. 23. Diebold Enterprise Security Solutions, Inc. 10. Siemens Building Technologies, Inc. 24. Advanced Digital Data Technology, Inc. 11. Anixter, Inc. 25. Honeywell International, Inc. 12. Communications Supply Corp. 26. U & S Services, Inc. 13. A+ Technologies, Inc. 27. Ber-National Controls, Inc. 14. Graybar Electric Co. 28. Stanley Security Solutions, Inc.

PREVAILING WAGES

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more

Page 69: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 71 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2005007377, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

Page 70: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 72 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

INSTRUCTION MANUAL

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST

All net prices INCLUDE all applicable shipping and handling (refer to Appendix B-1, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 71: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 73 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

LIST OF CONTRACTORS:

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PT63633 Stanley Security Solutions, Inc. (703) 867-3679 35-1842918 7498 Admiral Nelson Drive (703) 637-4459 Warrenton, VA 20186 Contact: Erika Hughes [email protected] www.stanleysecuritysolutions.com

Page 72: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 74 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

INDEX OF AWARDS (LOTS) Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Lot 3: Product, Installation, Integration, and Maintenance. 18. Stanley Security Solutions, Inc. a. Regions Bid: Statewide*

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63636 Stanley Security Solutions, Inc.

1. Aiphone 2. Altronix 3. AMAG 4. Bosch 5. Dedicated Micros 6. GE 7. Honeywell 8. IFS 9. Infographics 10. KabaSimplex 11. Nice 12. Pelco 13. Panasonic 14. Sargent & Greenleaf 15. Software House 16. Tote Vision 17. Vicon

Page 73: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 75 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

LIST OF SUBCONTRACTORS: (IF APPLICABLE) Lot 1: Product Only Lot 2: Product and Maintenance Lot 3: Product, Installation, Integration, and Maintenance Lot 4: Installation Lot 5: Integration

Page 74: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 76 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

NOTE: DCJS and FBI Certified Specifications

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 75: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 77 of 77 Award # 20191 Procurement Services Group

20191sa3.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 76: Supplemental Awards

Page 78 of 101

20191sa.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

4rd SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated September 29, 2008

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 17, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : September 25, 2008

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 92 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 77: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 79 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

Table of Contents Scope……………………………………………………………………………………...Page 81 Lots…………….………………………………………………………………………….Page 82 Regions……………………………………………………………………………………Page 82 Appendix A Reference……………………………………………………………….......Page 84 Appendix B Reference………………………………………………………………… Page 84 RFP 20191 Reference…………………………………………………………………….Page 84 Participation in Centralized Contracts…………………………………………………Page 84 Extension of Use…………………………………………………………………………..Page 84 Term of Contract…………………………………………………………………………Page 85 Termination of Contract…………………………………………………………………Page 85 Stop Work Order…………………………………………………………………………Page 85 Cancellation for Convenience……………………………………………………………Page 85 Note to Contractor………………………………………………………………………..Page 85 Small, Minority, and Women-owned Businesses……………………………………….Page 86 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….……Page 86 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 86 EPA Energy Star Program……………………………………………………………......Page 87 Note to Authorized Users………………………………………………………………….Page 87 Purchase Orders……………………………………………………………………………Page 87 Contract Payment………………………………………………………………………….Page 87 Electronic Payments……………………………………………………………………….Page 88 New York State Procurement Card…………………………………………………........Page 88 Prevailing Wage……………………………………………………………………………Page 88 Price Sheets and Catalogs…………………………………………………………………Page 89 Instruction Manual……………………………………………………………...................Page 90

Page 78: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 80 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

Pricing………………………………………………………………………………………Page 90 Contractor and Subcontract Responsibilities……………………………………………Page 90 Software License Agreements………………………………………………………….….Page 90 References…………………………………………………………………………………..Page 91 List of Contractors………………………………………………………………………....Page 92 Index of Awards…………………………………………………………………………….Page 93 List of Subcontractors (if applicable)………………………………………………….......Page 95 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………..Page 96 Attachment Two: OGS Contract Performance Report……………………………...........Page 97 Attachment Three: Reference Forms………………………………………………….Pages 98-99 Attachment Four: Contract Usage Reports………………………………………...Pages 100-101

Page 79: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 81 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

Page 80: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 82 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE - PRODUCTS TRAINING/EDUCATION

VIDEO/CCTV SYSTEMS & SURVELLIANCE LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 81: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 83 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 82: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 84 of 101 Award # 20191 Procurement Services Group APPENDIX A:

20191sa4.T07jb

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191, Revised 4/08 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 83: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 85 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

Page 84: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 86 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 85: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 87 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to

Page 86: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 88 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Adirondack Cabling, Inc. 2. Hello Alert, Inc. 3. Leica Geosystems, Inc. 4. Linstar, Inc. 5. Sagem Morpho, Inc. 6. SI Technologies, Inc.

PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days

Page 87: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 89 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

Page 88: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 90 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling (F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

Page 89: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 91 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 98 and 99 of this document.

Page 90: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 92 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

LIST OF CONTRACTORS:

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PT63109 Comnetix, Inc. Phone: (905)829-9988 ext 258 98-0488004 2872 Bristol Circle Toll Free: (888)357-7448 ext 258 Oakville, ON L6H6G4 Canada Fax: (905)829-1944 Contact: Don Sutton Email: [email protected] Website: www.LIID.com PT63106 Linstar, Inc. Phone: (716)631-9200 16-1559780 430 Lawrence Bell Dr. Toll Free: (800)655-5454 Buffalo NY 14221 Fax: (716)631-2024 Contact: Mary Jo Cornell Email: [email protected] Website: www.linstar.com PT63200 Siemens Building Technologies, Inc. 800-578-1334 13-2762488 85 Northpointe Parkway 716-568-0983 Amherst, New York 14228 716-568-1449 Fax Contact: Lenny Drabinsky Email: [email protected] Award Date: 9/23/2008 Website: www.sbt.siemens.com PT63302 SI Technologies, Inc. Phone: (518)452-3505 14-1754907 11 Walker Way Toll Free: (800)465-0821 Albany NY 12205 Fax: (518)452-2605 Contact: Joseph N. Masciocco Email: [email protected] Website: www.securityintegrations.com PT64058 Adirondack Cabling, Inc. Phone: (518)452-0124 14-1686851 10 Petra Lane Toll Free: (800)741-8130 Albany NY 12205 Fax: (518)452-0126 Fax Contact: John D. Womer Email: [email protected] Website: www.adirondackcabling.com PT64060 Hello Alert Inc. Phone: (631)321-1280 20-0368439 206 E. Main St A. Babylon NY 11702 Fax: (631)321-1758 Contact: Lorraine Roberts Email: [email protected] Website: www.helloalert.com PT64061 Leica Geosystems, Inc. Phone: (800)367-9453 16-1516976 5051 Peachtree Corners Circle #250 Toll Free: (800)367-9453 Norcross GA 30092 Fax: (770)447-0710 Contact: Susan Crackower Email: [email protected] Website: www.leicageosystems.com/us/en/lgs_41487.htm PT64062 Sagem Morpho, Inc. Phone: (518) 724-5226 33-0154789 1145 Broadway Plaza, Suite 200 Toll Free: (800) 580-6324 Tacoma WA 98402 Fax: (518) 452-3581 Contact: Bill Carlson Email: [email protected] Website: www.morpho.com

Page 91: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 93 of 101 Award # 20191 Procurement Services Group INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE

20191sa4.T07jb

CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS

ontract Administrator listed on Page One of this document for any questions. C Lot 1: Product Only 18. Leica Geosystems, Inc. a. Regions Bid: Statewide Lot 2: Product and Maintenance 8. SI Technologies, Inc. ** a. Regions Bid: 1, 2, 3, 4, 6, and 8 Lot 3: Product, Installation, Integration, and Maintenance. 19. ComnetiX, Inc. ** a. Regions Bid: 2, 3, 4, 5, 7, 9 20. Linstar, Inc. ** a. Regions Bid: 5, 6, 7, 8, and 9 21. SI Technologies, Inc. ** a. Regions Bid: 1, 2, 3, 4, 6, and 8 22. Siemens Building Technologies, Inc. ** a. Regions Bid: 2, 4, and 6 23. Hello Alert, Inc a. Regions Bid: 1 24. Adirondack Cabling, Inc a. Regions Bid: 5 25. Sagem Morpho, Inc. a. Regions Bid: Statewide Lot 4: Installation Only 6. SI Technologies, Inc. ** a. Regions Bid: 1, 2 and 3 Lot 5: Systems Integration Only 7. SI Technologies, Inc. ** a. Regions Bid: 1, 2, and 3

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT64060 held by Hello Alert, Inc. 1. Farpointe Data, Inc. 2. Maxim/Dallas Semiconductur 3. Essex Electronics 4. Kaba Ilco Group

Page 92: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 94 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

5. Xico Corp. 6. AAID Corp. 7. Suprema, Inc. 8. RFIdeas, Inc. 9. AlarmSaf 10. Ultra Electronics

**NOTE: Several Current Contract Holders submitted proposals to expand their contract award to include new Lots/Regions. OGS has maintained their contract number and listed their revised awards in the following

chart.

ContractorContract # Lot I Lot II Lot III Lot IV Lot V

Adirondack Cabling, Inc. PT64058 Region 5 ComnetiX, Inc. PT63109 Statewide Hello Alert, Inc. PT64060 Region 1

Leica Geosystems, Inc. PT64061 Statewide

Linstar, Inc. PT63106Regions 5-9

Regions 5-9

Sagem Morpho, Inc. PT64062 Statewide SI Technologies, Inc. PT63302 Statewide Statewide Statewide Statewide Statewide Siemens Building Technologies PT63200 Statewide

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best

ractices and maintain a detailed Procurement Record. P

Page 93: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 95 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Lot 2: SI Technologies, Inc. Security By Design Regions 1 and 2

Lot 3: SI Technologies, Inc. Security By Design Regions 1 and 2

Lot 4: SI Technologies, Inc. Security By Design Regions 1 and 2

Lot 5: SI Technologies, Inc. Security By Design Regions 1 and 2

Page 94: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 96 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

NOTE: DCJS and FBI Certified Specifications:

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 95: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 97 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 96: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 98 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 97: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 99 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 98: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 100 of 101 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 99: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 101 of 101 Award # 20191 Procurement Services Group

20191sa4.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2)NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 100: Supplemental Awards

Page 102 of 124

20191sa.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

5th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated October 10, 2008

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : October 9, 2008

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 115 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 101: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 103 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

Table of Contents Scope……………………………………………………………………………………..Page 105 Lots…………….…………………………………………………………………………Page 106 Regions…………………………………………………………………………………...Page 106 Appendix A Reference………………………………………………………………......Page 108 Appendix B Reference…………………………………………………………………...Page 108 RFP 20191 Reference…………………………………………………………………….Page 108 Participation in Centralized Contracts…………………………………………………Page 108 Extension of Use………………………………………………………………………….Page 108 Term of Contract…………………………………………………………………………Page 109 Termination of Contract…………………………………………………………………Page 109 Stop Work Order…………………………………………………………………………Page 109 Cancellation for Convenience……………………………………………………………Page 109 Note to Contractor………………………………………………………………………..Page 109 Small, Minority, and Women-owned Businesses……………………………………….Page 110 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….……Page 110 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 110 EPA Energy Star Program……………………………………………………………......Page 111 Note to Authorized Users………………………………………………………………….Page 111 Purchase Orders……………………………………………………………………………Page 111 Contract Payment………………………………………………………………………….Page 111 Electronic Payments……………………………………………………………………….Page 111 New York State Procurement Card…………………………………………………........Page 111 Prevailing Wage……………………………………………………………………………Page 111 Price Sheets and Catalogs…………………………………………………………………Page 112 Instruction Manual……………………………………………………………...................Page 113

Page 102: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 104 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

Pricing………………………………………………………………………………………Page 114 Contractor and Subcontract Responsibilities……………………………………………Page 114 Software License Agreements………………………………………………………….…Page 114 References………………………………………………………………………………….Page 114 List of Contractors………………………………………………………………………...Page 115 Index of Awards…………………………………………………………………………...Page 116 List of Subcontractors (if applicable)………………………………………………….....Page 118 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 119 Attachment Two: OGS Contract Performance Report…………………………….........Page 120 Attachment Three: Reference Forms……………………………………………….Pages 121-122 Attachment Four: Contract Usage Reports………………………………………...Pages 123-124

Page 103: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 105 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

Page 104: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 106 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE - PRODUCTS TRAINING/EDUCATION

VIDEO/CCTV SYSTEMS & SURVELLIANCE LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 105: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 107 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 106: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 108 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191, Revised 4/08 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 107: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 109 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

Page 108: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 110 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 109: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 111 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to

Page 110: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 112 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Day Automation Systems, Inc. 2. Washington Electric Co., Inc. 3. Diebold Enterprise Security Systems, Inc..

PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the

Page 111: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 113 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and

Page 112: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 114 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling (F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 121 and 122 of this document.

Page 113: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 115 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

LIST OF CONTRACTORS:

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PT64059 Day Automation Systems, Inc. Phone: (585)924-4630 ext 221 16-1576146 7931 Rae Boulevard Toll Free: (800)836-0969 ext 221 Victor NY 14564 Fax: (585)924-4698 Contact: James L. Day Email: [email protected] Award Date: 9/29/2008 Website: www.dayasi.com PT63536 Diebold Enterprise Security Systems, Inc. Phone: (914) 872-4484 90-0209740 155 Lafayette Avenue White Plains NY 10603 Fax: (914)872-4509 Contact: Steve Porcaro Email: [email protected] Suppl. Award Date: 10/08/2008 Website: www.dieboldess.com PT63538 Washington Electric Co., Inc. Phone: (718)491-6100 13-5473020 140 58th Street, Suite 8F Brooklyn NY 11220 Fax: (718)765-1973 Contact: Jeffrey Goldberg Email: [email protected] Suppl. Award Date: 10/06/2008 Website: www.washcomp.com

Page 114: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 116 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 19. Washington Electric Co., Inc. *** a. Regions Bid: Statewide 20. Day Automation Systems, Inc. a. Regions Bid: 1-8 Lot 3: Product, Installation, Integration, and Maintenance. 26. Diebold Enterprise Security Systems, Inc. *** a. Regions Bid: 2,

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63538 held by Washington Electric Co., Inc. 1. AMP-Netconnect (Tyco Electronics) 2. Data Cove 3. Navayo 4. Paragon 5. Geist Electronics *NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT63536 held by Diebold Enterprise Security Systems Inc.

1. Arecont Vison LLC 2. Barco Visual Solutions, LLC 2. Boon Edam Tomsed, Inc. 3. Control Concepts Corp. 4. Diversified Technology, Inc. (DITEK Corp.) 5. DoorKing, Inc. 6. Fargo Electronics, Inc. 7. GE Security, Inc. 8. HID Corp. 9. Kouba & Associates, Inc. 10. Knürr 11. Mate Media Access 12. Miti Tech, LLC 13. Nice Systems, Inc. 14. P3 – Preferred Power Products 15. SSS Siedle 16. Valcom, Inc.

Page 115: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 117 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

**NOTE: Several Current Contract Holders submitted proposals to expand their contract award to include new Lots/Regions. OGS has maintained their contract number and listed their revised awards in the following chart.

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Day Automation Systems, Inc. PT64059Regions 1-8

Diebold Enterprise Security Systems, Inc. PT63536

Regions 1, 3, 5, 7, and 8

Washington Electric Co., Inc. PT63538 Statewide Region 2 Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 116: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 118 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 117: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 119 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

NOTE: DCJS and FBI Certified Specifications:

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 118: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 120 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 119: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 121 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 120: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 122 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 121: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 123 of 124 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 122: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 124 of 124 Award # 20191 Procurement Services Group

20191sa4.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 123: Supplemental Awards

Page 125 of 147

20191sa6.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

6th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated November 7, 2008

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : November 6, 2008

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 92 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 124: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 126 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 128 Lots…………….…………………………………………………………………………..Page 129 Regions…………………………………………………………………………………….Page 129 Appendix A Reference………………………………………………………………........Page 131 Appendix B Reference……………………………………………………………………Page 131 RFP 20191 Reference……………………………………………………………………..Page 131 Participation in Centralized Contracts………………………………………………….Page 131 Extension of Use…………………………………………………………………………..Page 131 Term of Contract…………………………………………………………………………Page 132 Termination of Contract…………………………………………………………………Page 132 Stop Work Order…………………………………………………………………………Page 132 Cancellation for Convenience……………………………………………………………Page 132 Note to Contractor………………………………………………………………………..Page 132 Small, Minority, and Women-owned Businesses……………………………………….Page 133 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 133 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 133 EPA Energy Star Program……………………………………………………………......Page 134 Note to Authorized Users………………………………………………………………….Page 134 Purchase Orders……………………………………………………………………………Page 134 Contract Payment………………………………………………………………………….Page 134 Electronic Payments……………………………………………………………………….Page 135 New York State Procurement Card…………………………………………………........Page 135 Minimum Order…………………………………………………………………………....Page 135 Prevailing Wage…………………………………………………………………………….Page 135 Price Sheets and Catalogs………………………………………………………………….Page 136

Page 125: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 127 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

Instruction Manual……………………………………………………………...................Page 137 Pricing………………………………………………………………………………………Page 137 Contractor and Subcontract Responsibilities……………………………………………Page 137 Software License Agreements………………………………………………………….….Page 137 References…………………………………………………………………………………..Page 138 List of Contractors………………………………………………………………………....Page 139 Index of Awards……………………………………………………………………………Page 140 List of Subcontractors (if applicable)…………………………………………………......Page 141 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 142 Attachment Two: OGS Contract Performance Report…………………………….........Page 143 Attachment Three: Reference Forms……………………………………………….Pages 144-145 Attachment Four: Contract Usage Reports………………………………………...Pages 146-147

Page 126: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 128 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

Page 127: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 129 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE - PRODUCTS TRAINING/EDUCATION

VIDEO/CCTV SYSTEMS & SURVELLIANCE LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 128: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 130 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 129: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 131 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 130: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 132 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

Page 131: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 133 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 132: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 134 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort and requires all products offered to comply with EPA Energy Star guidelines for energy efficiency. The State may discontinue use of and/or delete from contract selected products as mandated by any NYS energy legislation that is enacted during the term of this contract. The contractor shall have no recourse with the State for such discontinuance/deletion.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

Page 133: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 135 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Cross Match Technologies. 2. IK Systems, Inc. 3. Syracuse Time & Alarm Co., Inc.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

Page 134: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 136 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists.

Page 135: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 137 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 136: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 138 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 101 and 102 of this document.

Page 137: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 139 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64157 Cross Match Technologies, Inc. Phone: (561) 622-2688 65-0637546 3950 RCA Blvd., Suite 5001 Toll Free: (877)260-2753 Palm Beach Gardens, FL 33410 Fax: (561) 622-9938 Scott Clinton Email: [email protected] Approval Date: 10/29/2008 Website: www.corssmatch.com PT64158 IK Systems, Inc. Phone: (585) 924-9000x5003 16-1326770 7625 Main Street Fishers Toll Free: (800) 800-6869 Victor, NY 14564-8963 Fax: (585) 924-9018 Contract: Andrew Chapman Email: [email protected] Approval Date: 10/22/2008 Website: www.iksystems.com PT64162 Syracuse Time & Alarm Co., Inc. Phone: (315) 433-1234 16-1184747 2201 Burnet Avenue Toll Free: (800) 762-2667 Syracuse, NY 13206 Fax: (315) 463-5006 Contact: Jan Robertson Email: [email protected] Approval Date: 10/29/2008 Website: www.syrtime.com

Page 138: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 140 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 20. Cross Match Technologies, Inc. a. Regions Bid: Statewide 21. Syracuse Time & Alarm Co., Inc. a. Regions Bid: 7 and 8 Lot 3: Product, Installation, Integration, and Maintenance. 28. IK Systems, Inc. a. Regions Bid: 7, 8, and 9

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Cross Match Technologies, Inc. PT64157 Statewide

IK Systems, Inc. PT64158 Regions 7-9

Syracuse Time & Alarm Co., inc. PT64162

Regions 7 and 8

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 139: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 141 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 140: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 142 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

NOTE: DCJS and FBI Certified Specifications:

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 141: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 143 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 142: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 144 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 143: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 145 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 144: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 146 of 147 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 145: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 147 of 147 Award # 20191 Procurement Services Group

20191sa6.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 146: Supplemental Awards

Page 148 of 170

20191sa7.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

7th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated November 21, 2008

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : November 21, 2008

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 162 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 147: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 149 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 151 Lots…………….…………………………………………………………………………..Page 152 Regions…………………………………………………………………………………….Page 152 Appendix A Reference………………………………………………………………........Page 154 Appendix B Reference……………………………………………………………………Page 154 RFP 20191 Reference……………………………………………………………………..Page 154 Participation in Centralized Contracts………………………………………………….Page 154 Extension of Use…………………………………………………………………………..Page 154 Term of Contract…………………………………………………………………………Page 155 Termination of Contract…………………………………………………………………Page 155 Stop Work Order…………………………………………………………………………Page 155 Cancellation for Convenience……………………………………………………………Page 155 Note to Contractor………………………………………………………………………..Page 155 Small, Minority, and Women-owned Businesses……………………………………….Page 156 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 156 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 156 EPA Energy Star Program……………………………………………………………......Page 157 Note to Authorized Users………………………………………………………………….Page 157 Purchase Orders……………………………………………………………………………Page 157 Contract Payment………………………………………………………………………….Page 157 Electronic Payments……………………………………………………………………….Page 157 New York State Procurement Card…………………………………………………........Page 158 Minimum Order…………………………………………………………………………....Page 158 Prevailing Wage…………………………………………………………………………….Page 158 Price Sheets and Catalogs………………………………………………………………….Page 159

Page 148: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 150 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

Instruction Manual……………………………………………………………...................Page 160 Pricing………………………………………………………………………………………Page 160 Contractor and Subcontract Responsibilities……………………………………………Page 160 Software License Agreements………………………………………………………….….Page 160 References…………………………………………………………………………………..Page 161 List of Contractors………………………………………………………………………....Page 162 Index of Awards……………………………………………………………………………Page 163 List of Subcontractors (if applicable)…………………………………………………......Page 164 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 165 Attachment Two: OGS Contract Performance Report…………………………….........Page 166 Attachment Three: Reference Forms……………………………………………….Pages 167-168 Attachment Four: Contract Usage Reports………………………………………...Pages 169-170

Page 149: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 151 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

Page 150: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 152 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE - PRODUCTS TRAINING/EDUCATION

VIDEO/CCTV SYSTEMS & SURVELLIANCE LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 151: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 153 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 152: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 154 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 153: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 155 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

Page 154: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 156 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 155: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 157 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort and requires all products offered to comply with EPA Energy Star guidelines for energy efficiency. The State may discontinue use of and/or delete from contract selected products as mandated by any NYS energy legislation that is enacted during the term of this contract. The contractor shall have no recourse with the State for such discontinuance/deletion.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

Page 156: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 158 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Cogent Systems, Inc. 2. Identification Data and Imaging, LLC.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

Page 157: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 159 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists.

Page 158: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 160 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 159: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 161 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 101 and 102 of this document.

Page 160: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 162 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64156 Cogent, Inc. d/b/a Cogent Systems, Inc. Phone: (614) 718-9691 x 3315 95-4305768 5450 Frantz Road Fax: (614) 718-9694 Dublin, OH 43016 Email: [email protected] Contact: Isam Saleh Website: www.cogentsystems.com Approval Date: 11/14/2008 PT64159 Identification Data & Imaging, LLC. Phone: (516) 484-6500 11-3387665 26 Harbor Park Drive Toll Free: (800) 270-1805 Port Washington, NY 11050 Fax: (516) 484-4486 Contact: Jeffrey Brodsky Email: [email protected] Contact: Jeffrey Brodsky Website: www.idius.com Approval Date: 11/20/2008

Page 161: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 163 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 22. Cogent Systems, Inc. a. Regions Bid: Statewide Lot 2: Product and Maintenance 9. Cogent Systems, Inc. a. Regions Bid: Statewide Lot 3: Product, Installation, Integration, and Maintenance. 29. IK Systems, Inc. a. Regions Bid: Statewide 30. Identification Data & Imaging, Inc. a. Regions Bid: 1, 2, and 3 Lot 5: Systems Integration Only 8. Cogent Systems, Inc. a. Regions Bid: Statewide

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Cogent Systems, Inc. PT64157 Statewide Statewide Statewide Statewide Identification Data & Imaging, LLC. PT64158

Regions 1-3

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 162: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 164 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 163: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 165 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

NOTE: DCJS and FBI Certified Specifications:

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 164: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 166 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 165: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 167 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 166: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 168 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 167: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 169 of 170 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 168: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 170 of 170 Award # 20191 Procurement Services Group

20191sa7.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 169: Supplemental Awards

Page 171 of 196

20191sa8.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

8th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated January 9, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : January 7, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 186 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 170: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 172 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 174 Lots…………….…………………………………………………………………………..Page 175 Regions…………………………………………………………………………………….Page 175 Appendix A Reference………………………………………………………………........Page 177 Appendix B Reference……………………………………………………………………Page 177 RFP 20191 Reference……………………………………………………………………..Page 177 Participation in Centralized Contracts………………………………………………….Page 177 Extension of Use…………………………………………………………………………..Page 177 Term of Contract…………………………………………………………………………Page 178 Termination of Contract…………………………………………………………………Page 178 Stop Work Order…………………………………………………………………………Page 178 Cancellation for Convenience……………………………………………………………Page 178 Note to Contractor………………………………………………………………………..Page 178 Small, Minority, and Women-owned Businesses……………………………………….Page 179 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 179 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 179 EPA Energy Star Program……………………………………………………………......Page 180 Note to Authorized Users………………………………………………………………….Page 180 Purchase Orders…………………………………………………………………………...Page 180 Contract Payment………………………………………………………………………….Page 180 Electronic Payments……………………………………………………………………….Page 181 New York State Procurement Card…………………………………………………........Page 181 Minimum Order…………………………………………………………………………....Page 181 Prevailing Wage…………………………………………………………………………….Page 181 Price Sheets and Catalogs………………………………………………………………….Page 182

Page 171: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 173 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

Instruction Manual……………………………………………………………...................Page 183 Pricing………………………………………………………………………………………Page 183 Contractor and Subcontract Responsibilities……………………………………………Page 183 Software License Agreements………………………………………………………….….Page 183 References…………………………………………………………………………………..Page 184 NYS Worker’s Compensation/Disability Benefits Insurance Requirements……………………………………………………………………………….Page 184 List of Contractors………………………………………………………………………....Page 186 Index of Awards……………………………………………………………………………Page 187 List of Subcontractors (if applicable)…………………………………………………......Page 189 How to use Technical Systems Group, Inc. Subcontractors…………………………….Page 190 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 191 Attachment Two: OGS Contract Performance Report…………………………….........Page 192 Attachment Three: Reference Forms……………………………………………….Pages 193-194 Attachment Four: Contract Usage Reports………………………………………...Pages 195-196

Page 172: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 174 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

Page 173: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 175 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE - PRODUCTS TRAINING/EDUCATION

VIDEO/CCTV SYSTEMS & SURVELLIANCE LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 174: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 176 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 175: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 177 of 196 Award # 20191 Procurement Services Group APPENDIX A:

20191sa8.T07jb

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 176: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 178 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

Page 177: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 179 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 178: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 180 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to

Page 179: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 181 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Control Network Communicatnios, Inc. 2. Motorola, Inc. 3. Kintronics, Inc. 4. Trimble Navigation, Ltd., Inc. 5. Technical Systems Group, Inc.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract

Page 180: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 182 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized

Page 181: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 183 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 182: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 184 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 101 and 102 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website:

Page 183: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 185 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 184: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 186 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64155 Control Network Communications, Inc. Phone: (518) 862-9121 14-1758220 19 Walker Way Fax: (518) 862-9130 Albany, NY 12205 Email: [email protected] Contact: David Rusilas Website: www.controlnetwork.comAward Date: 11/28/2008 PT64161 Motorola, Inc. Phone: (714) 575-2956 36-1115800 1250 North Tustin Avenue Toll Free: (800) 734-6241 Anaheim, CA 92807 Fax: (714) 237-0050 Contact: Jayne Goodall Email: [email protected] Date: 12/02/2008 Website: www.motorola.com/biometrics PT64163 Trimble Navigation, Ltd. Phone: (720) 587-4554 94-280-2192 935 Stewart Drive Toll Free: (800) 480-0510 Sunnyvale, CA 94085 Fax: (303) 379-5404 Contact: Collean Bean Email: [email protected] Date: 1/05/2009 Website: www.trimble.com PT64310 Technical Systems Group, Inc. Phone: (585)467-2390 16-1189739 1799 Clinton Avenue North Toll Free: (866)533-2027 Rochester, NY 14621 Fax: (585) 342-2180 Contact: Susan J. Traniello Email: [email protected] Date: 1/06/2009 Website: www.tsgsecurity.com PT64311 Kintronics, Inc. Phone: (914)944-3425 13-2913208 500 Executive Blvd. Toll Free: (800)431-1658 Ossining, NY 10562 Fax: (914) 944-0717 Contact: Dennis Gallen Email: [email protected] Date: 12/19/2008 Website: www.kintronics.com

Page 185: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 187 of 196 Award # 20191 Procurement Services Group INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE

20191sa8.T07jb

CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS

ontract Administrator listed on Page One of this document for any questions. C Lot 1: Product Only 23. Motorola, Inc. a. Regions Bid: Statewide 24. Technical Systems Group, Inc. a. Regions Bid: 7, 8, and 9 25. Kintronics, Inc. a. Regions Bid: Statewide Lot 2: Product and Maintenance 10. Motorola, Inc. a. Regions Bid: Statewide 11. Trimble Navigation, Ltd. a. Regions Bid: Statewide Lot 3: Product, Installation, Integration, and Maintenance. 31. Control Network Communications, Inc. a. Regions Bid: 4, 5, 6, 7, 8, and 9* 32. Motorola, Inc. a. Regions Bid: Statewide 33. Technical Systems Group, Inc. a. Regions Bid: 7, 8, and 9 Lot 4: Installation Only 7. Technical Systems Group, Inc. a. Regions Bid: 7, 8, and 9

Lot 5: Systems Integration Only

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT64155 held by Control Network Communications Inc.

1. Adams Rite 2. CommScope 3. Fujinon 4. HES Folger Adams 5. Transitions

Contractor

Contract # Lot I Lot II Lot III Lot IV Lot V

Control Network PT64155 Regions

Page 186: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 188 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

Communications, Inc. 4-9

Motorola, Inc. PT64161 Statewide Statewide Statewide Kintronics, Inc. PT64311 Statewide Trimble Navigation, Ltd. PT64163 Statewide

Technical Systems Group, Inc. PT64157Regions 7-9

Regions 7-9

Regions 7-9

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best

ractices and maintain a detailed Procurement Record. P

Page 187: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 189 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Lot 3 Trimble Navigation, Ltd. Keystone Precision Instruments Statewide

Lot 3 Technical Systems Group, Inc. Advanced Safe and Lock Inc. Regions 7, 8, and 9

Alliance Door Hardware Region 8

Blackmon-Farrell Electric Inc Region 8

Hewitt Young Electric, Inc Region 8

O’Connell Electric Regions 7, 8, and 9

Szulgit Electric Inc. Regions 7, 8, and 9

Page 188: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 190 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

How to use Technical Systems Group Inc Subcontractors It has been the guideline of Technical Systems Group Inc to provide an effective, value added product to all its clients. Having a close relationship with key suppliers and sub-contractors is seen as essential to accommodate the overall turn-key solution. Examples of items that may be outside the expertise of TSG but are not limited to the following:

Locksmiths for door strikes Electricians for installing cable, installing conduit or trenching Electricians to install proper camera lighting Electricians to install poles for parking lot cameras Specialized IT support

Technical Systems Group Inc will offer these services at a fee not to exceed cost plus 25% of the subcontractor invoice. This fee includes the expense of TSG to manage the subcontractor including, but not limited to the following items:

Devising a scope of work Administrative responsibilities such as (certified payroll, submittals, as-built

documentation etc.) Managing project timelines and coordination of activities between trades Coordination of walkthrough’s / project meetings Inspection of work performed to ensure projects are completed to scope approved by

customer Technical Systems Group Inc will take full ownership of the installation and will be a single point of contact for the customer. All subcontractors have a minimum of two years experience in their specialty. Please see the attached approved subcontractor list for Technical Systems Group Inc.

Page 189: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 191 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

NOTE: DCJS and FBI Certified Specifications:

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 190: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 192 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 191: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 193 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 192: Supplemental Awards

GROUP - 77201Award # 20191

Security Systems and Solutions Page 194 of 196 Procurement Services Group

20191sa8.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 193: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 195 of 196 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 194: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 196 of 196 Award # 20191 Procurement Services Group

20191sa8.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2)NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 195: Supplemental Awards

Page 195 of 219

20191sa9.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

9th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated March 3, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : February 27, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 210 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 196: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 196 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 198 Lots…………….…………………………………………………………………………..Page 199 Regions…………………………………………………………………………………….Page 199 Appendix A Reference………………………………………………………………........Page 201 Appendix B Reference……………………………………………………………………Page 201 RFP 20191 Reference……………………………………………………………………..Page 201 Participation in Centralized Contracts………………………………………………….Page 201 Extension of Use…………………………………………………………………………..Page 201 Term of Contract…………………………………………………………………………Page 202 Termination of Contract…………………………………………………………………Page 202 Stop Work Order…………………………………………………………………………Page 202 Cancellation for Convenience……………………………………………………………Page 202 Note to Contractor………………………………………………………………………..Page 202 Small, Minority, and Women-owned Businesses……………………………………….Page 203 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 203 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 203 EPA Energy Star Program……………………………………………………………......Page 204 Note to Authorized Users………………………………………………………………….Page 204 Purchase Orders…………………………………………………………………………...Page 204 Contract Payment………………………………………………………………………….Page 204 Electronic Payments……………………………………………………………………….Page 205 New York State Procurement Card…………………………………………………........Page 205 Minimum Order…………………………………………………………………………....Page 205 Prevailing Wage…………………………………………………………………………….Page 205 Price Sheets and Catalogs………………………………………………………………….Page 206

Page 197: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 197 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

Instruction Manual……………………………………………………………...................Page 207 Pricing………………………………………………………………………………………Page 207 Contractor and Subcontract Responsibilities……………………………………………Page 207 Software License Agreements………………………………………………………….….Page 207 References…………………………………………………………………………………..Page 208 NYS Worker’s Compensation/Disability Benefits Insurance Requirements……………………………………………………………………………….Page 208 List of Contractors………………………………………………………………………....Page 210 Index of Awards……………………………………………………………………………Page 211 List of Subcontractors (if applicable)…………………………………………………......Page 213 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 214 Attachment Two: OGS Contract Performance Report…………………………….........Page 215 Attachment Three: Reference Forms……………………………………………….Pages 216-217 Attachment Four: Contract Usage Reports………………………………………...Pages 218-219

Page 198: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 198 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE

Page 199: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 199 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

FIRE PROTECTION/DETECTION/CONTROLS GEOGRAPHIC POSITIONING SYSTEMS

GUARD TOUR SYSTEMS ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES

ID EQUIP. ELECTRONIC CARD ID SYSTEM ID EQUIPMENT, ELECTRONIC

INTEGRATED SECURITY SYSTEMS INTRUSION DETECTION/CONTROLS

LOCKING HARDWARE MONITORING EQUIPMENT

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PORTALS, TURNSTILES, ETC RECORDING EQUIPMENT

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE - PRODUCTS

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 200: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 200 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 201: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 201 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 202: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 202 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

Page 203: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 203 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 204: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 204 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to

Page 205: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 205 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Life Safety Engineered Systems, Inc. 2. LPC, Inc. 3. EIA Datacom, Inc. 4. Smiths Detection, Inc. 5. Intralogic Solutions, Inc. 6. Activu Corporation

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

Page 206: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 206 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists.

Page 207: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 207 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 208: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 208 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 101 and 102 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board

Page 209: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 209 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 210: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 210 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64160 Life Safety Engineered Systems, Inc. Phone: (716) 656-8890 x 18 16-1461069 25 Tyrol Drive Toll Free: (800) 263-1116 Buffalo, NY 14227 Fax: (716) 656-1511 NYS Contact: Robert Vezina, Jr. Email: [email protected] Approval Date: 2/4/2009 Website: www.lifesafetysecurity.com PT64315 LPC, Inc. Phone: (631) 321-7600 11-3181416 7100 New Horizons Blvd. Toll Free: (800) LPC-3010 No. Amityville, NY 11701 Fax: (631)321-8114 NYS Contact: Thomas J. Papa Email: [email protected] Approval Date: 1/20/2009 Website: www.lpcny.com PT64316 Clearview Data Systems, Inc. Phone: (603) 431-2800 04-3435780 35 Morgan Court Toll Free: (866) 632-2780 Rye, NH 03870 Fax: (603) 431-9811 F Contact: Ronald Champagne Email: [email protected] Approval Date: 1/21/2009 PT64317 EIA Datacom, Inc. Phone: (212) 206-8850 02-0561875 19 Union Square West Toll Free: (800) 526-7787 New York, NY 10003 Fax (212) 206-8877 NYS Contact: Glenn Taylor Email: [email protected] Approval Date: 2/10/2009 Website: www.eia.us PT64342 Activu Corporation Fax: (973) 366-1770 22-3336390 Denville, NJ 07834 F Contact: Erik Walker Website: www.activu.com Approval Date: 2/24/2009 Email: [email protected] PT64343 Smiths Detection, Inc. Phone: (401)848-7678 22-3552823 88 Silva Lane, Suite 250 Fax: (401) 846-7077 Middletown, RI 02842 F Contact: Doug Tuthill Website: www.smithsdetection.com Approval Date: 1/23/2009 Email: [email protected] PT64345 Intralogic Solutions Phone: (516) 799-7061 20-1681666 38 Brooklyn Avenue Fax: (516) 799-7884 Massapequa, NY 11758 NYS Contact: Lee Mandel Website: www.ilsny.com Approval Date: 2/12/2009 Email: [email protected]

Page 211: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 211 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 25. LPC, Inc. a. Regions Bid: Statewide 26. Smits Detection, Inc. a. Regions Bid: Statewide 27. Intralogic Solutions, Inc. a. Regions Bid: 1 and 2 Lot 2: Product and Maintenance 11. LPC, Inc. a. Regions Bid: 1, 2, and 3 12. Intralogic Solutions, Inc. a. Regions Bid: 1 and 2 Lot 3: Product, Installation, Integration, and Maintenance. 31. Life Safety Engineered Systems, Inc. a. Regions Bid: Statewide 32. LPC, Inc.* a. Regions Bid: 1, 2, and 3 33. Clearview Data Systems, Inc. a. Regions Bid: Statewide 34. Intralogic Solutions, Inc. a. Regions Bid: 1 and 2 35. Activu Corporation a. Regions Bid: Statewide Lot 4: Installation Only 8. LPC, Inc. a. Regions Bid: 1, 2, and 3 9. EIA Datacom, Inc. a. Regions Bid: 2, 3, 4, and 5 10. Intralogic Solutions, Inc. a. Regions Bid: 1 and 2 Lot 5: Systems Integration Only 9. LPC, Inc. a. Regions Bid: 1, 2, and 3

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT64315 held by LPC, Inc.

Page 212: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 212 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

1. Napco

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Life Safety Engineered Systems, Inc. PT64160 Statewide

LPC, Inc. PT64315 Statewide Regions 1-3

Regions 1-3

Regions 1-3

Regions 1-3

Clearview Data Systems, Inc. PT64316 Statewide

EIA Datacom, Inc. PT64317 Regions 2-5

Activu Corporation PT64342 Statewide Smiths Detection, Inc. PT64343 Statewide

Intralogic Solutions, Inc. PT64345Regions 1 and 2

Regions 1 and 2

Regions 1 and 2

Regions 1 and 2

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 213: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 213 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Lot 3: Life Safety Engineered Systems, Inc.

Total General Control and Design

Regions 7, and 8

SMB Technologies Regions 5 and 6

DA Systems Regions 1, 2, 3, and 4

Lot 3 Clearview Data Systems, Inc. DataWorks Plus, LLC. Statewide

Page 214: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 214 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

NOTE: DCJS and FBI Certified Specifications:

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 215: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 215 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 216: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 216 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 217: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 217 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 218: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 218 of 219 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 219: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 219 of 219 Award # 20191 Procurement Services Group

20191sa9.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 220: Supplemental Awards

Page 220 of 244

20191sa10.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

10th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated April 15, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : April 9, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 235 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 221: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 221 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 223 Lots…………….…………………………………………………………………………..Page 224 Regions…………………………………………………………………………………….Page 224 Appendix A Reference………………………………………………………………........Page 226 Appendix B Reference……………………………………………………………………Page 226 RFP 20191 Reference……………………………………………………………………..Page 226 Participation in Centralized Contracts………………………………………………….Page 226 Extension of Use…………………………………………………………………………..Page 226 Term of Contract………………………………………………………………………….Page 227 Termination of Contract………………………………………………………………….Page 227 Stop Work Order………………………………………………………………………….Page 227 Cancellation for Convenience…………………………………………………………….Page 227 Note to Contractor…………………………………………………………………………Page 227 Small, Minority, and Women-owned Businesses………………………………………...Page 228 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 228 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 228 EPA Energy Star Program……………………………………………………………......Page 229 Note to Authorized Users………………………………………………………………….Page 229 Purchase Orders…………………………………………………………………………...Page 229 Contract Payment………………………………………………………………………….Page 229 Electronic Payments……………………………………………………………………….Page 229 New York State Procurement Card…………………………………………………........Page 230 Minimum Order…………………………………………………………………………....Page 230 Prevailing Wage…………………………………………………………………………….Page 230 Price Sheets and Catalogs………………………………………………………………….Page 231

Page 222: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 222 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

Instruction Manual……………………………………………………………...................Page 231 Pricing………………………………………………………………………………………Page 231 Contractor and Subcontract Responsibilities……………………………………………Page 232 Software License Agreements………………………………………………………….….Page 232 References…………………………………………………………………………………..Page 233 NYS Worker’s Compensation/Disability Benefits Insurance Requirements……………………………………………………………………………….Page 233 List of Contractors………………………………………………………………………....Page 235 Index of Awards……………………………………………………………………………Page 236 List of Subcontractors (if applicable)…………………………………………………......Page 238 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 239 Attachment Two: OGS Contract Performance Report…………………………….........Page 240 Attachment Three: Reference Forms……………………………………………….Pages 241-242 Attachment Four: Contract Usage Reports………………………………………...Pages 243-244

Page 223: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 223 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE

Page 224: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 224 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

FIRE PROTECTION/DETECTION/CONTROLS GEOGRAPHIC POSITIONING SYSTEMS

GUARD TOUR SYSTEMS ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES

ID EQUIP. ELECTRONIC CARD ID SYSTEM ID EQUIPMENT, ELECTRONIC

INTEGRATED SECURITY SYSTEMS INTRUSION DETECTION/CONTROLS

LOCKING HARDWARE MONITORING EQUIPMENT

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PORTALS, TURNSTILES, ETC RECORDING EQUIPMENT

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE - PRODUCTS

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 225: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 225 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 226: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 226 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 227: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 227 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR

PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.)

Page 228: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 228 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 229: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 229 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to

Page 230: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 230 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Protective Management Systems, Inc. 2. Electronic Technologies Corporation 3. Safeguards Technology, LLC. 4. Aventura Technologies, Inc.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more

Page 231: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 231 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

Page 232: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 232 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B-1 (Reference Page 6).

Page 233: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 233 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 101 and 102 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website:

Page 234: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 234 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 235: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 235 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64380 Protective Management Systems, Inc. Phone: (631) 750-0685 112373565 840 Lincoln Avenue Fax: (631) 750-0689 Bohemia, NY 11716 NYS Contact: James E. Wood, Sr. Approval Date: 3/6/2009 Email: [email protected] PT64383 Electronic Technologies Corp. Phone: (845) 896-8027 14-1747729 d/b/a Ingersoll Rand Security Tech. Toll Free Fax: (866)848-9537 25 Corporate Park Drive, Suite A Fax: (845) 656-4133 Hopewell Junction, NY 12533 Website: www.ingersollrand.com NYS Contact: Russell Wellman Email: [email protected] Approval Date: 3/25/2009 PT64344 Safeguards Technology LLC Phone: (201) 488-1022 27-0127591 75 Atlantic Street Fax: (201) 488-1244 Hackensack, NJ 07601 F Contact: Nancy Roy Website: www.safeguards.com Approval Date: 4/6/2009 Email: [email protected] PT64154 Aventura Technologies, Inc. Phone: (631) 300-4000 x 7103 11-3582083 180 Adams Avenue Toll Free Phone: (877) 707-9600 Hauppauge, NY 11788 Fax: (631) 434-7000 NYS Contact: Frances Cabasso Email: [email protected] Approval Date: 4/7/2009 Website: www.ati247.com

Page 236: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 236 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 28. Electronic Technologies Corporation, USA a. Regions Bid: Statewide* 29. Safeguards Technology, LLC. a. Regions Bid: Statewide Lot 2: Product and Maintenance 13. Electronic Technologies Corporation, USA a. Regions Bid: Statewide* Lot 3: Product, Installation, Integration, and Maintenance. 36. Electronic Technologies Corporation, USA a. Regions Bid: Statewide* 37. Aventura Technologies, Inc. a. Regions Bid: Statewide Lot 4: Installation Only 11. Protective Management Systems, Inc. a. Regions Bid: 1 Lot 5: Systems Integration Only 10. Protective Management Systems, Inc. a. Regions Bid: 1

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT64381 held by Electronic Technologies Corporation, USA.

1. Atlas 2. Mega Senstar 3. Object Video 4. Secure Tech 5. Southwest Microwave 6. Sure Action, Inc.

Page 237: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 237 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Protective Management Systems, Inc. PT64380 Region 1 Region 1 Electronic Technologies Corporation, USA PT64383 Statewide Statewide Statewide Safeguards Technology, LLC. PT64344 Aventura Technologies, Inc. PT64154 Statewide

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 238: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 238 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 239: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 239 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

NOTE: DCJS and FBI Certified Specifications: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user.

Page 240: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 240 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 241: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 241 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 242: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 242 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 243: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 243 of 195 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 244: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 244 of 244 Award # 20191 Procurement Services Group

20191sa10.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 245: Supplemental Awards

Page 245 of 274

20191sa11.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

11th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated May 19, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : May 18, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 260 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 246: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 246 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 248 Lots…………….…………………………………………………………………………..Page 249 Regions…………………………………………………………………………………….Page 249 Appendix A Reference………………………………………………………………........Page 251 Appendix B Reference……………………………………………………………………Page 251 RFP 20191 Reference……………………………………………………………………..Page 251 Participation in Centralized Contracts………………………………………………….Page 251 Extension of Use…………………………………………………………………………..Page 251 Term of Contract…………………………………………………………………………Page 252 Termination of Contract…………………………………………………………………Page 252 Stop Work Order…………………………………………………………………………Page 252 Cancellation for Convenience……………………………………………………………Page 252 Note to Contractor………………………………………………………………………..Page 252 Small, Minority, and Women-owned Businesses……………………………………….Page 253 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 253 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 253 EPA Energy Star Program……………………………………………………………......Page 253 Note to Authorized Users………………………………………………………………….Page 254 Purchase Orders…………………………………………………………………………...Page 254 Contract Payment………………………………………………………………………….Page 254 Electronic Payments……………………………………………………………………….Page 255 New York State Procurement Card…………………………………………………........Page 255 Minimum Order…………………………………………………………………………....Page 255 Prevailing Wage…………………………………………………………………………….Page 255 Price Sheets and Catalogs………………………………………………………………….Page 256

Page 247: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 247 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

Instruction Manual……………………………………………………………...................Page 256 Pricing………………………………………………………………………………………Page 257 Contractor and Subcontract Responsibilities……………………………………………Page 257 Software License Agreements………………………………………………………….….Page 257 References…………………………………………………………………………………..Page 257 NYS Worker’s Compensation/Disability Benefits Insurance Requirements……………………………………………………………………………….Page 258 List of Contractors………………………………………………………………………....Page 260 Index of Awards…………………………………………………………………………….Page 261 List of Subcontractors (if applicable)…………………………………………………......Page 263 IBM Corporation Note to Authorized Users:………………………………………….....Page 265 How to Use Intelli-Tec Security Services, LLC.’s Subcontractors……………………...Page 266 How to Use Henry Bros. Electronics, Inc.’s Subcontractors………………………….....Page 267 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 269 Attachment Two: OGS Contract Performance Report…………………………….........Page 270 Attachment Three: Reference Forms……………………………………………….Pages 271-272 Attachment Four: Contract Usage Reports………………………………………...Pages 273-274

Page 248: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 248 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

Page 249: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 249 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE - PRODUCTS TRAINING/EDUCATION

VIDEO/CCTV SYSTEMS & SURVELLIANCE LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 250: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 250 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 251: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 251 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 252: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 252 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 253: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 253 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

Page 254: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 254 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 255: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 255 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Intelli-Tec Security Services, LLC. 2. IBM Corporation 3. Henry Bros. Electronics, Inc.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work

Page 256: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 256 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams,

Page 257: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 257 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 222 and 223 of this document.

Page 258: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 258 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

Page 259: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 259 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 260: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 260 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64406 Intelli-Tec Security Services LLC Phone: (516) 876-2000 11-3580229 2000 Shames Drive Toll Free: (800)981-7233 Westbury, NY 11590 Fax: (516) 876-2020 NYS Contact: Carmine Pizzo Website: www.intelli-tec.net Award Date: 5/12/2009 Email: [email protected] PT64409 IBM Corporation Office: (609) 208-1068 13-0871985 80 State Street Fax: (845) 264-6029 Albany, NY 12207 Cell: (732) 233-5349 NYS Contact: Anthony Testa Website: www.ibm.com Award Date: 5/8/2009 Email: [email protected] PT64381 Henry Brothers Electronics, Inc. Phone: (201) 301-6966 22-3000080 17-01 Pollitt Drive Toll Free: (800) 833-3128 Fair Lawn, NJ 07410 Fax: (201) 794-8341 F Contact: Richard Kujawinski Website: www.hbe-inc.com Award Date: 5/12/2009 Email: [email protected]

Page 261: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 261 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 28. Henry Bros. Electronics, Inc. a. Regions Bid: Statewide* Lot 2: Product and Maintenance 13. Henry Bros. Electronics, Inc. a. Regions Bid: 1-4, and 7-9* Lot 3: Product, Installation, Integration, and Maintenance. 36. Intelli-Tec Security Services, LLC. a. Regions Bid: Regions 1, 2, and 3* 37. IBM Corporation a. Regions Bid: Regions 1, 2, and 3 38. Henry Bros. Electronics, Inc. a. Regions Bid: Regions 1 – 4, and 7-9* Lot 4: Installation Only 11. Henry Bros. Electronics, Inc. a. Regions Bid: Regions 1 – 4, and 7-9* Lot 5: Systems Integration Only 10. Henry Bros. Electronics, Inc. a. Regions Bid: Regions 1 – 4, and 7-9*

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT64406 held by Intelli-Tec Security Services, LLC.

1. Alarm Controls Corporation 2. Advanced Technologies 3. Bosch 4. Everfocus 5. Folger Adams 6. Genetec 7. Honeywell 8. Keenex 9. Locknetics 10. Marks 11. Mier 12. Mux 13. N & S

Page 262: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 262 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

14. Panasonic 15. Peerless 16. Pelco 17. Premier Wireless 18. Samsung 19. Schlage 20. SDC 21. Secuitron 22. Security Lock 23. Talk-a-Phone 24. Toshiba 25. Tote Vision 26. Tripp Lite 27. Verint 28. Viking 29. Visionic Ltd. 30. Viscount 31. Vonduprin 32. Winland 33. Windy City

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT64381 held by Henry Bros. Electronics, Inc. 1. Altronics 2. Delta Turnstiles 3. Vicon

Contractor

Contract # Lot I Lot II Lot III Lot IV Lot V

Intelli-Tec Security Services, LLC. PT64406

Regions 1, 2, and 3

IBM Corporation PT64409 Regions 1, 2, and 3

Henry Bros. Electronics, Inc. PT64381 Statewide Regions 1-4, 7-9

Regions 1-4, 7-9

Regions 1-4, 7-9

Regions 1-4, 7-9

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 263: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 263 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Lot 2 Henry Bros. Electronics, Inc. Armored Access Controls, Inc. Regions 7-9

Forrest Electric, Inc.

Regions 1-4, 7-9

CRC

Regions 1-4, 7-9

Dean Electric

Regions 1-4, 7-9

Durmount Electric

Regions 1-4, 7-9

Empire Control Abatement

Regions 1-4, 7-9

TFL Electric

Regions 1-4, 7-9

Lot 3 IBM Corporation TKM Communications Corporation, Inc.

Regions 1, 2, and 3

Lot 3 Henry Bros. Electronics, Inc. Armored Access Controls, Inc. Regions 7-9

Forrest Electric, Inc.

Regions 1-4, 7-9

CRC

Regions 1-4, 7-9

Dean Electric

Regions 1-4, 7-9

Durmount Electric

Regions 1-4, 7-9

Empire Control Abatement

Regions 1-4, 7-9

TFL Electric

Regions 1-4, 7-9

Lot 4 Henry Bros. Electronics, Inc. Armored Access Controls, Inc. Regions 7-9

Forrest Electric, Inc.

Regions 1-4, 7-9

CRC

Regions 1-4, 7-9

Dean Electric

Regions 1-4, 7-9

Durmount Electric

Regions 1-4, 7-9

Page 264: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 264 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

5 Empire Control Abatement

Regions 1-4, 7-9

TFL Electric

Regions 1-4, 7-9

Lot 5 Henry Bros. Electronics, Inc. Armored Access Controls, Inc. Regions 7-9

Forrest Electric, Inc.

Regions 1-4, 7-9

CRC

Regions 1-4, 7-9

Dean Electric

Regions 1-4, 7-9

Durmount Electric

Regions 1-4, 7-9

Empire Control Abatement

Regions 1-4, 7-9

TFL Electric

Regions 1-4, 7-9

Page 265: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 265 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

IBM Corporation Note to Authorized Users: Section 62-M of the General Business Law requires that to install, maintain, and/or integrate a NYS Fire Alarm/Security System, a vendor must hold a NYS-Fire Alarm Security Systems Installer License (the license must reference the entity's name). The following contract holders do not hold a NYS Fire Alarm Security Systems Installer's License and must have licensed subcontractors perform ALL labor (installation, systems integration, and maintenance) on contract. 1. IBM Corporation These unlicensed contract holders are prohibited from performing any HANDS-ON (physical) actions with regards to installing, integrating, or maintaining Fire Alarm and Security Systems. Any hands-on (physical) actions involving installing, integrating, or maintaining a Fire Alarm or Security System by a prime contract holder will be grounds for contract suspension. Prime contract holders can only provide verbal consulting/supervising for any contract activity. It is the responsibility of the authorized user to ensure the compliance of the prime contract holder with this requirement when performing work on contract. Please see below the following link to the NYSDOS website for additional information regarding the NYS Fire Alarm Security Systems Installer License required per Sec. 62-M of the General Business Law: http://www.dos.state.ny.us/lcns/lawbooks/security.html Please also see attached the List of Approved Subcontractors (Page 213) that can perform physical installation, systems integration, and maintenance. Each engagement will require an individual SOW which IBM will have the opportunity to accept or decline. Each engagement which IBM and NYS agree to pursue will require a Transaction Document specifying the responsibilities of Authorized Users and IBM, estimated schedule, completion criteria, bill of materials, and the hours and fees to perform the IBM responsibilities.

Page 266: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 266 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

How to Use Intelli-Tec Security Services, LLC. Subcontractors Intelli-Tec is often called upon for turn key Security Systems & Solutions. This may include additional work that is outside of Intelli-Tec's expertise but integral to the overall solution. Examples of this include but are not limited to the following: • Providing a Split Air Conditioning system to keep equipment running at proper operating temperature. • Moving non structural walls or doors to allow an area for equipment and the customer’s surveillance operator to reside or to install a portal door or sally port • Hiring a locksmith to install door strikes for the card access system. • Providing concrete pads for mounting camera poles • Provide proper lighting for Cameras to operate. • Hiring a fence contractor to repair a damaged fence so that equipment can be installed properly. • Hiring a fiber contractor to reduce the amount of cable that needs to be ran throughout the building. • Engage Manufacturer technicians to provide a higher level of maintenance required for specific installed equipment • Trenching to run cable from building to building may include repairing pavement or concrete. • Hiring a tree contractor to trim or remove trees to allow for optimum required camera views. • Running of conduit and power for cabling and devices in the structure. Under the aforementioned circumstances, Intelli-Tec is permitted under Group PT63073 to undertake the following procedures to ensure both a competitive procurement, lowest cost, and the best services for authorized users to complete a turn key security • Whenever a sub contractor is used Intelli-Tec solicits three bids for all jobs anticipated to be over $15,000 in cost. • Intelli-Tec’s list of sub contractors will include their years in business, basic description of work provided and the regions that they conduct their work. As with the past contract and consistent with all other contracts that Intelli-Tec has with NYS • Intelli-Tec takes full ownership of the project from design to completed installation insuring that the end user gets the best integration & installation possible. This also allows the NYS customer a single point of contact instead of being tasked with • Intelli-Tec works with the NYS customer and usually their consultant to review all the Plans and Specifications. • Intelli-Tec will work with the Engineers and Consultants to clarify any issues with the Plans and Specifications. • When necessary Intelli-Tec will bid required part or parts of the project with three reputable sub-contractors to get the State the best price and delivery of procut. If desired a pre bid meeting and a walkthrough of the facility. • Intelli-Tec then reviews all Contractor bids and will oversee the selection of a qualified and competent contractor. • Intelli-Tec will arrange and attend a kick off meeting with their contractor and the facility. • Intelli-Tec will oversee that all the specific standards and requirements of the State Customer are followed. • Intelli-Tec will oversee ALL aspects of the project. • Intelli-Tec will work to ensure at project completion that the contractors punch list is not dragged out, that the facility can assume normal operations without the on going, never ending punch list work.

Page 267: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 267 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

How to Use Henry Bros. Electronics, Inc. Subcontractors HBE/AAI are often called upon to provide a turn key Security Systems and Solutions. These comprehensive programs often require the support of trades normally outside of our core business but integral to the overall success of the project. Examples of such efforts includes, but are not limited to: * HVAC systems to maintain equipment within manufactures' recommended guidelines and/or extend system life and/or increase reliability. * Defining physical space for equipment requirements utilizing various construction trade services such as architects, engineers, construction companies, electricians, etc. * Employment of a locksmith to assist in physical security needs, installation or retro-fit of electrified hardware to facilitate access control, etc. * Providing ground services such as concrete pads for poles, trenches to facilitate cabling, physical security perimeter barrier products, etc. * Provide emergency power systems such as generators and/or UPS systems. * Provide power and signal cabling installations on large scale projects. * Provide work services relative to Asbestos, Lead or other "HOT" area concerns. * Provide landscaping services to enhance site security. * Provide ancillary lighting systems to enhance security. * Provide for site rehabilitation post installation -patch, paint, wall paper, carpet repair, etc. The following procedures will be applied to any subcontractor utilization: 1. For any work in excess of $10,000, we shall obtain three (3) competitive quotations from firms that have a proven track record in their industry and sufficient financial resources to complete the project in a professional manner, on time and within accepted budget. 2. Subcontractor identification information along with a biography will be submitted to the customer for review. 3. All subcontractor proposals will be provide to the customer with a written evaluation ranking the proposals, justification statements and supporting documents to assist the customer in making an informed decision. 4. Our project management and engineering team members will review proposals and our evaluations with customer. 5. Upon written authorization to engage the subcontractor pursuant to his/her proposal from the customer, we will provide the services below. HBE/AAI will charge a fee to provide these services that shall not exceed 25% of the subcontractor's invoice amount. The actual fee will be documented for each subcontract we are asked to manage and require the written acceptance of the customer. The fee will vary based on the complexity of work provided by the subcontractor, never to exceed 25% of the subcontractor's invoice amount. HBE/AAI will provide a copy of the subcontractor's invoice with all requests for payment of this fee. HBE/AAI will provide proof of subcontractor payment to customer upon request -usually in the form of a cancelled company check. This fee provides for the following by HBE/AAI: HBE/AAI take full ownership of the project from cradle to grave insuring the customer receives the best possible solution. Provides the customer with a SINGLE POINT OF CONTACT FOR ALL TRADES REQUIRED. HBE/AAI will review all plans with customer and customer's consultant where applicable. HBE/AAI will work with all disciplines to resolve/clarify any issues with plans and specifications for the project. HBE/AAI will provide all necessary services to coordinate the work between trades to maintain project timelines. HBE/AAI will provide technical guidance where applicable (based on our expertise) to the various trades to assure specification compliance. HBE/AAI will review all subcontractor work to assure that it meets technical specifications and project intentions. HBE/AAI will document to customer our findings with respect to subcontractor performance. HBE/AII will manage any subcontractor punch list items generated by the customer or HBE/AAI personnel to effect a timely completion.

Page 268: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 268 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

HBE/AAI will manage all aspects of subcontractor expenses, review all billing requests for accuracy and compliance with agreements. HBE/AAI will review and verify contractor compliance with any prevailing wage requirements. HBE/AAI will assume full management of all warranty provisions set forth in the contract for subcontractor supplied goods/services.

Page 269: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 269 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

NOTE: DCJS and FBI Certified Specifications: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 270: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 270 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 271: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 271 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 272: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 272 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 273: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 273 of 274 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 274: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 274 of 274 Award # 20191 Procurement Services Group

20191sa11.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 275: Supplemental Awards

Page 275 of

20191sa11.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

12th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated May 29, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : May 29, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 260 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 276: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 276 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 278 Lots…………….…………………………………………………………………………..Page 279 Regions…………………………………………………………………………………….Page 279 Appendix A Reference………………………………………………………………........Page 281 Appendix B Reference……………………………………………………………………Page 281 RFP 20191 Reference……………………………………………………………………..Page 281 Participation in Centralized Contracts………………………………………………….Page 281 Extension of Use…………………………………………………………………………..Page 281 Term of Contract…………………………………………………………………………Page 282 Termination of Contract…………………………………………………………………Page 282 Stop Work Order…………………………………………………………………………Page 282 Cancellation for Convenience……………………………………………………………Page 282 Note to Contractor………………………………………………………………………..Page 282 Small, Minority, and Women-owned Businesses……………………………………….Page 283 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 283 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 283 EPA Energy Star Program……………………………………………………………......Page 283 Note to Authorized Users………………………………………………………………….Page 284 Purchase Orders…………………………………………………………………………...Page 284 Contract Payment………………………………………………………………………….Page 284 Electronic Payments……………………………………………………………………….Page 285 New York State Procurement Card…………………………………………………........Page 285 Minimum Order…………………………………………………………………………....Page 285 Prevailing Wage…………………………………………………………………………….Page 285 Price Sheets and Catalogs………………………………………………………………….Page 286

Page 277: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 277 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

Instruction Manual……………………………………………………………...................Page 286 Pricing………………………………………………………………………………………Page 287 Contractor and Subcontract Responsibilities……………………………………………Page 287 Software License Agreements………………………………………………………….….Page 287 References…………………………………………………………………………………..Page 287 NYS Worker’s Compensation/Disability Benefits Insurance Requirements……………………………………………………………………………….Page 288 List of Contractors………………………………………………………………………....Page 290 Index of Awards…………………………………………………………………………….Page 291 List of Subcontractors (if applicable)…………………………………………………......Page 292 Attachments Attachment One: DCJS and FBI Certified Specifications………………………………Page 293 Attachment Two: OGS Contract Performance Report…………………………….........Page 294 Attachment Three: Reference Forms……………………………………………….Pages 295-296 Attachment Four: Contract Usage Reports………………………………………...Pages 297-298

Page 278: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 278 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS

Page 279: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 279 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

LOCKING HARDWARE MONITORING EQUIPMENT

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PORTALS, TURNSTILES, ETC RECORDING EQUIPMENT

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE - PRODUCTS

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 280: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 280 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 281: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 281 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 282: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 282 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 283: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 283 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

Page 284: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 284 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 285: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 285 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. VisionTec Solutions Corp.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

Page 286: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 286 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

Page 287: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 287 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 222 and 223 of this document.

Page 288: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 288 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

Page 289: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 289 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 290: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 290 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64407 VisionTec Solutions Corp. Phone: (516) 535-3935 42-1636961 140 Madison Street Fax: (516) 216-4018 Franklin Square, NY 11010 NYS Contact: Ralph J Tisei Email: [email protected] Award Date: 5/19/2009

Page 291: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 291 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 3: Product, Installation, Integration, and Maintenance. 39. VisionTec Solutions Corp. a. Regions Bid: Regions 1 – 4, and 7-9*

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

VisionTec Solutions Corp. PT64407 Regions 1 and 2

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 292: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 292 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Lot 3: VisionTec Solutions Corp. A-Tronix Regions 1 and 2

AVR Regions 1 and 2

Page 293: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 293 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

NOTE: DCJS and FBI Certified Specifications: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 294: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 294 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 295: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 295 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 296: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 296 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 297: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 297 of 298 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 298: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 298 of 298 Award # 20191 Procurement Services Group

20191sa12.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 299: Supplemental Awards

Page 299 of 322

20191sa13.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

13th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated June 9, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : June 9, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 314 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Customer Services Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 300: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 300 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 302 Lots…………….…………………………………………………………………………..Page 303 Regions…………………………………………………………………………………….Page 303 Appendix A Reference………………………………………………………………........Page 305 Appendix B Reference……………………………………………………………………Page 305 RFP 20191 Reference……………………………………………………………………..Page 305 Participation in Centralized Contracts………………………………………………….Page 305 Extension of Use…………………………………………………………………………..Page 305 Term of Contract…………………………………………………………………………Page 306 Termination of Contract…………………………………………………………………Page 306 Stop Work Order…………………………………………………………………………Page 306 Cancellation for Convenience……………………………………………………………Page 306 Note to Contractor………………………………………………………………………..Page 306 Small, Minority, and Women-owned Businesses……………………………………….Page 307 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 307 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 307 EPA Energy Star Program……………………………………………………………......Page 307 Note to Authorized Users………………………………………………………………….Page 308 Purchase Orders…………………………………………………………………………....Page 308 Contract Payment………………………………………………………………………….Page 308 Electronic Payments……………………………………………………………………….Page 309 New York State Procurement Card…………………………………………………........Page 309 Minimum Order…………………………………………………………………………....Page 309 Prevailing Wage…………………………………………………………………………….Page 309 Price Sheets and Catalogs………………………………………………………………….Page 310

Page 301: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 301 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

Instruction Manual……………………………………………………………...................Page 310 Pricing………………………………………………………………………………………Page 311 Contractor and Subcontract Responsibilities……………………………………………Page 311 Software License Agreements………………………………………………………….….Page 311 References…………………………………………………………………………………..Page 311 NYS Worker’s Compensation/Disability Benefits Insurance Requirements……………………………………………………………………………….Page 312 List of Contractors……………………………………………………………………….....Page 314 Index of Awards…………………………………………………………………………….Page 315 List of Subcontractors (if applicable)………………………………………………….......Page 316 Attachments Attachment One: DCJS and FBI Certified Specifications……………………………….Page 317 Attachment Two: OGS Contract Performance Report……………………………..........Page 318 Attachment Three: Reference Forms………………………………………………..Pages 319-320 Attachment Four: Contract Usage Reports………………………………………....Pages 321-322

Page 302: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 302 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS

Page 303: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 303 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

LOCKING HARDWARE MONITORING EQUIPMENT

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PORTALS, TURNSTILES, ETC RECORDING EQUIPMENT

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE - PRODUCTS

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 304: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 304 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 305: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 305 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 306: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 306 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 307: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 307 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

Page 308: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 308 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a statement of need and associated requirements, a summary of the contract alternatives considered for the purchase, the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 309: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 309 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Eclipse Network Solutions, LLC.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

Page 310: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 310 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

Page 311: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 311 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

Name, address, telephone number and fax number for the contact person.

Number of years the bidder has supplied product(s) to the reference. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 222 and 223 of this document.

Page 312: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 312 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

Page 313: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 313 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 314: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 314 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64313 Eclipse Network Solutions, LLC Phone: (518) 218-0130 14-1829151 1583 Central Avenue Fax (518) 218-0631 Albany, NY 12205 Email: [email protected] NYS Contact: Mike Sipperly Website: www.elipsens.com Award Date: 6/04/2009

Page 315: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 315 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 30. Eclipse Network Solutions, LLC. a. Regions Bid: Statewide* Lot 2: Product and Maintenance 14. Eclipse Network Solutions, LLC. a. Regions Bid: 5 and 6* Lot 3: Product, Installation, Integration, and Maintenance. 40. Eclipse Network Solutions, LLC. a. Regions Bid: 5 and 6* Lot 4: Installation Only 12. Eclipse Network Solutions, LLC. a. Regions Bid: 5 and 6* Lot 5: Systems Integration Only 11. Eclipse Network Solutions, LLC. a. Regions Bid: 5 and 6*

*NOTE: The Following Manufacturer’s Product Lines are NOT INCLUDED in Contract PT64313 held by Eclipse Network Solutions, LLC. 1. Atlas 2. Transitions 3. Freespace

Contractor

Contract # Lot I Lot II Lot III Lot IV Lot V

Eclipse Network Solutions, LLC. PT64313 Statewide

Regions 5 and 6

Regions 5 and 6

Regions 5 and 6

Regions 5 and 6

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 316: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 316 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 317: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 317 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

NOTE: DCJS and FBI Certified Specifications: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 318: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 318 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable Product meets your needs Product meets contract specifications Pricing CONTRACTOR Excellent Good Acceptable Unacceptable Timeliness of delivery Completeness of order (fill rate) Responsiveness to inquiries Employee courtesy Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 319: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 319 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 320: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 320 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 321: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 321 of 322 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 322: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 322 of 322 Award # 20191 Procurement Services Group

20191sa13.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 323: Supplemental Awards

Page 323 of 347

20191sa14.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

14th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated June 23, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : June 23, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 338 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Customer Services Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 324: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 324 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

Table of Contents Scope……………………………………………………………………………………....Page 326 Lots…………….…………………………………………………………………………..Page 327 Regions…………………………………………………………………………………….Page 327 Appendix A Reference………………………………………………………………........Page 329 Appendix B Reference……………………………………………………………………Page 329 RFP 20191 Reference……………………………………………………………………..Page 329 Participation in Centralized Contracts………………………………………………….Page 329 Extension of Use…………………………………………………………………………..Page 329 Term of Contract…………………………………………………………………………Page 330 Termination of Contract…………………………………………………………………Page 330 Stop Work Order…………………………………………………………………………Page 330 Cancellation for Convenience……………………………………………………………Page 330 Note to Contractor………………………………………………………………………..Page 330 Small, Minority, and Women-owned Businesses……………………………………….Page 331 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…….Page 331 Recycled, Remanufactured and Energy Efficient Products…………………………….Page 331 EPA Energy Star Program……………………………………………………………......Page 331 Note to Authorized Users………………………………………………………………….Page 332 Purchase Orders…………………………………………………………………………....Page 332 Contract Payment………………………………………………………………………….Page 332 Electronic Payments……………………………………………………………………….Page 333 New York State Procurement Card…………………………………………………........Page 333 Minimum Order…………………………………………………………………………....Page 333 Prevailing Wage…………………………………………………………………………….Page 333 Price Sheets and Catalogs………………………………………………………………….Page 335

Page 325: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 325 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

Instruction Manual……………………………………………………………...................Page 335 Pricing………………………………………………………………………………………Page 335 Contractor and Subcontract Responsibilities……………………………………………Page 335 Software License Agreements………………………………………………………….….Page 335 References…………………………………………………………………………………..Page 335 NYS Worker’s Compensation/Disability Benefits Insurance Requirements……………………………………………………………………………….Page 336 List of Contractors……………………………………………………………………….....Page 338 Index of Awards…………………………………………………………………………….Page 339 List of Subcontractors (if applicable)………………………………………………….......Page 340 How to Use Pictometry International Corp’s Contract PT64410………………………..Page 341 Attachments Attachment One: DCJS and FBI Certified Specifications……………………………….Page 342 Attachment Two: OGS Contract Performance Report……………………………..........Page 343 Attachment Three: Reference Forms………………………………………………..Pages 344-345 Attachment Four: Contract Usage Reports………………………………………....Pages 346-347

Page 326: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 326 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS

Page 327: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 327 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

LOCKING HARDWARE MONITORING EQUIPMENT

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PORTALS, TURNSTILES, ETC RECORDING EQUIPMENT

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE - PRODUCTS

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 328: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 328 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 329: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 329 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 330: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 330 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 331: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 331 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

Page 332: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 332 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a statement of need and associated requirements, a summary of the contract alternatives considered for the purchase, the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 333: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 333 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. SecureWatch24, LLC. 2. Pictometry International Corp.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work

Page 334: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 334 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams,

Page 335: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 335 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

Name, address, telephone number and fax number for the contact person.

Number of years the bidder has supplied product(s) to the reference. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 222 and 223 of this document.

Page 336: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 336 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

Page 337: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 337 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 338: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 338 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64408 SecureWatch24, LLC. Phone: (212) 729-5400 20-0914683 One Penn Plaza, Suite 4000 Fax: (212) 729-5401 New York, NY 10119 NYS Contact: Desmond Smyth Website: www.securewatch24.com Award Date: 6/18/2009 Email: [email protected] PT64410 Pictometry International Corp. Phone: (585) 486-0093 16-1595473 100 Town Centre Dr. Suite A Fax: (585) 486-0098 Franklin Square, NY 11010 NYS Contact: Nancy Brelos Website: www.pictometry.com Award Date: 6/22/2009 Email: [email protected]

Page 339: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 339 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 3: Product, Installation, Integration, and Maintenance. 41. SecureWatch24, LLC. a. Regions Bid: 1-4 42. Pictometry International Corp. a. Regions Bid: Statewide

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

SecureWatch24, LLC. PT64408 Regions 1-4

Pictometry International Corp. PT64410 Statewide Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 340: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 340 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 341: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 341 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

How to Use Pictometry International Corp’s Contract PT64410: Pictometry International Corp.’s contract award reflects unique products and solutions. These generally involve aerial photographing and forwarded images using Pictometry’s patented software, as well as additional installation, systems integration, and training. When utilizing Pictometry’s contract, authorized users should be aware of the following potential factors:

A. Authorized Users often either utilize “leaf on” or “leaf off” images (reflecting the current seasons) for flyover photographing

B. The necessary flyovers cannot occur once there is snowfall. C. Other weather conditions (e.g. rain, fog, etc.) can delay a flyover and subsequent imaging. D. Repeat flyovers may be necessary to obtain additional imaging. These flyovers may need

to occur in the next Authorized User’s next fiscal year.

Based on the aforementioned information, OGS has suggested to Pictometry that it attach the following statements to any price quotes and to any Purchase Orders issued by Authorized Users to Pictometry:

1. A statement which indicates that “Once Image Capture is complete, image libraries are delivered to the customer, usually within 60 days of last image capture, to be loaded by the customer onto the customer’s computer system .

2. Indicate on price quotes that actual photography will be dependent on various factors such

as when photography will begin, be completed, delivered etc. This should be attached to the Purchase order issued by the Authorized user.

3. Reference the remedies for breach outlined in Clause 60 of Appendix B.

OGS also recommends that all Authorized users make adequate financial preparations in the event that a flyover/final acceptance of images cannot occur until its next fiscal year. Additionally, Pictometry has submitted, and OGS has approved its Software License Agreement (SLA) and Schedule A. Authorized Users can agree to these documents as they conform to the Terms and Conditions of RFP 20191 (including Appendix B, dated July 2006). This should be attached to any Purchase Order issued by an Authorized User to Pictometry when acquiring software. Please see below a link to the Software License Agreement and Schedule A:

Page 342: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 342 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

Page 343: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 343 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

NOTE: DCJS and FBI Certified Specifications: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 344: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 344 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable Product meets your needs Product meets contract specifications Pricing CONTRACTOR Excellent Good Acceptable Unacceptable Timeliness of delivery Completeness of order (fill rate) Responsiveness to inquiries Employee courtesy Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 345: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 345 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 346: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 346 of 347 Award # 20191 Procurement Services Group

20191sa14.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 347: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 321 of 322 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 348: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 322 of 322 Award # 20191 Procurement Services Group

20191sa14.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 349: Supplemental Awards

Page 348 of 347

20191sa15.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

15th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated July 15, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : July 15, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 363 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Customer Services Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 350: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 349 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

Table of Contents Scope………………………………………………………………………………………Page 351 Lots…………….………………………………………………………………………….Page 352 Regions……………………………………………………………………………………Page 352 Appendix A Reference……………………………………………………………….......Page 354 Appendix B Reference…………………………………………………………………..Page 354 RFP 20191 Reference…………………………………………………………………… Page 354 Participation in Centralized Contracts…………………………………………………Page 354 Extension of Use………………………………………………………………………….Page 354 Term of Contract…………………………………………………………………………Page 355 Termination of Contract…………………………………………………………………Page 355 Stop Work Order…………………………………………………………………………Page 355 Cancellation for Convenience……………………………………………………………Page 355 Note to Contractor………………………………………………………………………..Page 355 Small, Minority, and Women-owned Businesses……………………………………….Page 356 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….……Page 356 Recycled, Remanufactured and Energy Efficient Products……………………………Page 356 EPA Energy Star Program…………………………………………………………….....Page 356 Note to Authorized Users…………………………………………………………………Page 357 Purchase Orders…………………………………………………………………………..Page 357 Contract Payment…………………………………………………………………………Page 357 Electronic Payments………………………………………………………………………Page 357 New York State Procurement Card…………………………………………………......Page 357 Minimum Order…………………………………………………………………………..Page 357 Prevailing Wage…………………………………………………………………………..Page 357 Price Sheets and Catalogs……………………………………………………………….Page 359

Page 351: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 350 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

Instruction Manual……………………………………………………………...............Page 359 Pricing……………………………………………………………………………………Page 359 Contractor and Subcontract Responsibilities…………………………………………Page 359 Software License Agreements…………………………………………………………..Page 360 References………………………………………………………………………………..Page 360 NYS Worker’s Compensation/Disability Benefits Insurance Requirements…………………………………………………………………………….Page 361 List of Contractors……………………………………………………………………….Page 363 Index of Awards………………………………………………………………………….Page 364 List of Subcontractors (if applicable)…………………………………………………...Page 365 Attachments Attachment One: DCJS and FBI Certified Specifications…………………………….Page 366 Attachment Two: OGS Contract Performance Report…………………………….......Page 367 Attachment Three: Reference Forms………………………………………………Pages 368-369 Attachment Four: Contract Usage Reports………………………………………...Pages 370-371

Page 352: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 351 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS

Page 353: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 352 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

LOCKING HARDWARE MONITORING EQUIPMENT

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PORTALS, TURNSTILES, ETC RECORDING EQUIPMENT

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE - PRODUCTS

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 354: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 353 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 355: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 354 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 356: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 355 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 357: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 356 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

Page 358: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 357 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a statement of need and associated requirements, a summary of the contract alternatives considered for the purchase, the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 359: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 358 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. StopTech, Ltd.

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

Page 360: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 359 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

Page 361: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 360 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

Name, address, telephone number and fax number for the contact person.

Number of years the bidder has supplied product(s) to the reference. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 222 and 223 of this document.

Page 362: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 361 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

Page 363: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 362 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 364: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 363 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64063 StopTech, Ltd. Phone: (513)202-5500 31-1749742 365 Industrial Drive Toll Free: (800)537-0102 Harrison, OH 45030 Fax: (513)202-0240 F Contact: Gary L. Uthe Email: [email protected] Award Date: 7/9/2009 Website: www.stoptechltd.com

Page 365: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 364 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 3: Product, Installation, Integration, and Maintenance. 43. StopTech, Ltd. a. Regions Bid: Statewide

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

StopTech, Ltd. PT64063 Statewide Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 366: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 365 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 367: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 366 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

NOTE: DCJS and FBI Certified Specifications: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 368: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 367 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable Product meets your needs Product meets contract specifications Pricing CONTRACTOR Excellent Good Acceptable Unacceptable Timeliness of delivery Completeness of order (fill rate) Responsiveness to inquiries Employee courtesy Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 369: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 368 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 370: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 369 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 371: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 370 of 371 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 372: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 371 of 371 Award # 20191 Procurement Services Group

20191sa15.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 373: Supplemental Awards

Page 373 of 396

20191sa16.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

16th SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated July 29, 2009

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-008057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : June 17, 2008

Date of Issue : July 24, 2009

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 388 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 374: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 374 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

Table of Contents Scope……………………………………………………………………………………..Page 376 Lots…………….…………………………………………………………………………Page 377 Regions…………………………………………………………………………………...Page 377 Appendix A Reference………………………………………………………………......Page 379 Appendix B Reference…………………………………………………………………..Page 379 RFP 20191 Reference…………………………………………………………………… Page 379 Participation in Centralized Contracts…………………………………………………Page 379 Extension of Use………………………………………………………………………….Page 379 Term of Contract………………………………………………………………………...Page 380 Termination of Contract………………………………………………………………...Page 380 Stop Work Order……………………………………………………………………….. Page 380 Cancellation for Convenience………………………………………………………….. Page 380 Note to Contractor……………………………………………………………………… Page 380 Small, Minority, and Women-owned Businesses……………………………………... Page 381 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES ………………………………….…. Page 381 Recycled, Remanufactured and Energy Efficient Products…………………………. Page 381 EPA Energy Star Program……………………………………………………………...Page 381 Note to Authorized Users………………………………………………………………. Page 382 Purchase Orders…………………………………………………………………………Page 382 Contract Payment………………………………………………………………………..Page 382 Electronic Payments……………………………………………………………………..Page 383 New York State Procurement Card………………………………………………….....Page 383 Minimum Order………………………………………………………………………….Page 383 Prevailing Wage………………………………………………………………………….Page 384 Price Sheets and Catalogs………………………………………………………………..Page 359

Page 375: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 375 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

Instruction Manual……………………………………………………………............... Page 384 Pricing…………………………………………………………………………………… Page 385 Contractor and Subcontract Responsibilities………………………………………… Page 385 Software License Agreements…………………………………………………………..Page 385 References………………………………………………………………………………..Page 385 NYS Worker’s Compensation/Disability Benefits Insurance Requirements…………………………………………………………………………….Page 386 List of Contractors……………………………………………………………………….Page 388 Index of Awards………………………………………………………………………….Page 389 List of Subcontractors (if applicable)…………………………………………………...Page 390 Attachments Attachment One: DCJS and FBI Certified Specifications…………………………….Page 391 Attachment Two: OGS Contract Performance Report……………………………......Page 392 Attachment Three: Reference Forms……………………………………………...Pages 393-394 Attachment Four: Contract Usage Reports……………………………………….Pages 395-396

Page 376: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 376 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

Scope: The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of four (4) years and may be extended for up to two additional two-year periods and one additional one-year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Continuous Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR'S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS

Page 377: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 377 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

LOCKING HARDWARE MONITORING EQUIPMENT

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PORTALS, TURNSTILES, ETC RECORDING EQUIPMENT

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE - PRODUCTS

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an

integrated application or to connect various components of new applications into a centralized system]

REGIONS:

The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Page 378: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 378 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton

Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

Page 379: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 379 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from RFP 20191 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Revised 4/08, issued June 12, 2008, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B-1 clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract resulting from this proposal solicitation may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 380: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 380 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

TERM OF CONTRACT:

The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of five (5) years, and may be extended for up to two additional two year periods and one additional one year period. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date.

Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT

Please refer to Appendix B, Clause 59 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 381: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 381 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all of the terms

and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses Authorized Users are encouraged to make every good faith effort to promote and assist the participation of

New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort

Page 382: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 382 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection

among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See "Purchase Orders" in Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See "Contract Billings" in Appendix B-1, OGS General Specifications.

The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 383: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 383 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See "Procurement Card" in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

1. Stan Schwartz Assoc. Inc. dba Skyline Mills

MINIMUM ORDER Minimum order shall be $100.00 Contractor may elect to honor orders for less than the minimum order. PREVAILING WAGES:

WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

Page 384: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 384 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On each anniversary date of the contract, the Contractor shall be granted an increase or decrease in the bid dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor. The prevailing wage rates are available online at: http://www.labor.state.ny.us/business_ny/employer_responsibilities/prevwage/countylistgeneral.htm

The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. Should the contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months after the applicable anniversary date, the contractor shall be deemed to have waived its right to any increase in price, but the State reserves the right to make the appropriate adjustment in the case of a decrease determined in accordance with the above methodology.

ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor may be submitted after the first anniversary of contract award utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

Page 385: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 385 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

PRICING/RATES FOR TRAVEL COST:

All net prices INCLUDE all applicable shipping and handling ((F.O.B. Destination, refer to Appendix B, item 47b Shipping/Receipt of Product), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on "Procurement Contracting Services," then click on "Contracts", then click on "Search Contracts", and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Bidders are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191. Agreeing to any Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All bidders and eventual contract holders may be required to provide references from bidder's customers who have purchased products similar to those represented by this solicitation. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

• Name, address, telephone number and fax number for the contact person.

• Number of years the bidder has supplied product(s) to the reference. • The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 222 and 223 of this document.

Page 386: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 386 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers' compensation insurance policy. An employer has a full, statutory NYS workers' compensation insurance policy when New York is listed in Item "3A" on the Information Page of the employer's workers' compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers' Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers' compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830. The links below are to the applicable forms on the NYS Worker's Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to verify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer.jsp

In particular, if an employee of a contractor or subcontractor performs any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

Page 387: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 387 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

If a contractor/subcontractor performs work inside New York for a cumulative total of 30 days per year, they are required to obtain NYS Disability Benefits Insurance.

Page 388: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 388 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

LIST of Contractors CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT64411 Skyline Mills Phone: (410) 309-4300 53-0257683 9220 Rumsey Road #100 Fax: (410) 309-4300 Columbia, MD 21045 F Contact: Nina Grigsby Website: www.safetydrape.com Award Date: 7/21/2009 Email: [email protected]

Page 389: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 389 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

INDEX OF AWARDS (LOTS & REGIONS)/HOW TO USE THESE CONTRACTS Notes: 1. See the section titled “List of Contractors” for complete contactor contact information. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. Lot 1: Product Only 31. Stan Schwartz Assoc., Inc. dba Skyline Mills a. Regions Bid: Statewide Lot 4: Installation Only 13. Stan Schwartz Assoc., Inc. dba Skyline Mills a. Regions Bid: Statewide

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Skyline Mills PT64410 Statewide Statewide Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 390: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 390 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

LIST OF SUBCONTRACTORS:

LOT Contractor Sub-contractor/VARs Regions

Page 391: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 391 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

NOTE: DCJS and FBI Certified Specifications: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 392: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 392 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *

Page 393: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 393 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

PROJECT REFERENCES / CLIENT INFORMATION

Authorized Users’ may require Contractors to Furnish References. The following forms contain all required information for References. (1) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________ (2) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 394: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 394 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

(3) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

(4) Reference Company Name: ___________________________________ Company Location: Address: ____________________ ____________________ City: _______________________State: __________ Zip Code: ___________________ Phone Number: (______) _____________________ Fax Number: (______)________________________ Hours of Operation: ___________ Main Contact Person: _____________________ E-Mail Address: _______________________________ Installation Date:______________ Contract Term: _______________ Manufacturer of System Supplied: _____________________ Model of System Supplied___________________ Type of Services Supplied: _____________________________________ Location of service center maintaining system: ______________________________________

Page 395: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 395 of 396 Award # 20191 Procurement Services Group

20191sa.doc/T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only one Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Fed ID of Contractor

or Reseller Minority or Women

Owned Business (enter M or W) (2)

Customer Name Total NY State

or Non-State (3)

(enter S or NS)

Description of Product/Part#

Purchase Date

Total Semi-

Annual Sales

Instructions: Page/Sub-

Total

Semi-Annual

Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page (2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non- State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 396: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 396 of 396 Award # 20191 Procurement Services Group

20191sa16.T07jb

New York State Office of General Services

Procurement Services Group

Contract Usage Report-Summary Sheet For the Semi Annual Period Ending____________________ Indicate the Purchasing Officer: __________________________________

Contractor Name: ______________________________ Person Submitting Report: ___________________________ Phone #________________ Address: _________________________________________ City: __________________ State: _____________ Zip: ______________

Federal ID# of Contract Holder: _________________________________ Group No. _____________ Award No. _____________ Contract No. _______________ (Only One Contract # per report) (1) Date Submitted: ____________

Contractor/Reseller Name Minority or Women Owned Business

(enter M or W) (2) NY State

or Non-State

(enter S or NS) (3)

Semi-Annual Total Sales

Instructions: Page/Sub-Total

Semi-Annual Grand Total (4)

(1) Indicate Contract Type (PT, PS, CMS) Only One Contract Type per Page

(2) M/WB - Must be NYS Certified

(3) The summary sheet is to be used to provide a listing of resellers and their total sales to be separated by State and Non-State

(4) If multiple pages are required, the last page should reflect a Semi-Annual grand total

Page 397: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 397 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated February 11, 2011

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : September 21, 2010

Date of Issue : February 9, 2011

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 2 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Procurement Services Group Customer Services

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS PR # 20191

Page 398: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 398 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

Table of Contents SCOPE: .......................................................................................................................................................................... 399 LOTS: ............................................................................................................................................................................. 400 REGIONS: ..................................................................................................................................................................... 400 APPENDIX A: ............................................................................................................................................................... 401 APPENDIX B: ............................................................................................................................................................... 401 RFP 20191: ..................................................................................................................................................................... 401 Conflict of Terms: ......................................................................................................................................................... 402 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 402 EXTENSION OF USE: ................................................................................................................................................. 402 TERM OF CONTRACT: ............................................................................................................................................. 403 TERMINATION OF CONTRACT: ............................................................................................................................ 403 STOP WORK ORDER:................................................................................................................................................ 403 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 403 NOTE TO CONTRACTOR: ........................................................................................................................................ 403 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 404 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 404 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 405 PURCHASE ORDER PREPARATION: .................................................................................................................... 405 CONTRACT PAYMENTS: ......................................................................................................................................... 405 ELECTRONIC PAYMENTS: ..................................................................................................................................... 406 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 406 MINIMUM ORDER: .................................................................................................................................................... 406 PREVAILING WAGES: .............................................................................................................................................. 406 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 408 INSTRUCTION MANUAL: ........................................................................................................................................ 408 PRICING/LABOR RATES: ......................................................................................................................................... 408 GENERAL MAINTENANCE PROVISIONS: .......................................................................................................... 408 REMEDIAL MAINTENANCE ................................................................................................................................... 409 MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................... 410 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 411 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 411 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 412 GENERAL REQUIREMENTS: .................................................................................................................................. 412 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 412 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 413 REFERENCES:............................................................................................................................................................. 413 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 413 LIST OF CONTRACT HOLDERS:............................................................................................................................ 415 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 417 LIST OF SUBCONTRACTORS: ................................................................................................................................ 418 HOW TO USE DAY AUTOMATION SYSTEMS, INC.’s SUBCONTRACTORS: ............................................... 419 HOW TO USE HONEYWELL BUILDING SOLUTIONS, INC.’s SUBCONTRACTORS: ................................ 420 ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS ........................................... 423 ATTACHMENT TWO: OGS CONTRACT PERRMANCE REPORT: ................................................................. 424

Page 399: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 399 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

SCOPE:

The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of up to five (5) years and may be renewed for an additional five (5) year term. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Periodic Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR’S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS

Page 400: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 400 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

BUILDING AUTOMATION SYSTEMS ENERGY MANAGEMENT SYSTEMS

CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren

Page 401: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 401 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/pr Regions) on or after September 23, 2008 as fully as if set forth at length herein and shall govern any situations not covered by the following Contracts resulting from RFP 20191, dated 8/27/10 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Issued 8/3/2010, Revised August 27, 2010 attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/or Regions) on or after September 23, 2008 as fully as if set forth at length

Page 402: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 402 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

Conflict of Terms:

Unless otherwise set forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: a. Appendix Ab.

(Standard Clauses for NYS Contracts) Mini-Bid Project Definition

c.

if applicable and in accordance with the terms and conditions of the Back-Drop Contract.

Contract and other writing(s)

d.

setting forth the final agreements, clarifications and terms between the Bid Documents and Contractor’s Bid. In the latter circumstance, clarifications must specifically note in writing what was offered by the Contractor and what was accepted by the State. If not, such clarifications shall be considered last in the order of precedence under this paragraph.

Bid Documents (Other than Appendix A i. Bid Specifications prepared by the Authorized User.

).

ii. Appendix B iii. Incorporated Contract Appendices, if any, following the order of precedence as stated for Contract above.

(General Specifications).

e. Contractor’s Bid or Mini-Bid Proposalf.

. Unincorporated Appendices

PARTICIPATION IN CENTRALIZED CONTRACTS:

(if any).

NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 403: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 403 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of up to five (5) years, and may be extended for five (5) years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59/Appendix B Clause 60, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 404: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 404 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE

indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all

of the terms and conditions of Appendix A including Clause 12 – Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses

Authorized Users are encouraged to make every good faith effort to promote and assist the participation of New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

Page 405: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 405 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15.

Page 406: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 406 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

MINIMUM ORDER:

Minimum order shall be $100.00

Contractor may elect to honor orders for less than the minimum order.

PREVAILING WAGES:

A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 17 for a full descr iption of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR. Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

Page 407: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 407 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR – DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF

ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

E. ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On or after the date of adjustments to Prevailing Wage Rates by the NYS Department of Labor, the Contractor shall be granted an increase or decrease in the contract wage rates dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor.* The prevailing wage rates are available online at: http://wpp.labor.state.ny.us/wpp/doSearchWageSchedulePublic.do?method=doIt&schedule *The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on or after the applicable anniversary date (new prevailing wage rate schedule, PRC# 2010006433, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. See Contract Update procedures. The State reserves the right to make the appropriate adjustment determined in accordance with the above methodology.

F. ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor (and GSA-based pricing schedules) may be submitted on or after the first anniversary of contract award (and on or after the subsequent anniversaries) utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

Page 408: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 408 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices INCLUDE

all applicable shipping and handling (F.O.B. Destination the dock/delivery location of the Authorized User, refer to Appendix B-1/Appendix B, item 47b Shipping/Receipt of Product and Clause 48 “Title and Risk of Loss”), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include

travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site.

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts”, then click on “Search Contracts”, and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

GENERAL MAINTENANCE PROVISIONS:

1. If the State and its Authorized Users elects to purchase any system or piece of equipment provided under any contract awarded as a result of RFP 20191, all required maintenance will be provided under the warranty provisions during the first year subsequent to Acceptance of the system. However, if at any time during the first year or any subsequent maintenance period, service is performed on the equipment by anyone other than the Contractor, without the Contractor’s consent, or if the equipment is removed from the premises without the Contractor’s supervision and consent, then at the option of the Contractor, the maintenance contract may become null and void for those items of equipment affected by the prohibitions. The Contractor shall notify the Authorized User and OGS Procurement Services Group of any such cancellation within 30 business days. PSG reserves the right to review the validity of such cancellation with the Contractor and Authorized User and take appropriate action.

Page 409: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 409 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

2. The Contractor shall not be obligated to repair damage caused by fire or other casualty (except that caused by the Contractor), willful or grossly negligent operation or handling of the Equipment by the Authorized User’s employees. Trained personnel from the Authorized User may, without the Contractor’s prior written consent, make modifications in the Authorized User’s database for station moves and changes. Should the Contractor’s consent be required, it shall not be unreasonably withheld. The Authorized User shall be responsible for updating of all records associated with their modifications.

3. Following the first year of warranty service, authorized users will have the option to continue

maintenance unless the Authorized User, upon notice to the Contractor, discontinues coverage. Maintenance shall be provided for all equipment acquired, including moves, additions, and changes that take place after installation. Maintenance costs must be set forth in the contract holder’s NYS Net Pricing Pages. Maintenance contract terms may extend beyond the term of this contract.

4. The State will pay monthly in arrears for any services utilized for maintenance, service, and parts

in accordance with the Contractor’s established rates. Contract Holders may offer Prepaid Annual Maintenance with a minimum additional 10% or greater discount. The Authorized User has the right not to utilize the monthly maintenance contract and use Time and Materials Rates instead. Rates are to be adjusted monthly in arrears by Contractor for increases and decreases in equipment covered by maintenance.

5. The Authorized User shall not be required to purchase maintenance for use of product, and may

discontinue maintenance at the end of any current maintenance term upon 30 days written notice to Contractor prior to the end of the term. In the event that the Authorized User has elected not to purchase monthly maintenance, or the Authorized User has discontinued such purchased maintenance, the Authorized User may acquire maintenance on a T&M basis only, at any time thereafter. The Authorized User may return to a monthly maintenance contract at any time subsequent to a previous discontinuous of maintenance. Authorized users may request a reinstatement of a previously cancelled monthly maintenance contract at any time. Actual reinstatement will occur after contractor’s inspection of any equipment covered by said maintenance. Inspection must occur within 30 days of the Authorized Users request.

6. The Contract Holder shall provide per hour rates for maintenance provided during the course of

providing equipment or implementing a complete and working system. Maintenance shall include items such as design and engineering, project management, training, acceptance testing, inspection, monitoring, and document generation. Current Contract Holders also offer Time and Material rates for emergency and non-emergency on-site/remote access maintenance during normal business hours, emergency and non-emergency on-site/remote maintenance outside of normal business hours.

REMEDIAL MAINTENANCE

Whether the Authorized User elects to subscribe to monthly maintenance or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major

malfunction of the security products or system service, which is defined as the inability

Page 410: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 410 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service

C.

- An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

Non-Emergency Service

*“Respond” (for II.9.4 of RFP 20191 - REMEDIAL MAINTENANCE) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

- A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

The above response limitation includes travel time

. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C.

Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS.

MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security Systems and Solutions as a result of RFP 20191 may be purchased from contract holders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for

systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

Page 411: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 411 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security Systems and Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security Systems and Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

Page 412: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 412 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager.

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Contract holders awarded Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

GENERAL REQUIREMENTS:

The following requirements are applicable for all contracts under award 20191.

A. Neither drug use of any type, nor consumption of alcoholic beverages by the Contractor or its personnel shall be permitted on the premises.

B. The Authorized User will not be liable for any expense incurred by the Contractor as a

consequence of any traffic infraction or parking violations attributable to employees of the Contractor.

C. It is the Contractor’s responsibility to maintain the equipment and materials provided for the

work consistent with applicable safety and health codes.

D. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

E. Trained technicians are required to do all servicing. All technicians shall have at least two (2)

years’ experience on any systems being serviced (all labor).

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

Page 413: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 413 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

SOFTWARE LICENSE AGREEMENTS:

Authorized Users are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and/or approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B (Reference Page 6).

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers’ compensation insurance policy. An employer has a full, statutory NYS workers’ compensation insurance policy when New York is listed in Item “3A” on the Information Page of the employer’s workers’ compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers’ Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers’ compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830.

Page 414: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 414 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

The links below are to the applicable forms on the NYS Worker’s Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer .jsp

When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to ver ify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

In par ticular , if an employee of a contractor or subcontractor per forms any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor/subcontractor per forms work inside New York for a cumulative total of 30 days per year , they are r equired to obtain NYS Disability Benefits Insurance.

Page 415: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 415 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

LIST OF CONTRACT HOLDERS:

NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE #

FED.IDENT.#

PT65342 275 Technology Solutions 2/08/2011 – 8/26/2012 26-5669900 SBE d/b/a FJC Technology Solutions NYS 271 Jericho Turnpike Floral Park, NY 11001 PT64058 Adirondack Cabling, Inc. 1/04/2008 – 8/26/2015 14-1686851 SBE 10 Petra Lane Supp. Award – 1/26/2011 NYS Albany, NY 12205 PT65343 Biometrics4ALL, Inc. 2/08/2011 – 8/26/2015 20-2609462 14511 Myford Road, Suite 260 Tustin, CA 92780 PT64059 Day Automation Systems, Inc. 9/29/2008 – 8/26/2015 16-1576146 SBE 7931 Rae Boulevard Supp. Award – 1/26/2011 NYS Victor NY 14564 PT65344 Digital Surveillance Solutions, Inc. 2/08/2011 – 8/26/2015 20-0886315 SBE 2727 Broadway Street NYS Buffalo, NY 14227 PT64317 EIA Datacom, Inc. 2/10/2009 – 8/26/2012 02-0561875 SBE 19 Union Square West Supp. Award – 1/26/2011 NYS New York, NY 10003 PT64381 Henry Brothers Electronics, Inc. 5/12/2009– 8/26/2015 22-3000080 17-01 Pollitt Drive Supp. Award – 2/09/2011 Fair Lawn, NJ 07410 PT65345 Hoefler Communications, Inc. 2/08/2011 – 8/26/2015 16-1541666 SBE 5894 East Seneca Turnpike NYS Jamesville, NY 13078 PT63299 Honeywell International 10/26/2007 – 8/26/2015 22-2640650 One Executive Centre Drive Supp. Award – 2/08/2011 Albany, NY 12203 PT64345 Intralogic Solutions 2/12/2009 – 8/26/2015 20-1681666 SBE 504 Hicksville Rd Supp. Award – 1/26/2011 NYS Massapequa, NY 11758 PT65346 JSE Industries, Inc. d/b/a IC25 2/08/2011 – 8/26/2015 16-1247495 SBE 1555 Brooks Avenue NYS Rochester, NY 14624 PT63106 Linstar, Inc. 8/27/2007 – 8/26/2015 16-1559780 WBE 430 Lawrence Bell Dr. Supp. Award – 9/23/2008 SBE Buffalo NY 14221 Supp. Award – 1/26/2011 NYS

Page 416: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 416 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

PT65347 Mason Technologies, Inc. 2/08/2011 – 8/26/2012 38-3665918 WBE 33 Ranick Road SBE Hauppauge, NY 11788 NYS PT65348 Open Systems Integrators, Inc.* 2/08/2011 – 8/26/2012 22-3692843 207D Woodward Road Manalapan, NJ 07726 PT64380 Protective Management Systems, Inc.** 3/6/2009– 8/26/2012 11-2373565 SBE 840 Lincoln Avenue Supp. Award – 1/26/2011 NYS Bohemia, NY 11716 PT63304 Total Recall Corp. 09/12/2007 – 8/26/2012 13-3433563 SBE 17 Washington Ave. Supp. Award – 1/26/2011 NYS Suffern, NY 10901 PT65349 The Stahura-Brenner Group, Inc. 2/08/2011 – 8/26/2012 33-0234303 5405 Alton Parkway #5A-359 Irvine, CA 92604 *Note 1: Open Systems Integrators withdrew the following product lines from its proposal: 1. Bogen 2. Notifier 3. Siemens

Page 417: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 417 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Notes:

1. See the PDF Document titled “Pricing Information” for complete contactor contact information.

Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pr icing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.state.ny.us/purchase/snt/awardnotes/7720120191Prices.pdf

Contract # Contractor Lot I Lot II Lot III Lot IV Lot V

275 Technology Solutions, Inc. PT65342 Statewide

Adirondack Cabling, Inc. PT64058 Regions 3, 4, 6

Biometrics4ALL, Inc. PT65343 Statewide

Day Automation Systems, Inc. PT64058 Regions 3-8

Digital Surveillance Solutions, Inc. PT65344

Regions 1-3

Regions 4-9

EIA Datacom, Inc. PT64317 Regions 5-8

Henry Brothers Electronics, Inc. PT64381

Regions 5 and 6

Regions 5 and 6

Regions 5 and 6

Regions 5 and 6

Hoefler Communications, Inc. PT65345 Regions 5-9

Honeywell International, Inc. d/b/a Honeywell Building Solutions PT63299

Regions 6 and 9

Regions 5-9

Intralogic Solutions PT6434 JSE Industries, Inc. d/b/a IC25 PT65346 Statewide Statewide Statewide Statewide Statewide

Linstar, Inc. PT63106 Regions 1-4

Mason Technologies, Inc. PT65347 Regions 1-4

Open Systems Integrators, Inc. PT65348 Statewide Protective Management Systems, Inc. PT64380 Region 1

Total Recall Corp. PT63304 Regions 2 and 3

The Stahura-Brenner Group, Inc. PT65349 Statewide

Page 418: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 418 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

LIST OF SUBCONTRACTORS:

Please see below the following link to the Pr icing and Contract Information Page: http://www.ogs.state.ny.us/purchase/snt/awardnotes/7720120191Prices.pdf

Page 419: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 419 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

HOW TO USE DAY AUTOMATION SYSTEMS, INC.’s SUBCONTRACTORS:

From time to time, Day Automation Systems is required to use Subcontractors to perform work outside our core business functionality.

Examples of these services include but are not limited to:

1. Electrical Line and low voltage installation services 2. Air Conditioning Installation Service 3. Elevator Control Modifications 4. Door Hardware Implementations

Day Automation Systems will provide these services as parts of the total solution at a total Sub-Contract Cost Plus 25% markup on the Subcontractor invoice.

Day Automation Systems will select from our approved list of subcontractors, (see following page) and if asked, select from the Authorized User's list of approved subcontractors to perform the Installation or specialty work required when providing turnkey solutions.

Under the program set forth above, Day Automation Systems shall be the single point of contact for the Authorized User, providing all required scope of work, supervision and equipment to the subcontractors as required so as to derive a first quality implementation. Also under the program set forth above, Day Automation Systems shall, among other things, develop a scope of work, procure subcontracting services including walkthroughs as necessary, manage project documentation and oversee all aspects of the installation to ensure that all projects are completed in a timely manner. Day Automation Systems shall guarantee the project as required by the contract and shall be the single point of contact for all guarantee issues.

Subcontractors shall provide a single fixed price to Day Automation Systems for their respective scopes of work. The work scope, Subcontractor quotation and Day Automation Systems markup shall be provided to the Authorized User as the documentation that defines the value of that component in the total project. The Authorized User shall provide approval for the scope and cost of the work proposed.

The Subcontractor shall provide certified payroll demonstrating compliance with NYS DOL prevailing wage rate laws for the installation or repair services provided to Day Automation Systems, Inc. Day Automation Systems shall provide the certified payroll to the Authorized User per the terms of the contract.

Page 420: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 420 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

HOW TO USE HONEYWELL BUILDING SOLUTIONS, INC.’s SUBCONTRACTORS: As a Security Systems & Solutions provider, Honeywell is often responsible for a complete turnkey solution. Integral to a successful outcome, Honeywell will perform, in conjunction with subcontractors, all aspects of the integration, installation and/or service offering as required by the customer’s scope of work. Work would include but is not limited to the following examples:

• Heating, ventilating, air conditioning (HVAC) specialists to install, modify, and/or furnish material for HVAC systems including, but not limited to, building management controls, access, digital video management & access systems, fan control, smoke control, smoke/fire dampers, ductwork, etc. as necessary.

• Mechanical & electrical contractors to install, modify, and/or furnish material for electrical & mechanical systems including, but not limited to, raceway, cabling (fiber), line voltage supply, control wiring, trenching, duct banks, water meters, steam meters, natural gas (utility) meters, variable frequency drives, etc. as necessary.

• General contractor specialists to install, modify, and/or furnish material for structural changes, soffits, painting, patching, etc. as necessary.

• Locksmiths to install, modify, and/or furnish material including, but not limited to, door strikes, door closures, etc. as necessary.

• Providing Split Air Conditioning or localized AC systems to keep equipment running at proper operating temperature.

Honeywell is permitted under the Security Systems & Solutions procurement contract (Group 77201, Contract PT63299) to utilize subcontracting services as defined above. As the single point of contact, Honeywell will work in conjunction with the authorized user to ensure the utilization of qualified subcontractors is of best value, and to ensure the highest quality and best services when providing a turn-key solution. Additionally, Honeywell take have full responsibility of the installation including the warranty provisions as set forth in the contract. Honeywell will offer these services at a fee not to exceed cost plus 25% of the subcontractors invoice. Subcontractors will provide services on a fixed price/lump sum basis, and will be required to meet current prevailing wage mandates for their respective trade. Honeywell will demonstrate the cost of these services by submitting the original subcontractors’ quote to the authorized user for review prior to the commencement of work. In addition, Honeywell will attach a copy of the subcontractors’ invoice, with our fee clearly noted, when applying for payment. This fee includes direct expenses to manage the subcontractor including, but not limited to:

• Developing a scope of work. • Procuring subcontracting services including walkthrough’s as necessary. • Managing project documents - (time sheets, certified payroll, as-built documentation, etc.) • Coordinating project activity between trades. • Ensuring project plans & specifications are met. • Overseeing all aspects of the installation to ensure projects are completed in a timely manner.

Over the course of providing emergency service, maintenance, repair, inspection, and testing to life safety and integrated systems under the Honeywell Contract PT63299 (NYS Contract), Honeywell will at times utilize the services of a subcontractor or employ technical services to augment it’s own. Honeywell will offer these services at a fee not to exceed cost plus 25% of the subcontractors invoice. Subcontractors will provide services on a “fixed price/lump sum” or “Time & Material” basis. The subcontractor will be required to meet current prevailing wage mandates for their respective trade.

Page 421: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 421 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

1. All LABOR shall be charged as per the Regional rates posted on the current contract. 2. All REPLACEMENT of "ON CONTRACT PARTS" shall be charged as per the current NYS Contract posted rate.

Page 422: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 422 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

NOTE: DCJS and FBI Cer tified Specifications Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 423: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 423 of 424 Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS PROJECT REFERENCES / CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company / Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE / CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project / Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

Page 424: Supplemental Awards

GROUP - 77201 Secur ity Systems and Solutions PAGE 424 of Award # 20191 Procurement Services Group

20191sa17.doc/T07jb

ATTACHMENT TWO: OGS CONTRACT PERRMANCE REPORT:

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to

:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning Tower - Empire State Plaza Albany, New York 12242 * * * *

Page 425: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 425 of 454 Award # 20191

20191sa18.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION Updated April 8, 2011

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : September 21, 2010

Date of Issue : April 8, 2011

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 443 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Procurement Services Group Customer Services

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS PR # 20191

Page 426: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 426 of 454 Award # 20191

20191sa18.doc/T07jb

Table of Contents SCOPE: .......................................................................................................................................................................... 427 LOTS: ............................................................................................................................................................................. 428 REGIONS: ..................................................................................................................................................................... 428 APPENDIX A: ............................................................................................................................................................... 429 APPENDIX B: ............................................................................................................................................................... 429 RFP 20191: ..................................................................................................................................................................... 429 CONFLICT OF TERMS: ............................................................................................................................................. 430 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 430 EXTENSION OF USE: ................................................................................................................................................. 430 TERM OF CONTRACT: ............................................................................................................................................. 431 TERMINATION OF CONTRACT: ............................................................................................................................ 431 STOP WORK ORDER:................................................................................................................................................ 431 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 431 NOTE TO CONTRACTOR: ........................................................................................................................................ 431 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 432 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 432 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 433 PURCHASE ORDER PREPARATION: .................................................................................................................... 433 CONTRACT PAYMENTS: ......................................................................................................................................... 433 ELECTRONIC PAYMENTS: ..................................................................................................................................... 434 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 434 MINIMUM ORDER: .................................................................................................................................................... 434 PREVAILING WAGES: .............................................................................................................................................. 434 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 436 INSTRUCTION MANUAL: ........................................................................................................................................ 436 PRICING/LABOR RATES: ......................................................................................................................................... 436 GENERAL MAINTENANCE PROVISIONS: .......................................................................................................... 436 REMEDIAL MAINTENANCE ................................................................................................................................... 437 MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................... 438 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 439 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 439 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 440 GENERAL REQUIREMENTS: .................................................................................................................................. 440 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 440 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 441 REFERENCES:............................................................................................................................................................. 441 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 441 LIST OF CONTRACT HOLDERS:............................................................................................................................ 443 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 445 LIST OF SUBCONTRACTORS: ................................................................................................................................ 446 HOW TO USE BUILDING CONTROLS AND SERVICES, INC.’s SUBCONTRACTORS: .............................. 447 HOW TO USE MACRO DIGITAL TECHNOLOGY, INC.’s SUBCONTRACTORS: ........................................ 449 HOW TO USE SECURITY MANAGEMENT SYSTEMS, INC.’s SUBCONTRACTORS: ................................. 450 UNIQUE COMP, INC. NOTE TO AUTHORIZED USERS: ................................................................................... 451 ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS ........................................... 453 ATTACHMENT 2: OGS CONTRACT PERRMANCE REPORT: ......................................................................... 454

Page 427: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 427 of 454 Award # 20191

20191sa18.doc/T07jb

SCOPE:

The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of up to five (5) years and may be renewed for an additional five (5) year term. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Periodic Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR’S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS

Page 428: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 428 of 454 Award # 20191

20191sa18.doc/T07jb

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

BUILDING AUTOMATION SYSTEMS ENERGY MANAGEMENT SYSTEMS

CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren

Page 429: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 429 of 454 Award # 20191

20191sa18.doc/T07jb

Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/pr Regions) on or after September 23, 2008 as fully as if set forth at length herein and shall govern any situations not covered by the following Contracts resulting from RFP 20191, dated 8/27/10 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Issued 8/3/2010, Revised August 27, 2010 attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/or Regions) on or after September 23, 2008 as fully as if set forth at length

Page 430: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 430 of 454 Award # 20191

20191sa18.doc/T07jb

herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

CONFLICT OF TERMS:

Unless otherwise set forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: a. Appendix Ab.

(Standard Clauses for NYS Contracts) Mini-Bid Project Definition

c.

if applicable and in accordance with the terms and conditions of the Back-Drop Contract.

Contract and other writing(s)

d.

setting forth the final agreements, clarifications and terms between the Bid Documents and Contractor’s Bid. In the latter circumstance, clarifications must specifically note in writing what was offered by the Contractor and what was accepted by the State. If not, such clarifications shall be considered last in the order of precedence under this paragraph.

Bid Documents (Other than Appendix A i. Bid Specifications prepared by the Authorized User.

).

ii. Appendix B iii. Incorporated Contract Appendices, if any, following the order of precedence as stated for Contract above.

(General Specifications).

e. Contractor’s Bid or Mini-Bid Proposalf.

. Unincorporated Appendices

PARTICIPATION IN CENTRALIZED CONTRACTS:

(if any).

NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 431: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 431 of 454 Award # 20191

20191sa18.doc/T07jb

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of up to five (5) years, and may be renewed for five (5) years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59/Appendix B Clause 60, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 432: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 432 of 454 Award # 20191

20191sa18.doc/T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE

indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all

of the terms and conditions of Appendix A including Clause 12 – Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses

Authorized Users are encouraged to make every good faith effort to promote and assist the participation of New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

Page 433: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 433 of 454 Award # 20191

20191sa18.doc/T07jb

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15.

Page 434: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 434 of 454 Award # 20191

20191sa18.doc/T07jb

After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

MINIMUM ORDER:

Minimum order shall be $100.00

Contractor may elect to honor orders for less than the minimum order.

PREVAILING WAGES:

A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 17 for a full descr iption of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR. Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

Page 435: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 435 of 454 Award # 20191

20191sa18.doc/T07jb

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR – DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF

ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

E. ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On or after the date of adjustments to Prevailing Wage Rates by the NYS Department of Labor, the Contractor shall be granted an increase or decrease in the contract wage rates dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor.* The prevailing wage rates are available online at: http://wpp.labor.state.ny.us/wpp/doSearchWageSchedulePublic.do?method=doIt&schedule *The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on or after the applicable anniversary date (new prevailing wage rate schedule, PRC# 2010006433, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. See Contract Update procedures. The State reserves the right to make the appropriate adjustment determined in accordance with the above methodology.

F. ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor (and GSA-based pricing schedules) may be submitted on or after the first anniversary of contract award (and on or after the subsequent anniversaries) utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

Page 436: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 436 of 454 Award # 20191

20191sa18.doc/T07jb

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices INCLUDE

all applicable shipping and handling (F.O.B. Destination the dock/delivery location of the Authorized User, refer to Appendix B-1/Appendix B, item 47b Shipping/Receipt of Product and Clause 48 “Title and Risk of Loss”), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include

travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site.

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts”, then click on “Search Contracts”, and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

GENERAL MAINTENANCE PROVISIONS:

1. If the State and its Authorized Users elects to purchase any system or piece of equipment provided under any contract awarded as a result of RFP 20191, all required maintenance will be provided under the warranty provisions during the first year subsequent to Acceptance of the system. However, if at any time during the first year or any subsequent maintenance period, service is performed on the equipment by anyone other than the Contractor, without the Contractor’s consent, or if the equipment is removed from the premises without the Contractor’s supervision and consent, then at the option of the Contractor, the maintenance contract may become null and void for those items of equipment affected by the prohibitions. The Contractor shall notify the Authorized User and OGS Procurement Services Group of any such cancellation within 30 business days. PSG reserves the right to review the validity of such cancellation with the Contractor and Authorized User and take appropriate action.

Page 437: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 437 of 454 Award # 20191

20191sa18.doc/T07jb

2. The Contractor shall not be obligated to repair damage caused by fire or other casualty (except that caused by the Contractor), willful or grossly negligent operation or handling of the Equipment by the Authorized User’s employees. Trained personnel from the Authorized User may, without the Contractor’s prior written consent, make modifications in the Authorized User’s database for station moves and changes. Should the Contractor’s consent be required, it shall not be unreasonably withheld. The Authorized User shall be responsible for updating of all records associated with their modifications.

3. Following the first year of warranty service, authorized users will have the option to continue

maintenance unless the Authorized User, upon notice to the Contractor, discontinues coverage. Maintenance shall be provided for all equipment acquired, including moves, additions, and changes that take place after installation. Maintenance costs must be set forth in the contract holder’s NYS Net Pricing Pages. Maintenance contract terms may extend beyond the term of this contract.

4. The State will pay monthly in arrears for any services utilized for maintenance, service, and parts

in accordance with the Contractor’s established rates. Contract Holders may offer Prepaid Annual Maintenance with a minimum additional 10% or greater discount. The Authorized User has the right not to utilize the monthly maintenance contract and use Time and Materials Rates instead. Rates are to be adjusted monthly in arrears by Contractor for increases and decreases in equipment covered by maintenance.

5. The Authorized User shall not be required to purchase maintenance for use of product, and may

discontinue maintenance at the end of any current maintenance term upon 30 days written notice to Contractor prior to the end of the term. In the event that the Authorized User has elected not to purchase monthly maintenance, or the Authorized User has discontinued such purchased maintenance, the Authorized User may acquire maintenance on a T&M basis only, at any time thereafter. The Authorized User may return to a monthly maintenance contract at any time subsequent to a previous discontinuous of maintenance. Authorized users may request a reinstatement of a previously cancelled monthly maintenance contract at any time. Actual reinstatement will occur after contractor’s inspection of any equipment covered by said maintenance. Inspection must occur within 30 days of the Authorized Users request.

6. The Contract Holder shall provide per hour rates for maintenance provided during the course of

providing equipment or implementing a complete and working system. Maintenance shall include items such as design and engineering, project management, training, acceptance testing, inspection, monitoring, and document generation. Current Contract Holders also offer Time and Material rates for emergency and non-emergency on-site/remote access maintenance during normal business hours, emergency and non-emergency on-site/remote maintenance outside of normal business hours.

REMEDIAL MAINTENANCE

Whether the Authorized User elects to subscribe to monthly maintenance or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major

malfunction of the security products or system service, which is defined as the inability

Page 438: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 438 of 454 Award # 20191

20191sa18.doc/T07jb

of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service

C.

- An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

Non-Emergency Service

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

- A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

The above response limitation includes travel time

. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C.

Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS.

MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security Systems and Solutions as a result of RFP 20191 may be purchased from contract holders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for

systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

Page 439: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 439 of 454 Award # 20191

20191sa18.doc/T07jb

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security Systems and Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security Systems and Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

Page 440: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 440 of 454 Award # 20191

20191sa18.doc/T07jb

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager.

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Contract holders awarded Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

GENERAL REQUIREMENTS:

The following requirements are applicable for all contracts under award 20191.

A. Neither drug use of any type, nor consumption of alcoholic beverages by the Contractor or its personnel shall be permitted on the premises.

B. The Authorized User will not be liable for any expense incurred by the Contractor as a

consequence of any traffic infraction or parking violations attributable to employees of the Contractor.

C. It is the Contractor’s responsibility to maintain the equipment and materials provided for the

work consistent with applicable safety and health codes.

D. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

E. Trained technicians are required to do all servicing. All technicians shall have at least two (2)

years’ experience on any systems being serviced (all labor).

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

Page 441: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 441 of 454 Award # 20191

20191sa18.doc/T07jb

SOFTWARE LICENSE AGREEMENTS:

Authorized Users are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and/or approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B-1/Appendix B (Reference Page 6).

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers’ compensation insurance policy. An employer has a full, statutory NYS workers’ compensation insurance policy when New York is listed in Item “3A” on the Information Page of the employer’s workers’ compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers’ Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers’ compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830.

Page 442: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 442 of 454 Award # 20191

20191sa18.doc/T07jb

The links below are to the applicable forms on the NYS Worker’s Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer .jsp

When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to ver ify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

In par ticular , if an employee of a contractor or subcontractor per forms any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor /subcontractor per forms work inside New York for a cumulative total of 30 days per year , they are r equired to obtain NYS Disability Benefits Insurance.

Page 443: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 443 of 454 Award # 20191

20191sa18.doc/T07jb

LIST OF CONTRACT HOLDERS: NOTE: See individual contract items to determine actual awardees.

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE #

FED.IDENT.#

PT65379 Access Control Technologies, Inc. 4/4/2011 – 8/26/2015 223012469 249 Getty Avenue Clifton, NJ 07011 PT65380 Building Controls & Services, Inc. 3/18/2011 – 8/26/2015 16-1327384 SBE - 80 4 Peuquet Parkway NYS Tonawanda, NY 14150-2413 PT65381 Cedar Path Solutions Group, Inc. 3/25/2011 – 8/26/2015 20-0361182 SWBE - 3 8417 Oswego Rd, No. 146 NYS Baldwinsville, NY 13027 PT65383 Contemporary Computer Services, Inc. 3/30/2011 – 8/26/2015 11-2339385 SBE - 75 200 Knickerbocker Road NYS Bohemia, NY 11716 PT65384 Control Technologies, Inc. 4/04/2011 – 8/26/2015 03-0306764 101 Fairchild Avenue, Suite 5 Plainview, NY 11803 PT65385 Electronic Systems Solutions, Inc. 3/29/2011 – 8/26/2015 22-3477278 SBE - 4 15 Worth St. NYS South Hackensack, NJ 07606 PT65386 FES Installations, Inc. 3/23/2011 – 8/26/2015 22-2552055 SBE - 15 6956 Route 20, P.O. Box 127 NYS Madison, NY 13402 PT65387 Fiber Instrument Sales, Inc. 3/25/2011 – 8/26/2015 16-1340858 161 Clear Rd. NYS Oriskany, NY 13424 PT65388 Fried Bros., Inc. 3/18/2011 – 8/26/2015 86-0321802 467 N 7 Street Philadelphia, PA 19123 PT65390 Macro Digital Technology Corp. 3/18/2011 – 8/26/2015 20-2097049 SBE - 4 211-2 Knickerbocker Avenue NYS Bohemia, NY 11716 PT65391 SafeZone24, LLC. 3/18/2011 – 8/26/2015 26-1537780 SBE - 8 386 Kingston Ave. NYS Brooklyn, NY, 11225 PT65392 Security Management Systems, Inc.* 4/04/2011 – 8/26/2015 11-2477627 SBE - 25 225 Community Drive, Suite 150 NYS Great Neck, NY 11021 PT65393 Stratagem Security, Inc.* 3/23/2011 – 8/26/2015 13-2781197 SBE - 14 2 Westchester Plaza NYS Elmsford, NY 10523 PT65394 Touchcom, Inc. 3/18/2011 – 8/26/2015 04-3236320 118 West 22nd St.

Page 444: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 444 of 454 Award # 20191

20191sa18.doc/T07jb

New York, NY 10011 PT65395 Unique Comp., Inc.* 3/31/2011 – 8/26/2015 11-3411202 SMWBE - 27-08 42nd Road NYS Long Island City, NY 11101 *Note 1: FES Installations, Inc. withdrew the following product lines from its proposal: 1. Dynapel 2. I3 International 3. VideoIN *Note 2: Security Management Systems, Inc. withdrew the following product lines from its proposal: 1. 3VR 2. American Fibertek 3. Honeywell Security *Note 3: Stratagem Security, Inc. withdrew the following product lines from its proposal: 1. Honeywell Security *Note 4: Unique Comp., Inc. withdrew the following product lines from its proposal: 1. Keyscan

Page 445: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 445 of 454 Award # 20191

20191sa18.doc/T07jb

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Notes:

1. See the PDF Document titled “Pricing Information” for complete contactor contact information.

Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pr icing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.state.ny.us/purchase/snt/awardnotes/7720120191Prices.pdf

Contract # Contractor Lot I Lot II Lot III Lot IV Lot V

Access Control Technologies, Inc. PT65379 Statewide

Regions 2-4

Building Controls & Services, Inc. PT65380 Statewide

Regions 6-9

Regions 6-9

Regions 6-9

Regions 6-9

Cedar Path Solutions Group, Inc. PT63581 Statewide Contemporary Computer Services, Inc. PT65383

Regions 1-4

Control Technologies, Inc. PT65384 Regions 2, 3 and 6

Electronic Systems Solutions, Inc. PT65385 Statewide

FES Installations, Inc. PT65386

Regions 5, 7, and 8

Fiber Instrument Sales, Inc. PT65387 Statewide Fried Bros., Inc. PT65388 Statewide Macro Digital Technology Corp. PT65390 Statewide

Regions 1-3

Regions 1-3

Regions 1-3

Regions 1-3

Safezone24, LLC. PT65391 Regions 1-3

Security Management Systems, Inc. PT65392 Statewide

Regions 1-5

Stratagem Security, Inc. PT65393 Regions 1-4

Regions 1-4

Regions 1-4

Touchcom, Inc. PT65394 Statewide Regions 1-3

Unique Comp, Inc. PT65395 Regions 1-5

Page 446: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 446 of 454 Award # 20191

20191sa18.doc/T07jb

LIST OF SUBCONTRACTORS:

Please see below the following link to the Pr icing and Contract Information Page: http://www.ogs.state.ny.us/purchase/snt/awardnotes/7720120191Prices.pdf

Page 447: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 447 of 454 Award # 20191

20191sa18.doc/T07jb

HOW TO USE BUILDING CONTROLS AND SERVICES, INC.’s SUBCONTRACTORS: As a provider of turn-key Security Systems and Solutions installations, Building Controls & Services, Inc. may at times utilize subcontractors to provide additional services that may be outside of our core business to meet the customer need. This additional work may require, but not be limited to, the utilization of the following subcontracting services to accommodate the overall design requirements in conjunction with the provision of a turn-key solution:

• Heating, ventilation, air conditioning (HVAC) specialists to install, modify, and /or furnish material for HVAC systems including, but not limited to, building management controls, fan control, smoke control, smoke / fire dampers, ductwork, etc. as necessary.

• General contractor specialists to install, modify, and/or furnish material for structural changes,

painting, patching, etc, as necessary.

• Electrical subcontractors to install, modify, and / or furnish material for electrical systems including, but not limited to, raceway, cabling, line voltage supply, control wiring, trenching, etc. as necessary.

• Locksmiths to install, modify, and /or furnish material including, but not limited to, door strikes,

door closures, etc. as necessary.

• Cabling specialists to install, modify, and or furnish material including, but not limited to, fiber optic cabling, fiber optic connectors, duct banks, etc. as necessary.

Building Controls & Services, Inc. is permitted under the Security Systems & Solutions procurement contract to utilize subcontracting services as defined above. Building Controls & Services, Inc. will work in conjunction with the authorized user to ensure the utilization of qualified subcontractors who can provide professional quality installation at competitive pricing to meet the project requirements. In doing so, Building Controls & Services, Inc. will act as the single point of contact for the authorized user and will take full ownership of the installation including the warranty provisions as set forth in the NYS Centralized Contract. will oversee all aspects of the project as it relates to our scope of work including that of the subcontractor’s. Building Controls & Services, Inc. will offer these services at a fee not to exceed cost plus 25% of the subcontractor’s invoice. Subcontractors will provide services on a fixed price / lump sum basis, and will be required to meet current prevailing wage mandates for their respective trades. Building Controls & Services will demonstrate the cost of these services by submitting the original subcontractors’ quote to the authorized user for review prior to the commencement of work. In addition, Building Controls & Services will attach a copy of the subcontractors’ invoice, with our fee clearly noted, when applying for payment. This fee includes direct expenses to manage the subcontractor including, but not limited to:

Page 448: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 448 of 454 Award # 20191

20191sa18.doc/T07jb

• Developing a scope of work.

• Procuring subcontracting services including walk-through’s as necessary.

• Managing project documentation such as time sheets, certified payroll, as-built documents, etc.

• Overseeing all aspects of the installation to ensure projects are completed in a timely manner.

• Ensuring project plans & specifications are met.

• Coordinating project activities between trades.

Page 449: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 449 of 454 Award # 20191

20191sa18.doc/T07jb

HOW TO USE MACRO DIGITAL TECHNOLOGY, INC.’s SUBCONTRACTORS: Macro Digital Technology Corp. has always been committed to providing the highest quality, cost effective solutions to its clients. To furnish turnkey solutions the use of our partnering subcontractors can be utilized: This additional work may require, but not be limited to, the utilization to the following subcontracting services to accommodate the overall design requirements to provide a turnkey solution:

• General Contractor specialists to install, modify, and/or furnish material for structural changes, painting, patching, etc. as necessary.

• Electrical subcontractors to install, modify, and/or furnish materials for electrical systems including, but not limited to raceway, cabling, line voltage supply, control trenching, pole installation, etc. as necessary

• Locksmiths to install, modify, and/or furnish material including, but not limited to, door strikes, door closures, etc. as necessary

• Cabling specialists to install, modify, and/or furnish material including, but not limited, fiber optic cabling, fiber optic connectors, duct banks, etc. as necessary.

• Specialized IT services including but not limited to, network support, design, switch deployment and testing, application programming and analysis.

Macro Digital Technology Corp. will offer these services at a fee not to exceed cost plus 25% of the subcontractor invoice. Macro Digital will demonstrate the cost of these services by submitting the original subcontractor’s quote to the authorized user for review prior to the commencement of work. In Addition, Macro Digital will attach a copy of the subcontractor’s invoice with our fee clearly noted, when applying for payment. This fee includes direct expenses to manage the subcontractor including, but not limited to

• Developing a Scope of Work

• Procuring subcontractors’ quotes to the authorized user for review prior to the commencement of work

• Managing project documents such as time sheets, certified payrolls, as-built documents, etc.

• Coordinating project activities between trades

• Ensuring project plans & specifications are met • Overseeing all aspects of the installation to ensure projects are completed in a timely manner. • Inspection of work performed to ensure the project meets Macro Digital’s and the client’s

approval. Macro Digital will take full ownership of the project and will be the single point of contact for the client. All subcontractors have a minimum of two years experience in their specialty.

Page 450: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 450 of 454 Award # 20191

20191sa18.doc/T07jb

HOW TO USE SECURITY MANAGEMENT SYSTEMS, INC.’s SUBCONTRACTORS: Security Management Systems is a physical security solutions provider of turn-key Integrated Security System Installations & Services. In addition to our professional full time staff, SMS utilizes licensed subcontractors who are used for installation and other services related to our installations. These additional services include, but are not limited to the following subcontracting services:

• Electrical contractors to install electrical equipment and material for electrical systems including, but not limited to, line voltage supply, fiber optic cabling, network cabling, control wiring, trenching, exterior lighting , perimeter fences & barriers, UPS’s, etc.

• Communications cabling contractors to install network infrastructure.

• Locksmiths to install and/or retro-fit electrified and mechanical locking mechanism and door hardware.

Security Management Systems will offer these services at the subcontractor’s cost plus a fee not to exceed 20%. A copy of the subcontractor’s proposal will be submitted prior to the commencement of work. All subcontractor work will be based on a firm, fixed price. The original subcontractor’s quote will be provided prior to the commencement. In Addition, Security Management Systems, Inc. will attach a copy of the subcontractor’s invoice with our fee clearly noted, when applying for payment. This fee includes the direct expenses necessary to manage the subcontractor including but not limited to:

• Development of the scope of work

• Procurement of subcontractor services

• Management of all project documentation and contract processes including: submittals, progress billing, work quality, shop drawings, as-built drawings, certified payroll etc.

• Coordination between project trades.

• Inspection and testing of completed work. Security Management Systems will take full ownership and responsibility for all work performed by its subcontractors, and will be responsible for any warranty work that may be required. All replacement of “On Contract Parts” shall be charged as per current NYS Contract posted rate.

Page 451: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 451 of 454 Award # 20191

20191sa18.doc/T07jb

UNIQUE COMP, INC. NOTE TO AUTHORIZED USERS:

Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Unique Comp., Inc. does not hold an NYS Fire Alarm Security Systems Installer's License and must have licensed subcontractors perform ALL HANDS-ON (physical) labor (installation, systems integration, and maintenance) on contract. Unique Comp., Inc. is prohibited from performing any HANDS-ON (physical) actions with regards to installing, integrating, or maintaining Fire Alarm and Security Systems. Any hands-on (physical) actions involving installing, integrating, or maintaining a Fire Alarm or Security System by a prime contract holder will be grounds for contract suspension. Prime contract holders can only provide verbal consulting/supervising for any contract activity. It is the responsibility of the authorized user to ensure the compliance of the prime contract holder with this requirement when performing work on contract. Please see below the following link to the NYSDOS website for additional information regarding the NYS Fire Alarm Security Systems Installer License required per Sec. 69-M of the General Business Law Title 19 NYCRR Reg. 195.2: http://www.dos.state.ny.us/lcns/lawbooks/security.html Please also see attached the List of Approved Subcontractors in the Pricing Information Tab for “Unique Comp., Inc.” in the link titled “Subcontractor List.”

Page 452: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 452 of 454 Award # 20191

20191sa18.doc/T07jb

NOTE: DCJS and FBI Cer tified Specifications Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 453: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 453 of 454 Award # 20191

20191sa18.doc/T07jb

ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS PROJECT REFERENCES / CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company / Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE / CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project / Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

Page 454: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 454 of 454 Award # 20191

(continued) 20191sa18.doc/T07jb

ATTACHMENT 2: OGS CONTRACT PERRMANCE REPORT:

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to

:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning Tower - Empire State Plaza Albany, New York 12242 * * * *

Page 455: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 455 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : September 21, 2010

Date of Issue : May 16, 2011

Specification Reference : As Incorporated In The

Contractor Information : Appears on Page 2 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Procurement Services Group Customer Services

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS PR # 20191

Page 456: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 456 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

Table of Contents SCOPE: .......................................................................................................................................................................... 457 LOTS: ............................................................................................................................................................................. 458 REGIONS: ..................................................................................................................................................................... 458 APPENDIX A: ............................................................................................................................................................... 459 APPENDIX B: ............................................................................................................................................................... 459 RFP 20191: ..................................................................................................................................................................... 459 CONFLICT OF TERMS: ............................................................................................................................................. 460 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 460 EXTENSION OF USE: ................................................................................................................................................. 460 TERM OF CONTRACT: ............................................................................................................................................. 461 TERMINATION OF CONTRACT: ............................................................................................................................ 461 STOP WORK ORDER:................................................................................................................................................ 461 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 461 NOTE TO CONTRACTOR: ........................................................................................................................................ 461 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 462 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 462 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 463 PURCHASE ORDER PREPARATION: .................................................................................................................... 463 CONTRACT PAYMENTS: ......................................................................................................................................... 463 ELECTRONIC PAYMENTS: ..................................................................................................................................... 464 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 464 MINIMUM ORDER: .................................................................................................................................................... 464 PREVAILING WAGES: .............................................................................................................................................. 464 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 466 INSTRUCTION MANUAL: ........................................................................................................................................ 466 PRICING/LABOR RATES: ......................................................................................................................................... 466 GENERAL MAINTENANCE PROVISIONS: .......................................................................................................... 466 REMEDIAL MAINTENANCE ................................................................................................................................... 467 MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................... 468 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 469 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 469 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 470 GENERAL REQUIREMENTS: .................................................................................................................................. 470 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 470 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 471 REFERENCES:............................................................................................................................................................. 471 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 471 LIST OF CONTRACT HOLDERS:............................................................................................................................ 473 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 474 LIST OF SUBCONTRACTORS: ................................................................................................................................ 475 COMPUTERIZED INVENTORY CONCEPTS, INC. NOTE TO AUTHORIZED USERS: ............................... 476 CUSTOM COMPUTER SPECIALISTS, INC. NOTE TO AUTHORIZED USERS: ............................................ 477 ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS ........................................... 479 ATTACHMENT 2: OGS CONTRACT PERRMANCE REPORT: ......................................................................... 480

Page 457: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 457 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

SCOPE:

The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of up to five (5) years and may be renewed for an additional five (5) year term. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Periodic Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR’S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS

Page 458: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 458 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

BUILDING AUTOMATION SYSTEMS ENERGY MANAGEMENT SYSTEMS

CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren

Page 459: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 459 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/pr Regions) on or after September 23, 2008 as fully as if set forth at length herein and shall govern any situations not covered by the following Contracts resulting from RFP 20191, dated 8/27/10 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Issued 8/3/2010, Revised August 27, 2010 attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/or Regions) on or after September 23, 2008 as fully as if set forth at length

Page 460: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 460 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

CONFLICT OF TERMS:

Unless otherwise set forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: a. Appendix Ab.

(Standard Clauses for NYS Contracts) Mini-Bid Project Definition

c.

if applicable and in accordance with the terms and conditions of the Back-Drop Contract.

Contract and other writing(s)

d.

setting forth the final agreements, clarifications and terms between the Bid Documents and Contractor’s Bid. In the latter circumstance, clarifications must specifically note in writing what was offered by the Contractor and what was accepted by the State. If not, such clarifications shall be considered last in the order of precedence under this paragraph.

Bid Documents (Other than Appendix A i. Bid Specifications prepared by the Authorized User.

).

ii. Appendix B iii. Incorporated Contract Appendices, if any, following the order of precedence as stated for Contract above.

(General Specifications).

e. Contractor’s Bid or Mini-Bid Proposalf.

. Unincorporated Appendices

PARTICIPATION IN CENTRALIZED CONTRACTS:

(if any).

NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 461: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 461 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of up to five (5) years, and may be extended for five (5) years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59/Appendix B Clause 60, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 462: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 462 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE

indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all

of the terms and conditions of Appendix A including Clause 12 – Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses

Authorized Users are encouraged to make every good faith effort to promote and assist the participation of New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

Page 463: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 463 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15.

Page 464: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 464 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

MINIMUM ORDER:

Minimum order shall be $100.00

Contractor may elect to honor orders for less than the minimum order.

PREVAILING WAGES:

A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 17 for a full descr iption of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR. Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

Page 465: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 465 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR – DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF

ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

E. ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On or after the date of adjustments to Prevailing Wage Rates by the NYS Department of Labor, the Contractor shall be granted an increase or decrease in the contract wage rates dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor.* The prevailing wage rates are available online at: http://wpp.labor.state.ny.us/wpp/doSearchWageSchedulePublic.do?method=doIt&schedule *The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on or after the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. See Contract Update procedures. The State reserves the right to make the appropriate adjustment determined in accordance with the above methodology.

F. ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor (and GSA-based pricing schedules) may be submitted on or after the first anniversary of contract award (and on or after the subsequent anniversaries) utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

Page 466: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 466 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices INCLUDE

all applicable shipping and handling (F.O.B. Destination the dock/delivery location of the Authorized User, refer to Appendix B-1/Appendix B, item 47b Shipping/Receipt of Product and Clause 48 “Title and Risk of Loss”), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount.

All services rates include

travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site.

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts”, then click on “Search Contracts”, and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

GENERAL MAINTENANCE PROVISIONS:

1. If the State and its Authorized Users elects to purchase any system or piece of equipment provided under any contract awarded as a result of RFP 20191, all required maintenance will be provided under the warranty provisions during the first year subsequent to Acceptance of the system. However, if at any time during the first year or any subsequent maintenance period, service is performed on the equipment by anyone other than the Contractor, without the Contractor’s consent, or if the equipment is removed from the premises without the Contractor’s supervision and consent, then at the option of the Contractor, the maintenance contract may become null and void for those items of equipment affected by the prohibitions. The Contractor shall notify the Authorized User and OGS Procurement Services Group of any such cancellation within 30 business days. PSG reserves the right to review the validity of such cancellation with the Contractor and Authorized User and take appropriate action.

Page 467: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 467 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

2. The Contractor shall not be obligated to repair damage caused by fire or other casualty (except that caused by the Contractor), willful or grossly negligent operation or handling of the Equipment by the Authorized User’s employees. Trained personnel from the Authorized User may, without the Contractor’s prior written consent, make modifications in the Authorized User’s database for station moves and changes. Should the Contractor’s consent be required, it shall not be unreasonably withheld. The Authorized User shall be responsible for updating of all records associated with their modifications.

3. Following the first year of warranty service, authorized users will have the option to continue

maintenance unless the Authorized User, upon notice to the Contractor, discontinues coverage. Maintenance shall be provided for all equipment acquired, including moves, additions, and changes that take place after installation. Maintenance costs must be set forth in the contract holder’s NYS Net Pricing Pages. Maintenance contract terms may extend beyond the term of this contract.

4. The State will pay monthly in arrears for any services utilized for maintenance, service, and parts

in accordance with the Contractor’s established rates. Contract Holders may offer Prepaid Annual Maintenance with a minimum additional 10% or greater discount. The Authorized User has the right not to utilize the monthly maintenance contract and use Time and Materials Rates instead. Rates are to be adjusted monthly in arrears by Contractor for increases and decreases in equipment covered by maintenance.

5. The Authorized User shall not be required to purchase maintenance for use of product, and may

discontinue maintenance at the end of any current maintenance term upon 30 days written notice to Contractor prior to the end of the term. In the event that the Authorized User has elected not to purchase monthly maintenance, or the Authorized User has discontinued such purchased maintenance, the Authorized User may acquire maintenance on a T&M basis only, at any time thereafter. The Authorized User may return to a monthly maintenance contract at any time subsequent to a previous discontinuous of maintenance. Authorized users may request a reinstatement of a previously cancelled monthly maintenance contract at any time. Actual reinstatement will occur after contractor’s inspection of any equipment covered by said maintenance. Inspection must occur within 30 days of the Authorized Users request.

6. The Contract Holder shall provide per hour rates for maintenance provided during the course of

providing equipment or implementing a complete and working system. Maintenance shall include items such as design and engineering, project management, training, acceptance testing, inspection, monitoring, and document generation. Current Contract Holders also offer Time and Material rates for emergency and non-emergency on-site/remote access maintenance during normal business hours, emergency and non-emergency on-site/remote maintenance outside of normal business hours.

REMEDIAL MAINTENANCE

Whether the Authorized User elects to subscribe to monthly maintenance or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major

malfunction of the security products or system service, which is defined as the inability

Page 468: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 468 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service

C.

- An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

Non-Emergency Service

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

- A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

The above response limitation includes travel time

. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C.

Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS.

MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security Systems and Solutions as a result of RFP 20191 may be purchased from contract holders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for

systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

Page 469: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 469 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security Systems and Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security Systems and Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

Page 470: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 470 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager.

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Contract holders awarded Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

GENERAL REQUIREMENTS:

The following requirements are applicable for all contracts under award 20191.

A. Neither drug use of any type, nor consumption of alcoholic beverages by the Contractor or its personnel shall be permitted on the premises.

B. The Authorized User will not be liable for any expense incurred by the Contractor as a

consequence of any traffic infraction or parking violations attributable to employees of the Contractor.

C. It is the Contractor’s responsibility to maintain the equipment and materials provided for the

work consistent with applicable safety and health codes.

D. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

E. Trained technicians are required to do all servicing. All technicians shall have at least two (2)

years’ experience on any systems being serviced (all labor).

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

Page 471: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 471 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

SOFTWARE LICENSE AGREEMENTS:

Authorized Users are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and/or approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B-1/Appendix B (Reference Page 6).

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers’ compensation insurance policy. An employer has a full, statutory NYS workers’ compensation insurance policy when New York is listed in Item “3A” on the Information Page of the employer’s workers’ compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers’ Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers’ compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830.

Page 472: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 472 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

The links below are to the applicable forms on the NYS Worker’s Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer .jsp

When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to ver ify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

In par ticular , if an employee of a contractor or subcontractor per forms any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor /subcontractor per forms work inside New York for a cumulative total of 30 days per year , they are r equired to obtain NYS Disability Benefits Insurance.

Page 473: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 473 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

LIST OF CONTRACT HOLDERS: NOTE: See individual contract items to determine actual awardees.

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE #

FED.IDENT.#

PT65382 Centennial Security Integration, Inc. 5/12/2011 – 8/26/2015 20-1607563 SBE - 18 50-01 25th Ave, Suite 108 NYS Woodside, NY 11377 Queens County PT65434 Commercial Instruments & Alarm Systems, Inc. 5/10/2011 – 8/26/2015 14-1632315 SBE - 45 d/b/a CIA Security NYS 2 Summit Ct., Suite 306 Fishkill, NY 12524 Dutchess County PT65435 Computerized Inventory Concepts, Inc. 5/09/2011 – 8/26/2015 16-1206834 SBE - 12 d/b/a/ Integrated Systems NYS 7588 Main Street-Fishers Victor, NY 14564 Ontario County PT65436 Custom Computer Specialists, Inc. 4/28/2011 – 8/26/2015 11‐2497640 70 Suffolk Court Hauppauge, NY 11788 Suffolk County PT65389 ICAS (Interface Cable Assemblies 5/06/2011 – 8/26/2012 11-2590354 SBE - 60 & Services) Corp. NYS 42-19 23rd Avenue Long Island City, NY 11105 Queens County PT65440 IVS, Inc. 5/05/2011 – 8/26/2012 04-3699455 d/b/a AngelTrax 9540 W US Hwy 84, Ste 2 Newton, AL 36352 Houston County

Page 474: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 474 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Notes:

1. See the PDF Document titled “Pricing Information” for complete contactor contact information.

Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pr icing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.state.ny.us/purchase/snt/awardnotes/7720120191Prices.pdf

Contract # Contractor Lot I Lot II Lot III Lot IV Lot V

Centennial Security Integrators, Inc. PT65382 Statewide

Regions 1-4

Regions 1-4

Regions 1-4

Regions 1-4

Commercial Instruments & Alarm Systems, Inc. d/b/a CIA Security PT65434

Regions 3 and 4

Computerized Inventory Concepts, Inc. d/b/a Integrated Systems PT65435 Statewide Custom Computer Specialists, Inc. PT65436

Regions 1-3

ICAS (Interface Cable Assemblies & Services) Corp. PT65389

Regions 1-5

Regions 1-5

IVS, Inc. d/b/a Angeltrax PT65440 Statewide

Page 475: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 475 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

LIST OF SUBCONTRACTORS:

Please see below the following link to the Pr icing and Contract Information Page: http://www.ogs.state.ny.us/purchase/snt/awardnotes/7720120191Prices.pdf

Page 476: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 476 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

COMPUTERIZED INVENTORY CONCEPTS, INC. NOTE TO AUTHORIZED USERS:

Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Computerized Inventory Concepts Inc. d/b/a Integrated Systems does not hold an NYS Fire Alarm Security Systems Installer's License and must have licensed subcontractors perform ALL HANDS-ON (physical) labor (installation, systems integration, and maintenance) on contract. Computerized Inventory Concepts Inc. d/b/a Integrated Systems is prohibited from performing any HANDS-ON (physical) actions with regards to installing, integrating, or maintaining Fire Alarm and Security Systems. Any hands-on (physical) actions involving installing, integrating, or maintaining a Fire Alarm or Security System by a prime contract holder will be grounds for contract suspension. Prime contract holders can only provide verbal consulting/supervising for any contract activity. It is the responsibility of the authorized user to ensure the compliance of the prime contract holder with this requirement when performing work on contract. Please see below the following link to the NYSDOS website for additional information regarding the NYS Fire Alarm Security Systems Installer License required per Sec. 69-M of the General Business Law Title 19 NYCRR Reg. 195.2: http://www.dos.state.ny.us/lcns/lawbooks/security.html Please also see attached the List of Approved Subcontractors in the Pricing Information Tab for “Computerized Inventory Concepts Inc. d/b/a Integrated Systems” in the link titled “Subcontractor List.”

Page 477: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 477 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

CUSTOM COMPUTER SPECIALISTS, INC. NOTE TO AUTHORIZED USERS:

Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Custom Computer Specialists, Inc. does not hold an NYS Fire Alarm Security Systems Installer's License and must have licensed subcontractors perform ALL HANDS-ON (physical) labor (installation, systems integration, and maintenance) on contract. Custom Computer Specialists, Inc. is prohibited from performing any HANDS-ON (physical) actions with regards to installing, integrating, or maintaining Fire Alarm and Security Systems. Any hands-on (physical) actions involving installing, integrating, or maintaining a Fire Alarm or Security System by a prime contract holder will be grounds for contract suspension. Prime contract holders can only provide verbal consulting/supervising for any contract activity. It is the responsibility of the authorized user to ensure the compliance of the prime contract holder with this requirement when performing work on contract. Please see below the following link to the NYSDOS website for additional information regarding the NYS Fire Alarm Security Systems Installer License required per Sec. 69-M of the General Business Law Title 19 NYCRR Reg. 195.2: http://www.dos.state.ny.us/lcns/lawbooks/security.html Please also see attached the List of Approved Subcontractors in the Pricing Information Tab for “Customer Computer Specialists, Inc.” in the link titled “Subcontractor List.”

Page 478: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 478 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

NOTE: DCJS and FBI Cer tified Specifications Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 479: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 479 of 480 Award # 20191 Procurement Services Group Award # 20191

20191sa19

ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS PROJECT REFERENCES / CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company / Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE / CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project / Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

Page 480: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 480 of 480 Award # 20191 Procurement Services Group Award # 20191

(continued) 20191sa19

ATTACHMENT 2: OGS CONTRACT PERRMANCE REPORT:

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to

:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning Tower - Empire State Plaza Albany, New York 12242 * * * *

Page 481: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 481 of 504 Award # 20191

20191sa20.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242

http://www.ogs.ny.gov

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : September 21, 2010

Date of Issue : August 26, 2011

Specification Reference : As Incorporated In The

Contractor Information : Appears on Page 2 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Procurement Services Group Customer Services

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS PR # 20191

Page 482: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 482 of 504 Award # 20191

20191sa20.doc/T07jb

Table of Contents SCOPE: .............................................................................................................................................................................. 3 LOTS: ................................................................................................................................................................................. 4 REGIONS: ......................................................................................................................................................................... 4 APPENDIX A: ................................................................................................................................................................... 5 APPENDIX B: ................................................................................................................................................................... 5 RFP 20191: ......................................................................................................................................................................... 5 CONFLICT OF TERMS: ................................................................................................................................................. 6 PARTICIPATION IN CENTRALIZED CONTRACTS: .............................................................................................. 6 EXTENSION OF USE: ..................................................................................................................................................... 6 TERM OF CONTRACT: ................................................................................................................................................. 7 TERMINATION OF CONTRACT: ................................................................................................................................ 7 STOP WORK ORDER:.................................................................................................................................................... 7 CANCELLATION FOR CONVENIENCE: ................................................................................................................... 7 NOTE TO CONTRACTOR: ............................................................................................................................................ 7 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ................................................................................. 8 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: .................................................................................... 8 NOTE TO AUTHORIZED USERS: ............................................................................................................................... 9 PURCHASE ORDER PREPARATION: ........................................................................................................................ 9 CONTRACT PAYMENTS: ............................................................................................................................................. 9 ELECTRONIC PAYMENTS: ....................................................................................................................................... 10 NEW YORK STATE PROCUREMENT CARD: ........................................................................................................ 10 MINIMUM ORDER: ...................................................................................................................................................... 10 PREVAILING WAGES: ................................................................................................................................................ 10 PRICE SHEETS AND CATALOGS: ............................................................................................................................ 12 INSTRUCTION MANUAL: .......................................................................................................................................... 12 PRICING/LABOR RATES: ........................................................................................................................................... 12 GENERAL MAINTENANCE PROVISIONS: ............................................................................................................ 12 REMEDIAL MAINTENANCE ..................................................................................................................................... 13 MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ................................. 14 EXAMINATION OF SITES AND SPECIFICATIONS: ............................................................................................. 15 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ......................................................... 15 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................... 16 GENERAL REQUIREMENTS: .................................................................................................................................... 16 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ....................................................................... 16 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................... 17 REFERENCES:............................................................................................................................................................... 17 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ........... 17 LIST OF CONTRACT HOLDERS:.............................................................................................................................. 19 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ......................................................... 20 LIST OF SUBCONTRACTORS: .................................................................................................................................. 21 ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS ............................................. 23 ATTACHMENT 2: OGS CONTRACT PERFORMANCE REPORT: ..................................................................... 24

Page 483: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 483 of 504 Award # 20191

20191sa20.doc/T07jb

SCOPE:

The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of up to five (5) years and may be renewed for an additional five (5) year term. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Periodic Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR’S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS

Page 484: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 484 of 504 Award # 20191

20191sa20.doc/T07jb

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

BUILDING AUTOMATION SYSTEMS ENERGY MANAGEMENT SYSTEMS

CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren

Page 485: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 485 of 504 Award # 20191

20191sa20.doc/T07jb

Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/pr Regions) on or after September 23, 2008 as fully as if set forth at length herein and shall govern any situations not covered by the following Contracts resulting from RFP 20191, dated 8/27/10 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Issued 8/3/2010, Revised August 27, 2010 attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/or Regions) on or after September 23, 2008 as fully as if set forth at length

Page 486: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 486 of 504 Award # 20191

20191sa20.doc/T07jb

herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

CONFLICT OF TERMS:

Unless otherwise set forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: a. Appendix A (Standard Clauses for NYS Contracts) b. Mini-Bid Project Definition if applicable and in accordance with the terms and conditions of the Back-Drop Contract. c. Contract and other writing(s) setting forth the final agreements, clarifications and terms between the Bid Documents and Contractor’s Bid. In the latter circumstance, clarifications must specifically note in writing what was offered by the Contractor and what was accepted by the State. If not, such clarifications shall be considered last in the order of precedence under this paragraph. d. Bid Documents (Other than Appendix A). i. Bid Specifications prepared by the Authorized User. ii. Appendix B (General Specifications). iii. Incorporated Contract Appendices, if any, following the order of precedence as stated for Contract above. e. Contractor’s Bid or Mini-Bid Proposal. f. Unincorporated Appendices (if any).

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.ny.gov). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 487: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 487 of 504 Award # 20191

20191sa20.doc/T07jb

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of up to five (5) years, and may be extended for five (5) years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59/Appendix B Clause 60, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 488: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 488 of 504 Award # 20191

20191sa20.doc/T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all

of the terms and conditions of Appendix A including Clause 12 – Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses

Authorized Users are encouraged to make every good faith effort to promote and assist the participation of New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

Page 489: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 489 of 504 Award # 20191

20191sa20.doc/T07jb

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15.

Page 490: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4810 of 504 Award # 20191

20191sa20.doc/T07jb

After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

MINIMUM ORDER:

Minimum order shall be $100.00

Contractor may elect to honor orders for less than the minimum order.

PREVAILING WAGES:

A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 17 for a full descr iption of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR. Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

Page 491: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4811 of 504 Award # 20191

20191sa20.doc/T07jb

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR – DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF

ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

E. ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On or after the date of adjustments to Prevailing Wage Rates by the NYS Department of Labor, the Contractor shall be granted an increase or decrease in the contract wage rates dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor.* The prevailing wage rates are available online at: http://wpp.labor.state.ny.us/wpp/doSearchWageSchedulePublic.do?method=doIt&schedule *The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on or after the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. See Contract Update procedures. The State reserves the right to make the appropriate adjustment determined in accordance with the above methodology.

F. ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor (and GSA-based pricing schedules) may be submitted on or after the first anniversary of contract award (and on or after the subsequent anniversaries) utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

Page 492: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4812 of 504 Award # 20191

20191sa20.doc/T07jb

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices INCLUDE all applicable shipping and handling (F.O.B. Destination the dock/delivery location of the Authorized User, refer to Appendix B-1/Appendix B, item 47b Shipping/Receipt of Product and Clause 48 “Title and Risk of Loss”), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount. All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.ny.gov, point on “Procurement Contracting Services,” then click on “Contracts”, then click on “Search Contracts”, and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

GENERAL MAINTENANCE PROVISIONS:

1. If the State and its Authorized Users elects to purchase any system or piece of equipment provided under any contract awarded as a result of RFP 20191, all required maintenance will be provided under the warranty provisions during the first year subsequent to Acceptance of the system. However, if at any time during the first year or any subsequent maintenance period, service is performed on the equipment by anyone other than the Contractor, without the Contractor’s consent, or if the equipment is removed from the premises without the Contractor’s supervision and consent, then at the option of the Contractor, the maintenance contract may become null and void for those items of equipment affected by the prohibitions. The Contractor shall notify the Authorized User and OGS Procurement Services Group of any such cancellation within 30 business days. PSG reserves the right to review the validity of such cancellation with the Contractor and Authorized User and take appropriate action.

Page 493: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4813 of 504 Award # 20191

20191sa20.doc/T07jb

2. The Contractor shall not be obligated to repair damage caused by fire or other casualty (except that caused by the Contractor), willful or grossly negligent operation or handling of the Equipment by the Authorized User’s employees. Trained personnel from the Authorized User may, without the Contractor’s prior written consent, make modifications in the Authorized User’s database for station moves and changes. Should the Contractor’s consent be required, it shall not be unreasonably withheld. The Authorized User shall be responsible for updating of all records associated with their modifications.

3. Following the first year of warranty service, authorized users will have the option to continue

maintenance unless the Authorized User, upon notice to the Contractor, discontinues coverage. Maintenance shall be provided for all equipment acquired, including moves, additions, and changes that take place after installation. Maintenance costs must be set forth in the contract holder’s NYS Net Pricing Pages. Maintenance contract terms may extend beyond the term of this contract.

4. The State will pay monthly in arrears for any services utilized for maintenance, service, and parts

in accordance with the Contractor’s established rates. Contract Holders may offer Prepaid Annual Maintenance with a minimum additional 10% or greater discount. The Authorized User has the right not to utilize the monthly maintenance contract and use Time and Materials Rates instead. Rates are to be adjusted monthly in arrears by Contractor for increases and decreases in equipment covered by maintenance.

5. The Authorized User shall not be required to purchase maintenance for use of product, and may

discontinue maintenance at the end of any current maintenance term upon 30 days written notice to Contractor prior to the end of the term. In the event that the Authorized User has elected not to purchase monthly maintenance, or the Authorized User has discontinued such purchased maintenance, the Authorized User may acquire maintenance on a T&M basis only, at any time thereafter. The Authorized User may return to a monthly maintenance contract at any time subsequent to a previous discontinuous of maintenance. Authorized users may request a reinstatement of a previously cancelled monthly maintenance contract at any time. Actual reinstatement will occur after contractor’s inspection of any equipment covered by said maintenance. Inspection must occur within 30 days of the Authorized Users request.

6. The Contract Holder shall provide per hour rates for maintenance provided during the course of

providing equipment or implementing a complete and working system. Maintenance shall include items such as design and engineering, project management, training, acceptance testing, inspection, monitoring, and document generation. Current Contract Holders also offer Time and Material rates for emergency and non-emergency on-site/remote access maintenance during normal business hours, emergency and non-emergency on-site/remote maintenance outside of normal business hours.

REMEDIAL MAINTENANCE

Whether the Authorized User elects to subscribe to monthly maintenance or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major

malfunction of the security products or system service, which is defined as the inability

Page 494: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4814 of 504 Award # 20191

20191sa20.doc/T07jb

of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C. Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS.

MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security Systems and Solutions as a result of RFP 20191 may be purchased from contract holders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for

systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

Page 495: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4815 of 504 Award # 20191

20191sa20.doc/T07jb

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security Systems and Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security Systems and Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

Page 496: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4816 of 504 Award # 20191

20191sa20.doc/T07jb

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager.

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Contract holders awarded Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

GENERAL REQUIREMENTS:

The following requirements are applicable for all contracts under award 20191.

A. Neither drug use of any type, nor consumption of alcoholic beverages by the Contractor or its personnel shall be permitted on the premises.

B. The Authorized User will not be liable for any expense incurred by the Contractor as a

consequence of any traffic infraction or parking violations attributable to employees of the Contractor.

C. It is the Contractor’s responsibility to maintain the equipment and materials provided for the

work consistent with applicable safety and health codes.

D. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

E. Trained technicians are required to do all servicing. All technicians shall have at least two (2)

years’ experience on any systems being serviced (all labor).

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

Page 497: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4817 of 504 Award # 20191

20191sa20.doc/T07jb

SOFTWARE LICENSE AGREEMENTS:

Authorized Users are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and/or approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B-1/Appendix B (Reference Page 6).

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers’ compensation insurance policy. An employer has a full, statutory NYS workers’ compensation insurance policy when New York is listed in Item “3A” on the Information Page of the employer’s workers’ compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers’ Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers’ compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830.

Page 498: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4818 of 504 Award # 20191

20191sa20.doc/T07jb

The links below are to the applicable forms on the NYS Worker’s Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to ver ify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer .jsp

In par ticular , if an employee of a contractor or subcontractor per forms any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor/subcontractor per forms work inside New York for a cumulative total of 30 days per year , they are r equired to obtain NYS Disability Benefits Insurance.

Page 499: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4819 of 504 Award # 20191

20191sa20.doc/T07jb

LIST OF CONTRACT HOLDERS: NOTE: See individual contract items to determine actual awardees.

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT65432 Alarm Systems Distributors, LLC. 8/17/2011 – 8/26/2012 14-1703947 SBE 883 Broadway NYS Vendor ID #: 1000007059 NYS Albany, NY 12207 PT65552 American Security Technologies, Inc. 8/25/2011 – 8/26/2015 11-2850362 SBE d/b/a World Wide Security NYS Vendor ID #: 1000046981 NYS One Commercial Ave Garden City, NY 11530 PT65433 Central Home Systems, Inc. 8/23/2011 – 8/26/2015 11-2465536 SBE 115 Rome St. NYS Vendor ID #: 1000005772 NYS Farmingdale, NY 11735 PT65555 Lucille Maud Corporation 8/25/2011 – 8/26/2012 22-2619144 WBE 513 North Olden Ave NYS Vendor ID #: 1000049476 NYS Trenton, NJ 08638 PT65559 Tri-Ed Northern Video Distribution 8/17/2011 – 8/26/2012 95-4524403 SBE 100 Crossways Park Drive West, Ste 207 NYS Vendor ID #: 1100007038 NYS Woodbury, NY 11797 PT65442 Unlimited Technology, Inc. 8/23/2011 – 8/26/2015 22-3992877 20 Senn Drive NYS Vendor ID #: 1100005402 Chester Spring, PA 10595 PT65560 Video Hi-Tech Corp. 8/22/2011 – 8/26/2015 11-2765013 SBE d/b/a Adwar Video NYS Vendor ID #: 1000005772 NYS 125 Gazza Blvd Farmingdale, NY 11735

Page 500: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4820 of 504 Award # 20191

20191sa20.doc/T07jb

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Notes:

1. See the PDF Document titled “Pricing Information” for complete contactor contact information.

Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pr icing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Alarm Systems Distributors, LLC. PT65432 Statewide American Securities Technologies, Inc. d/b/a Worldwide Security PT65552

Regions 1-3

Central Home Systems, Inc. PT65433 Statewide Region 1 Lucille Maud Corporation PT65555 Statewide Tri Ed Northern Video Distribution PT65559 Statewide Unlimited Technology, Inc. PT65442 Region 3 Region 3 Region 3 Video Hi-Tech Corp. PT65560 Statewide

Page 501: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4821 of 504 Award # 20191

20191sa20.doc/T07jb

LIST OF SUBCONTRACTORS:

Please see below the following link to the Pr icing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Page 502: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4822 of 504 Award # 20191

20191sa20.doc/T07jb

NOTE: DCJS and FBI Cer tified Specifications

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 503: Supplemental Awards

GROUP - 77201 Security Systems and Solutions Page 4823 of 504 Award # 20191

20191sa20.doc/T07jb

ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS PROJECT REFERENCES / CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company / Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE / CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project / Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

Page 504: Supplemental Awards

(continued) 20191sa20/doc/T07jb

ATTACHMENT 2: OGS CONTRACT PERFORMANCE REPORT:

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 38th Floor

Corning Tower - Empire State Plaza Albany, New York 12242 * * * *

Page 505: Supplemental Awards

Group 77201 Security Systems and Solutions Page 505 of 528 Award 20191

20191sa21.doc/T07jb

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242

http://www.ogs.ny.gov

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION December 30, 2011

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2012

Bid Opening Date : September 21, 2010

Date of Issue : December 12, 2011

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 524 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Procurement Services Group Customer Services

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS PR # 20191

Page 506: Supplemental Awards

Group 77201 Security Systems and Solutions Page 506 of 528 Award 20191

20191sa21.doc/T07jb

Table of Contents SCOPE: .......................................................................................................................................................................... 507 LOTS: ............................................................................................................................................................................. 508 REGIONS: ..................................................................................................................................................................... 508 APPENDIX A: ............................................................................................................................................................... 509 APPENDIX B: ............................................................................................................................................................... 509 RFP 20191: ..................................................................................................................................................................... 509 CONFLICT OF TERMS: ............................................................................................................................................. 510 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 510 EXTENSION OF USE: ................................................................................................................................................. 510 TERM OF CONTRACT: ............................................................................................................................................. 511 TERMINATION OF CONTRACT: ............................................................................................................................ 511 STOP WORK ORDER:................................................................................................................................................ 511 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 511 NOTE TO CONTRACTOR: ........................................................................................................................................ 511 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 512 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 512 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 513 PURCHASE ORDER PREPARATION: .................................................................................................................... 513 CONTRACT PAYMENTS: ......................................................................................................................................... 513 ELECTRONIC PAYMENTS: ..................................................................................................................................... 514 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 514 MINIMUM ORDER: .................................................................................................................................................... 514 PREVAILING WAGES: .............................................................................................................................................. 514 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 516 INSTRUCTION MANUAL: ........................................................................................................................................ 516 PRICING/LABOR RATES: ......................................................................................................................................... 516 GENERAL MAINTENANCE PROVISIONS: .......................................................................................................... 516 REMEDIAL MAINTENANCE ................................................................................................................................... 517 MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................... 518 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 519 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 519 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 520 GENERAL REQUIREMENTS: .................................................................................................................................. 520 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 520 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 521 REFERENCES:............................................................................................................................................................. 521 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 521 LIST OF CONTRACT HOLDERS:............................................................................................................................ 523 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 524 LIST OF SUBCONTRACTORS: ................................................................................................................................ 525 ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS ........................................... 527 ATTACHMENT 2: OGS CONTRACT PERFORRMANCE REPORT: ................................................................ 528

Page 507: Supplemental Awards

Group 77201 Security Systems and Solutions Page 507 of 528 Award 20191

20191sa21.doc/T07jb

SCOPE:

The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of up to five (5) years and may be renewed for an additional five (5) year term. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Periodic Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR’S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS

Page 508: Supplemental Awards

Group 77201 Security Systems and Solutions Page 508 of 528 Award 20191

20191sa21.doc/T07jb

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

BUILDING AUTOMATION SYSTEMS ENERGY MANAGEMENT SYSTEMS

CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren

Page 509: Supplemental Awards

Group 77201 Security Systems and Solutions Page 509 of 528 Award 20191

20191sa21.doc/T07jb

Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/pr Regions) on or after September 23, 2008 as fully as if set forth at length herein and shall govern any situations not covered by the following Contracts resulting from RFP 20191, dated 8/27/10 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Issued 8/3/2010, Revised August 27, 2010 attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/or Regions) on or after September 23, 2008 as fully as if set forth at length

Page 510: Supplemental Awards

Group 77201 Security Systems and Solutions Page 510 of 528 Award 20191

20191sa21.doc/T07jb

herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

CONFLICT OF TERMS:

Unless otherwise set forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: a. Appendix A (Standard Clauses for NYS Contracts) b. Mini-Bid Project Definition if applicable and in accordance with the terms and conditions of the Back-Drop Contract. c. Contract and other writing(s) setting forth the final agreements, clarifications and terms between the Bid Documents and Contractor’s Bid. In the latter circumstance, clarifications must specifically note in writing what was offered by the Contractor and what was accepted by the State. If not, such clarifications shall be considered last in the order of precedence under this paragraph. d. Bid Documents (Other than Appendix A). i. Bid Specifications prepared by the Authorized User. ii. Appendix B (General Specifications). iii. Incorporated Contract Appendices, if any, following the order of precedence as stated for Contract above. e. Contractor’s Bid or Mini-Bid Proposal. f. Unincorporated Appendices (if any).

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.ny.gov). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 511: Supplemental Awards

Group 77201 Security Systems and Solutions Page 511 of 528 Award 20191

20191sa21.doc/T07jb

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of up to five (5) years, and may be extended for five (5) years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B-1 Clause 59/Appendix B Clause 60, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 512: Supplemental Awards

Group 77201 Security Systems and Solutions Page 512 of 528 Award 20191

20191sa21.doc/T07jb

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all

of the terms and conditions of Appendix A including Clause 12 – Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses

Authorized Users are encouraged to make every good faith effort to promote and assist the participation of New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

Page 513: Supplemental Awards

Group 77201 Security Systems and Solutions Page 513 of 528 Award 20191

20191sa21.doc/T07jb

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15.

Page 514: Supplemental Awards

Group 77201 Security Systems and Solutions Page 514 of 528 Award 20191

20191sa21.doc/T07jb

After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount:

MINIMUM ORDER:

Minimum order shall be $100.00

Contractor may elect to honor orders for less than the minimum order.

PREVAILING WAGES:

A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 17 for a full descr iption of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR. Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

Page 515: Supplemental Awards

Group 77201 Security Systems and Solutions Page 515 of 528 Award 20191

20191sa21.doc/T07jb

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR – DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF

ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

E. ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On or after the date of adjustments to Prevailing Wage Rates by the NYS Department of Labor, the Contractor shall be granted an increase or decrease in the contract wage rates dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor.* The prevailing wage rates are available online at: http://wpp.labor.state.ny.us/wpp/doSearchWageSchedulePublic.do?method=doIt&schedule *The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on or after the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. See Contract Update procedures. The State reserves the right to make the appropriate adjustment determined in accordance with the above methodology.

F. ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor (and GSA-based pricing schedules) may be submitted on or after the first anniversary of contract award (and on or after the subsequent anniversaries) utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

Page 516: Supplemental Awards

Group 77201 Security Systems and Solutions Page 516 of 528 Award 20191

20191sa21.doc/T07jb

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices INCLUDE all applicable shipping and handling (F.O.B. Destination the dock/delivery location of the Authorized User, refer to Appendix B-1/Appendix B, item 47b Shipping/Receipt of Product and Clause 48 “Title and Risk of Loss”), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount. All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.ny.gov, point on “Procurement Contracting Services,” then click on “Contracts”, then click on “Search Contracts”, and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

GENERAL MAINTENANCE PROVISIONS:

1. If the State and its Authorized Users elects to purchase any system or piece of equipment provided under any contract awarded as a result of RFP 20191, all required maintenance will be provided under the warranty provisions during the first year subsequent to Acceptance of the system. However, if at any time during the first year or any subsequent maintenance period, service is performed on the equipment by anyone other than the Contractor, without the Contractor’s consent, or if the equipment is removed from the premises without the Contractor’s supervision and consent, then at the option of the Contractor, the maintenance contract may become null and void for those items of equipment affected by the prohibitions. The Contractor shall notify the Authorized User and OGS Procurement Services Group of any such cancellation within 30 business days. PSG reserves the right to review the validity of such cancellation with the Contractor and Authorized User and take appropriate action.

Page 517: Supplemental Awards

Group 77201 Security Systems and Solutions Page 517 of 528 Award 20191

20191sa21.doc/T07jb

2. The Contractor shall not be obligated to repair damage caused by fire or other casualty (except that caused by the Contractor), willful or grossly negligent operation or handling of the Equipment by the Authorized User’s employees. Trained personnel from the Authorized User may, without the Contractor’s prior written consent, make modifications in the Authorized User’s database for station moves and changes. Should the Contractor’s consent be required, it shall not be unreasonably withheld. The Authorized User shall be responsible for updating of all records associated with their modifications.

3. Following the first year of warranty service, authorized users will have the option to continue

maintenance unless the Authorized User, upon notice to the Contractor, discontinues coverage. Maintenance shall be provided for all equipment acquired, including moves, additions, and changes that take place after installation. Maintenance costs must be set forth in the contract holder’s NYS Net Pricing Pages. Maintenance contract terms may extend beyond the term of this contract.

4. The State will pay monthly in arrears for any services utilized for maintenance, service, and parts

in accordance with the Contractor’s established rates. Contract Holders may offer Prepaid Annual Maintenance with a minimum additional 10% or greater discount. The Authorized User has the right not to utilize the monthly maintenance contract and use Time and Materials Rates instead. Rates are to be adjusted monthly in arrears by Contractor for increases and decreases in equipment covered by maintenance.

5. The Authorized User shall not be required to purchase maintenance for use of product, and may

discontinue maintenance at the end of any current maintenance term upon 30 days written notice to Contractor prior to the end of the term. In the event that the Authorized User has elected not to purchase monthly maintenance, or the Authorized User has discontinued such purchased maintenance, the Authorized User may acquire maintenance on a T&M basis only, at any time thereafter. The Authorized User may return to a monthly maintenance contract at any time subsequent to a previous discontinuous of maintenance. Authorized users may request a reinstatement of a previously cancelled monthly maintenance contract at any time. Actual reinstatement will occur after contractor’s inspection of any equipment covered by said maintenance. Inspection must occur within 30 days of the Authorized Users request.

6. The Contract Holder shall provide per hour rates for maintenance provided during the course of

providing equipment or implementing a complete and working system. Maintenance shall include items such as design and engineering, project management, training, acceptance testing, inspection, monitoring, and document generation. Current Contract Holders also offer Time and Material rates for emergency and non-emergency on-site/remote access maintenance during normal business hours, emergency and non-emergency on-site/remote maintenance outside of normal business hours.

REMEDIAL MAINTENANCE

Whether the Authorized User elects to subscribe to monthly maintenance or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major

malfunction of the security products or system service, which is defined as the inability

Page 518: Supplemental Awards

Group 77201 Security Systems and Solutions Page 518 of 528 Award 20191

20191sa21.doc/T07jb

of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C. Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS.

MAINTENCNE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security Systems and Solutions as a result of RFP 20191 may be purchased from contract holders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for

systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

Page 519: Supplemental Awards

Group 77201 Security Systems and Solutions Page 519 of 528 Award 20191

20191sa21.doc/T07jb

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security Systems and Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security Systems and Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

Page 520: Supplemental Awards

Group 77201 Security Systems and Solutions Page 520 of 528 Award 20191

20191sa21.doc/T07jb

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager.

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Contract holders awarded Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

GENERAL REQUIREMENTS:

The following requirements are applicable for all contracts under award 20191.

A. Neither drug use of any type, nor consumption of alcoholic beverages by the Contractor or its personnel shall be permitted on the premises.

B. The Authorized User will not be liable for any expense incurred by the Contractor as a

consequence of any traffic infraction or parking violations attributable to employees of the Contractor.

C. It is the Contractor’s responsibility to maintain the equipment and materials provided for the

work consistent with applicable safety and health codes.

D. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

E. Trained technicians are required to do all servicing. All technicians shall have at least two (2)

years’ experience on any systems being serviced (all labor).

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

Page 521: Supplemental Awards

Group 77201 Security Systems and Solutions Page 521 of 528 Award 20191

20191sa21.doc/T07jb

SOFTWARE LICENSE AGREEMENTS:

Authorized Users are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and/or approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B-1/Appendix B (Reference Page 6).

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers’ compensation insurance policy. An employer has a full, statutory NYS workers’ compensation insurance policy when New York is listed in Item “3A” on the Information Page of the employer’s workers’ compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers’ Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers’ compensation insurance policy.

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.state.ny.us/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830.

Page 522: Supplemental Awards

Group 77201 Security Systems and Solutions Page 522 of 528 Award 20191

20191sa21.doc/T07jb

The links below are to the applicable forms on the NYS Worker’s Compensation Board website: Workers Compensation - http://www.wcb.state.ny.us/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.state.ny.us/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to ver ify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer .jsp

In par ticular , if an employee of a contractor or subcontractor per forms any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor /subcontractor per forms work inside New York for a cumulative total of 30 days per year , they are r equired to obtain NYS Disability Benefits Insurance.

Page 523: Supplemental Awards

Group 77201 Security Systems and Solutions Page 523 of 528 Award 20191

20191sa21.doc/T07jb

LIST OF CONTRACT HOLDERS: NOTE: See individual contract items to determine actual awardees.

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT65664 Comfort Systems USA (Syracuse), Inc. 160902042 NYS d/b/a ABJ Fire Protection Co. NYS Vendor ID #: 1000028421 6500 NEW VENTURE GEAR DR East Syracuse, NY 11357 PT65554 Fieldprint, Inc. 26-3765524 400 Lippincott Drive, Suite 1 15 NYS Vendor ID #: 1000049448 Marlton, NJ 08053 PT65557 Schneider Electric Buildings Americas, Inc. 75-2066352 210 Meadowlands Parkway NYS Vendor ID #: 1000032568 Secaucus, NJ 07094 PT65558 Technical Building Services, Inc. 14-1625459 12E Commerce Drive NYS Vendor ID #: 1000027547 NYS Ballston Spa, NY 12020

Page 524: Supplemental Awards

Group 77201 Security Systems and Solutions Page 524 of 528 Award 20191

20191sa21.doc/T07jb

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Notes:

1. See the PDF Document titled “Pricing Information” for complete contactor contact information.

Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pr icing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page one of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Comfort Systems USA (Syracuse), Inc. d/b/a ABJ Fire Protection Co. PT65664

Regions 6-9

Fieldprint, Inc. PT65554 Statewide Schneider Electric Buildings Americas, Inc. PT65557

Regions 1-3

Regions 1-3

Technical Building Services, Inc. PT65558

Regions 3-6

Regions 3-6

Regions 3-6

Regions 3-6

Page 525: Supplemental Awards

Group 77201 Security Systems and Solutions Page 525 of 528 Award 20191

20191sa21.doc/T07jb

LIST OF SUBCONTRACTORS:

Please see below the following link to the Pr icing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Page 526: Supplemental Awards

Group 77201 Security Systems and Solutions Page 526 of 528 Award 20191

20191sa21.doc/T07jb

NOTE: DCJS and FBI Cer tified Specifications

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 527: Supplemental Awards

Group 77201 Security Systems and Solutions Page 527 of 528 Award 20191

20191sa21.doc/T07jb

ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS PROJECT REFERENCES / CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company / Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE / CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project / Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

Page 528: Supplemental Awards

Group 77201 Security Systems and Solutions Page 528 of 528 Award 20191

(continued)

ATTACHMENT 2: OGS CONTRACT PERFORRMANCE REPORT:

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning Tower - Empire State Plaza Albany, New York 12242 * * * *

Page 529: Supplemental Awards

Group 77201 Security Systems and Solutions 529 of 552 Award 20191

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242

http://www.ogs.ny.gov

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION February 14, 2012

Title : Group 77201 Security Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2015 Note: See Individual Contracts for Actual Term

Bid Opening Date : September 21, 2010

Date of Issue : January 31, 2012

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 547 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Procurement Services Group Customer Services

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS PR # 20191

Page 530: Supplemental Awards

Group 77201 Security Systems and Solutions 530 of 552 Award 20191 Table of Contents SCOPE: .......................................................................................................................................................................... 531 LOTS: ............................................................................................................................................................................. 532 REGIONS: ..................................................................................................................................................................... 532 APPENDIX A: ............................................................................................................................................................... 533 APPENDIX B: ............................................................................................................................................................... 533 RFP 20191: ..................................................................................................................................................................... 533 CONFLICT OF TERMS: ............................................................................................................................................. 534 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 534 EXTENSION OF USE: ................................................................................................................................................. 534 TERM OF CONTRACT: ............................................................................................................................................. 535 TERMINATION OF CONTRACT: ............................................................................................................................ 535 STOP WORK ORDER:................................................................................................................................................ 535 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 535 NOTE TO CONTRACTOR: ........................................................................................................................................ 535 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 536 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 536 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 537 PURCHASE ORDER PREPARATION: .................................................................................................................... 537 CONTRACT PAYMENTS: ......................................................................................................................................... 537 ELECTRONIC PAYMENTS: ..................................................................................................................................... 538 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 538 MINIMUM ORDER: .................................................................................................................................................... 538 PREVAILING WAGES: .............................................................................................................................................. 538 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 540 INSTRUCTION MANUAL: ........................................................................................................................................ 540 PRICING/LABOR RATES: ......................................................................................................................................... 540 GENERAL MAINTENANCE PROVISIONS: .......................................................................................................... 541 REMEDIAL MAINTENANCE ................................................................................................................................... 542 MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................ 543 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 543 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 544 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 544 GENERAL REQUIREMENTS: .................................................................................................................................. 544 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 545 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 545 REFERENCES:............................................................................................................................................................. 545 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 545 LIST OF CONTRACT HOLDERS:............................................................................................................................ 547 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 548 LIST OF SUBCONTRACTORS: ................................................................................................................................ 549 ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS ........................................... 551 ATTACHMENT 2: OGS CONTRACT PERFORRMANCE REPORT: ................................................................ 552

Page 531: Supplemental Awards

Group 77201 Security Systems and Solutions 531 of 552 Award 20191 SCOPE:

The New York State Office of General Services (OGS), Procurement Services Group (PSG) established comprehensive catalog contracts for Security Systems and Solutions. Contract(s) are for Security Products, Installation, System Integration and Maintenance. Contract(s) were awarded on the basis of best value to responsive, responsible, and compliant contractors within each LOT. Contracts were awarded both Statewide and by Region. The contracts will be issued for a term of up to five (5) years and may be renewed for an additional five (5) year term. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system. The contracts contain provisions for the addition of new products and emerging technologies. The State reserves the right to make additional awards utilizing the Periodic Recruitment provisions of RFP 20191. This will ensure that there are a variety of contractors represented, and that installation and service requirements are adequately addressed. The State reserves the right to award future contracts to the next best value qualified Bidder in the event of default or cancellation of a previously awarded contract. These contracts will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS section). Accordingly, references to the State and its Agencies as users under these contracts encompass and include other users such as these entities.

ALARM AND SIGNAL SYSTEMS ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

CAMERAS/LENSES CCTV SYSTEMS

DVR’S ELECTRONIC ACCESS CONTROL

ELECTRONIC ARTICLE SURVEILLANCE FIRE PROTECTION/DETECTION/CONTROLS

GEOGRAPHIC POSITIONING SYSTEMS GUARD TOUR SYSTEMS

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC INTEGRATED SECURITY SYSTEMS

INTRUSION DETECTION/CONTROLS LOCKING HARDWARE

MONITORING EQUIPMENT OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.)

OUTDOOR PERIMETER (FENCES/GATES/ETC.) PORTALS, TURNSTILES, ETC

RECORDING EQUIPMENT SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS

Page 532: Supplemental Awards

Group 77201 Security Systems and Solutions 532 of 552 Award 20191

TRAINING/EDUCATION VIDEO/CCTV SYSTEMS & SURVELLIANCE

BUILDING AUTOMATION SYSTEMS ENERGY MANAGEMENT SYSTEMS

CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren

Page 533: Supplemental Awards

Group 77201 Security Systems and Solutions 533 of 552 Award 20191

Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses For New York State Contracts, dated September 2004, attached hereto, is hereby expressly made a part of these Contracts as fully as if set forth at length herein

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2006, attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/pr Regions) on or after September 23, 2008 as fully as if set forth at length herein and shall govern any situations not covered by the following Contracts resulting from RFP 20191, dated 8/27/10 or Appendix A.

RFP 20191:

RFP 20191, Security Systems and Solutions, Issued 8/3/2010, Revised August 27, 2010 attached hereto, is hereby expressly made a part of any Contracts awarded or amended (expanded to include new Lots and/or Regions) on or after September 21, 2010 as fully as if set forth at length

Page 534: Supplemental Awards

Group 77201 Security Systems and Solutions 534 of 552 Award 20191

herein and shall govern any situations not covered by this Contract resulting from Appendix B or Appendix A.

CONFLICT OF TERMS:

Unless otherwise set forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: a. Appendix A (Standard Clauses for NYS Contracts) b. Mini-Bid Project Definition if applicable and in accordance with the terms and conditions of the Back-Drop Contract. c. Contract and other writing(s) setting forth the final agreements, clarifications and terms between the Bid Documents and Contractor’s Bid. In the latter circumstance, clarifications must specifically note in writing what was offered by the Contractor and what was accepted by the State. If not, such clarifications shall be considered last in the order of precedence under this paragraph. d. Bid Documents (Other than Appendix A). i. Bid Specifications prepared by the Authorized User. ii. Appendix B (General Specifications). iii. Incorporated Contract Appendices, if any, following the order of precedence as stated for Contract above. e. Contractor’s Bid or Mini-Bid Proposal. f. Unincorporated Appendices (if any).

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.ny.gov). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

Page 535: Supplemental Awards

Group 77201 Security Systems and Solutions 535 of 552 Award 20191

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue until August 26, 2012, and may be renewed for five (5) years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B Clause 60, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE

Page 536: Supplemental Awards

Group 77201 Security Systems and Solutions 536 of 552 Award 20191

SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

In accordance with Article 15-A of the New York State Executive Law (Participation by Minority Group Members and Women with Respect to State Contracts) and in conformance with the Regulations promulgated by the Minority and Women’s Business Development Division of the New York State Department of Economic Development set forth at 5 NYCRR Parts 140-144, the Offerer/Contractor agrees to be bound by the following to promote equality of economic opportunities for minority group members and women, and the facilitation of minority and women-owned business enterprise participation on all covered OGS contracts. a. Equal Employment Opportunity Requirements By submission of a bid or proposal in response to this solicitation, the Offerer agrees with all

of the terms and conditions of Appendix A including Clause 12 – Equal Employment Opportunities for Minorities and Women. The contractor is required to ensure that the provisions of Appendix A clause 12 – Equal Employment Opportunities for minorities and women, are included in every subcontract in such a manner that the requirements of these provisions will be binding upon each subcontractor as to work in connection with the State contract.

b. Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses

Authorized Users are encouraged to make every good faith effort to promote and assist the participation of New York State Certified Minority and Women-owned Business Enterprises (M/WBE) as subcontractors and suppliers on this contract for the provision of services and materials. To locate New York State Certified M/WBEs, the directory of Certified Businesses can be viewed at: http://www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

Page 537: Supplemental Awards

Group 77201 Security Systems and Solutions 537 of 552 Award 20191 EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, New York State Vendor ID Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to

Page 538: Supplemental Awards

Group 77201 Security Systems and Solutions 538 of 552 Award 20191

invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00 with no additional discount: 1. GM Data Communications, Inc. 2. Networked Educational Technologies, Ltd. d/b/a CSDNet

MINIMUM ORDER:

Minimum order shall be $100.00

Contractor may elect to honor orders for less than the minimum order.

PREVAILING WAGES:

A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 17 for a full descr iption of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR. Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

Page 539: Supplemental Awards

Group 77201 Security Systems and Solutions 539 of 552 Award 20191

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR – DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF

ARTICLE 8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

E. ADJUSTMENTS TO THE PREVAILING WAGE RATE SCHEDULES

On or after the date of adjustments to Prevailing Wage Rates by the NYS Department of Labor, the Contractor shall be granted an increase or decrease in the contract wage rates dependent upon fluctuations in the latest published Prevailing Wage Rates published by the NYS Department of Labor.* The prevailing wage rates are available online at: http://wpp.labor.state.ny.us/wpp/showSearchWageSchedulePublic.do?method=showIt *The contractor has the sole responsibility to submit a request for a price adjustment to the Office of General Services on or after the applicable anniversary date (new prevailing wage rate schedule, PRC# 2008002488, issued by Department of Labor) and shall provide a copy of both the original and new wage rate schedules and other supporting documentation necessary to support the increase or decrease. See Contract Update procedures. The State reserves the right to make the appropriate adjustment determined in accordance with the above methodology.

Page 540: Supplemental Awards

Group 77201 Security Systems and Solutions 540 of 552 Award 20191

F. ADJUSTMENTS TO LABOR RATES NOT COVERED BY PREVAILING WAGE RATE SCHEDULES

Requests for adjustments to labor rates for titles not covered by prevailing wage rate schedules issued by the Department of Labor (and GSA-based pricing schedules) may be submitted on or after the first anniversary of contract award (and on or after the subsequent anniversaries) utilizing the regular add process. These types of adjustments will be limited to the CPI or 5%, whichever is less.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices INCLUDE all applicable shipping and handling (F.O.B. Destination the dock/delivery location of the Authorized User, refer to Appendix B-1/Appendix B, item 47b Shipping/Receipt of Product and Clause 48 “Title and Risk of Loss”), insurance, customs duties and charges, and associated delivery charges and such charges are included in the discount. All services rates include travel time and costs incurred for travel to the site. The rates and charges for the Product and for the installation and maintenance of the Product include all travel and costs associated with accessing the installation site. The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and LOT/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.ny.gov, point on “Procurement Contracting Services,” then click on “Contracts”, then click on “Search Contracts”, and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

Page 541: Supplemental Awards

Group 77201 Security Systems and Solutions 541 of 552 Award 20191 GENERAL MAINTENANCE PROVISIONS:

1. If the State and its Authorized Users elects to purchase any system or piece of equipment provided

under any contract awarded as a result of RFP 20191, all required maintenance will be provided under the warranty provisions during the first year subsequent to Acceptance of the system. However, if at any time during the first year or any subsequent maintenance period, service is performed on the equipment by anyone other than the Contractor, without the Contractor’s consent, or if the equipment is removed from the premises without the Contractor’s supervision and consent, then at the option of the Contractor, the maintenance contract may become null and void for those items of equipment affected by the prohibitions. The Contractor shall notify the Authorized User and OGS Procurement Services Group of any such cancellation within 30 business days. PSG reserves the right to review the validity of such cancellation with the Contractor and Authorized User and take appropriate action.

2. The Contractor shall not be obligated to repair damage caused by fire or other casualty (except that

caused by the Contractor), willful or grossly negligent operation or handling of the Equipment by the Authorized User’s employees. Trained personnel from the Authorized User may, without the Contractor’s prior written consent, make modifications in the Authorized User’s database for station moves and changes. Should the Contractor’s consent be required, it shall not be unreasonably withheld. The Authorized User shall be responsible for updating of all records associated with their modifications.

3. Following the first year of warranty service, authorized users will have the option to continue

maintenance unless the Authorized User, upon notice to the Contractor, discontinues coverage. Maintenance shall be provided for all equipment acquired, including moves, additions, and changes that take place after installation. Maintenance costs must be set forth in the contract holder’s NYS Net Pricing Pages. Maintenance contract terms may extend beyond the term of this contract.

4. The State will pay monthly in arrears for any services utilized for maintenance, service, and parts

in accordance with the Contractor’s established rates. Contract Holders may offer Prepaid Annual Maintenance with a minimum additional 10% or greater discount. The Authorized User has the right not to utilize the monthly maintenance contract and use Time and Materials Rates instead. Rates are to be adjusted monthly in arrears by Contractor for increases and decreases in equipment covered by maintenance.

5. The Authorized User shall not be required to purchase maintenance for use of product, and may

discontinue maintenance at the end of any current maintenance term upon 30 days written notice to Contractor prior to the end of the term. In the event that the Authorized User has elected not to purchase monthly maintenance, or the Authorized User has discontinued such purchased maintenance, the Authorized User may acquire maintenance on a T&M basis only, at any time thereafter. The Authorized User may return to a monthly maintenance contract at any time subsequent to a previous discontinuous of maintenance. Authorized users may request a reinstatement of a previously cancelled monthly maintenance contract at any time. Actual reinstatement will occur after contractor’s inspection of any equipment covered by said maintenance. Inspection must occur within 30 days of the Authorized Users request.

Page 542: Supplemental Awards

Group 77201 Security Systems and Solutions 542 of 552 Award 20191

6. The Contract Holder shall provide per hour rates for maintenance provided during the course of providing equipment or implementing a complete and working system. Maintenance shall include items such as design and engineering, project management, training, acceptance testing, inspection, monitoring, and document generation. Current Contract Holders also offer Time and Material rates for emergency and non-emergency on-site/remote access maintenance during normal business hours, emergency and non-emergency on-site/remote maintenance outside of normal business hours.

REMEDIAL MAINTENANCE

Whether the Authorized User elects to subscribe to monthly maintenance or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major

malfunction of the security products or system service, which is defined as the inability of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C. Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable.

Page 543: Supplemental Awards

Group 77201 Security Systems and Solutions 543 of 552 Award 20191

If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS.

MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security Systems and Solutions as a result of RFP 20191 may be purchased from contract holders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for

systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security Systems and Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security Systems and Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract.

Page 544: Supplemental Awards

Group 77201 Security Systems and Solutions 544 of 552 Award 20191

Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager.

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.ny.gov/licensing/alarminstall/alarm.html Contract holders awarded Lots 2-5 must provide proof of compliance with these requirements.

GENERAL REQUIREMENTS:

The following requirements are applicable for all contracts under award 20191.

A. Neither drug use of any type, nor consumption of alcoholic beverages by the Contractor or its personnel shall be permitted on the premises.

B. The Authorized User will not be liable for any expense incurred by the Contractor as a

consequence of any traffic infraction or parking violations attributable to employees of the Contractor.

C. It is the Contractor’s responsibility to maintain the equipment and materials provided for the

work consistent with applicable safety and health codes.

D. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

Page 545: Supplemental Awards

Group 77201 Security Systems and Solutions 545 of 552 Award 20191

E. Trained technicians are required to do all servicing. All technicians shall have at least two (2) years’ experience on any systems being serviced (all labor).

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES:

Procurement Services Group considers the prime contractor to be the sole contact with regard to all provisions of the contract(s) resulting from RFP 20191, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor has assumed full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

SOFTWARE LICENSE AGREEMENTS:

Authorized Users are not permitted to sign, or agree to any Software License Agreement for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and/or approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate /Appendix B (Reference Page 6).

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Please see below the following information regarding the NYS Worker’s Compensation and Disability Benefits Insurance Requirements of NYS Law.

Effective September 9, 2007, all out–of–state employers with employees working in NYS are required to carry a full, statutory NYS workers’ compensation insurance policy. An employer has a full, statutory NYS workers’ compensation insurance policy when New York is listed in Item “3A” on the Information Page of the employer’s workers’ compensation insurance policy.

Accordingly, if an out–of–state employer is getting a permit, license or contract from a government agency in NYS, then that employer must fulfill requirements effective September, 2007 under Workers’ Compensation Law Section 57. Also, every out–of–state employer doing any construction related activity in New York State is required to carry a full, statutory NYS workers’ compensation insurance policy.

Page 546: Supplemental Awards

Group 77201 Security Systems and Solutions 546 of 552 Award 20191

An out-of-state employer needs a New York State disability benefits insurance policy if the employer employs one or more individuals on each of at least 30 days in a calendar year in New York State.

If an out-of-state employer meets this criterion, the employer is required to carry a New York State disability benefits policy (The employer has four weeks from the completion of the 30th day of work by one or more individuals to obtain the disability benefits policy.) (Independent contractors are not considered to be employees under the Disability Benefits Law.)

The link below can be used for additional information:

http://www.wcb.ny.gov/content/main/DisabilityBenefits/Employer/outOfStateEmp_DB.jsp Also, questions regarding coverage requirements may be directed to the WCB Compliance Unit at 1-866-298-7830.

The links below are to the applicable forms on the NYS Worker’s Compensation Board website: Workers Compensation - http://www.wcb.ny.gov/content/onlineforms/obtainC105.jsp Disability Benefits - http://www.wcb.ny.gov/content/onlineforms/obtainDB120-1.jsp

Please Note: When issuing Purchase Orders against any of the following NYS Centralized Contracts, Authorized Users should use the following link to ver ify that the contractor has the required NYS Worker’s Compensation and Disability Benefits Insurance:

http://www.wcb.state.ny.us/icpocinq/icpocdisclaimer .jsp

In par ticular , if an employee of a contractor or subcontractor per forms any work (e.g. installing, integration, or maintaining equipment) physically inside New York State, they are required to obtain a NYS Worker’s Compensation Policy.

If a contractor /subcontractor per forms work inside New York for a cumulative total of 30 days per year , they are r equired to obtain NYS Disability Benefits Insurance.

Page 547: Supplemental Awards

Group 77201 Security Systems and Solutions 547 of 552 Award 20191 LIST OF CONTRACT HOLDERS:

NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PT65438 GM Data Communications, Inc. 20-2468886 SBE - 10 40 Woodbine Court NYS Vendor ID #: 1000049148 NYS Floral Park, NY 11001 Nassau County Full Value = $500,000.00 State = $250,000.00 Non-State = $250,000.00 PT65556 Networked Educational Technologies, Ltd. 11-3410788 SBE - 52 d/b/a CSDNET NYS Vendor ID #: 1100008294 NYS 874 Montauk Hwy Bayport, NY 11705 Suffolk County Full Value = $500,000.00 State = $250,000.00 Non-State = $250,000.00

Page 548: Supplemental Awards

Group 77201 Security Systems and Solutions 548 of 552 Award 20191 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Notes:

1. See the PDF Document titled “Pricing Information” for complete contactor contact information.

Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pr icing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page one of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

GM Data Communications, Inc. PT65438

Regions 1-3

Networked Educational Technologies, Ltd. d/b/a CSDNet PT65556 Region 1

Page 549: Supplemental Awards

Group 77201 Security Systems and Solutions 549 of 552 Award 20191 LIST OF SUBCONTRACTORS:

Please see below the following link to the Pr icing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Page 550: Supplemental Awards

Group 77201 Security Systems and Solutions 550 of 552 Award 20191 NOTE: DCJS and FBI Cer tified Specifications

Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected] The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 551: Supplemental Awards

Group 77201 Security Systems and Solutions 551 of 552 Award 20191 ATTACHMENT 1: REFERENCE FORMS FOR USE BY AUTHORIZED USERS

PROJECT REFERENCES / CLIENT INFORMATION ONLY REQUIRED IF REQUESTED

REFERENCE FORM (Submit one form per reference)

BIDDERS INFORMATION

Bidding Company / Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE / CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project / Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

Page 552: Supplemental Awards

Group 77201 Security Systems and Solutions 552 of 552 Award 20191

(continued)

ATTACHMENT 2: OGS CONTRACT PERFORRMANCE REPORT:

State of New York Office of General Services

PROCUREMENT SERVICES GROUP Contract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 38th Floor

Corning Tower - Empire State Plaza Albany, New York 12242 * * * *

Page 553: Supplemental Awards

Corning Tower, Empire State Plaza, Albany, NY 12242 | http://nyspro.ogs.ny.gov | [email protected] | 518-474-6717

Contract Award Notification

SUPPLEMENTAL CONTRACT AWARD NOTIFICATION June 23, 2016

Title : Group 77201 Security & Facility Systems & Solutions (Statewide)

Classification Code(s): 32, 43, 46, 92 Award Number : 20191 (Replaces Awards PGB-01057,

PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2020 Note: See Individual Contracts for Actual Term

Bid Opening Date : October 7, 2014

Date of Issue : June 23, 2016

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 574 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Purchasing Officer 1 518-474-7101 518-486-6867 [email protected]

Procurement Services Group Customer Services

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

SECURITY AND FACILITY SYSTEMS AND SOLUTIONS

PR # 20191

Page 554: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 554 of 583

20191a33.doc/T07sa

Table of Contents SCOPE: .......................................................................................................................................................................... 555 ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ....................................... 555 LOTS: ............................................................................................................................................................................. 557 REGIONS: ..................................................................................................................................................................... 557 APPENDIX A: ............................................................................................................................................................... 558 APPENDIX B: ............................................................................................................................................................... 558 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 558 EXTENSION OF USE: ................................................................................................................................................. 559 TERM OF CONTRACT: ............................................................................................................................................. 559 TERMINATION OF CONTRACT: ............................................................................................................................ 559 STOP WORK ORDER:................................................................................................................................................ 559 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 559 NOTE TO CONTRACTOR: ........................................................................................................................................ 560 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 560 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 560 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 561 PURCHASE ORDER PREPARATION: .................................................................................................................... 562 CONTRACT PAYMENTS: ......................................................................................................................................... 562 ELECTRONIC PAYMENTS: ..................................................................................................................................... 562 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 563 MINIMUM ORDER: .................................................................................................................................................... 564 PREVAILING WAGES: .............................................................................................................................................. 564 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 566 INSTRUCTION MANUAL: ........................................................................................................................................ 566 PRICING/LABOR RATES: ......................................................................................................................................... 566 ACCEPTANCE TESTING AND SYSTEM ACCEPTANCE ................................................................................... 566 REMEDIAL MAINTENANCE: .................................................................................................................................. 567 MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................ 568 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 569 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 569 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 570 GENERAL REQUIREMENTS: .................................................................................................................................. 571 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 572 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 573 REFERENCES:............................................................................................................................................................. 573 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 573 IRAN DIVESTMENT ACT OF 2012: ......................................................................................................................... 574 LIST OF CONTRACT HOLDERS:............................................................................................................................ 575 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 580 LIST OF SUBCONTRACTORS: ................................................................................................................................ 582 ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: ......................................................... 582 ATTACHMENT TWO: PROJECT REFERENCES: ............................................................................................... 583 ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: ....................................................... 584

Page 555: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 555 of 583

20191a33.doc/T07sa

SCOPE: The New York State Office of General Services, Procurement Services, has established centralized contracts for Security & Facility Systems & Solutions products, installation, system integration and maintenance. This is a multiple award, periodic recruitment contract to allow for new technologies and contractors to be added during the life of the contract. Contractors can Resultant contract awards can include one category, multiple categories, all categories. Resultant contract(s) will include but not be limited to the following:

ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

BUILDING AUTOMATION SYSTEMS BUILDING CONTROL SYSTEMS

BUILDING MANAGEMENT SYSTEMS CAMERAS/LENSES

CCTV SYSTEMS CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

COMPUTER AIDED DISPATCH (CAD) SYSTEMS COMMAND CENTER DISPATCH AND MONITORING EQUIPMENT/SYSTEMS

DVR'S/NVR’S ELECTRICAL DISTRIBUTION SYSTEMS (ELECTRICAL SWITCHGEAR, AUTOMATIC TRANSFER SWITCHES,

PANELBOARDS, ETC.) ELECTRIC VEHICLE CHARGER SYSTEMS

ELECTRONIC ACCESS CONTROL ELECTRONIC ARTICLE SURVEILLANCE

EMERGENCY MANAGEMENT SYSTEMS (EMS) RECORDS MANAGEMENT EMERGENCY NOTIFICATION SYSTEMS

ENERGY MANAGEMENT SYSTEMS FLEET MANAGEMENT/VEHICLE TRACKING SYSTEMS

FIRE PROTECTION/DETECTION/CONTROLS (SPRINKLERS, CHEMICAL SUPPRESSION SYSTEMS, FIRE EXTINGUISHERS, KITCHEN HOODS, FIRE DOORS, etc.) GENERATORS (PERMANENT AFIXED, NOT PORTABLE)

GEOGRAPHIC POSITIONING SYSTEMS, AERIAL IMAGING SYSTEMS, ETC. GEOGRPAHIC INFORMATION SYSTEMS (GIS) (ENTERPRISE GEOCODER, GEOSPATIAL,

GUARD TOUR SYSTEMS HVAC SYSTEMS (CHILLERS, BOILERS, DUCTWORK, ETC.)

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC IN-BUILDING COMMUNICATION SYSTEMS

INTEGRATED SECURITY SYSTEMS INTELLIGENT TRANSPORTATION SYSTEMS

INMATE/JAIL RECORDS MANAGEMENT SYSTEMS INTEROPERABILITY SYSTEMS (INCLUDING GIS INTEROPREABILITY)

INTRUSION DETECTION/CONTROLS INVENTORY MANAGEMENT/TRACKING SYSTEMS LAW ENFORCEMENT DATA CAPTURING SYSTEMS

LAW ENFORCEMENT RECORDS MANAGEMENT SYSTEMS (RMS) LIVESCAN CAPTURE, STORE, AND FORWARDING SYSTEMS

LIGHTING CONTROL/OCCUPANCY SENSOR SYSTEMS LOCKING HARDWARE

MONITORING EQUIPMENT NURSE CALL SYSTEMS

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PERSONAL ALARMS PORTALS, TURNSTILES, ETC PUBLIC ADDRESS SYSTEMS

PUBLIC SAFETY COMMUNICATOINS SYSTEMS RADIO/TWO-WAY COMMUNICATIONS EQUIPMENT/SYSTEMS (RADIOS, REPEATERS, ANTENNAS,

INFRASTRUCTURE, ETC.) RFID, BIOMETRIC, AND TRACKING EQUIPMENT AND SYSTEMS

Page 556: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 556 of 583

20191a33.doc/T07sa

RECORDING EQUIPMENT/SYSTEMS SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS SECURITY DISPATCH CONSULES

TIME MANAGEMENT SYSTEMS (CLOCKS, TIMEKEEPING HARDWARE & SOFTWARE, ETC.) TRAFFIC CAMERAS/TRAFFIC LIGHT CAMERAS

TRAINING/EDUCATION UPS/POWER PROTECTION SYSTEMS

VIDEO/CCTV SYSTEMS & SURVELLIANCE Awards may include awards to one or more of the five (5) lots as indicated below, with awards made statewide and by region(s). Additionally OGS Procurement Services reserves the right to make awards for comprehensive offerings that include all of or portions of the above categories of products and labor. E.g. Manufactures/Distributors of CCTV systems may receive an award if it is the best interest of NYS. The intent of the Security & Facility Systems & Solutions contracts is to establish comprehensive contracts which allow authorized users to obtain full solutions for the aforementioned products/systems which fit the scope of this contract. To allow for this, all necessary materials, installation/labor, maintenance, etc. can be obtained under this contract. This includes public works labor (Article 8) including, but not limited to:

A. Running, pulling, and blowing of cable, fiber optics, low voltage, and line voltage (110V and greater) wiring for security systems, fire alarms, electrical distribution systems, etc.

B. Installing ductwork, piping, chillers, boilers, cooling units/towers, and other related article 8 work for hvac/mechanical systems

C. Installing sprinkler piping, chemical suppression systems, etc. D. Mounting of cameras, equipment, lighting, panels/panelboards, etc. E. Other public work which is necessary to obtain an entire physical security or facility system and

solution. All of these systems and solutions utilize/are run on software and require programming, commissioning, integration, etc. (technical services) to implement. The article 8 work is inextricably integrated to the implementation of these systems/solutions. Therefore, these systems/solutions are Services and Technologies. As such, OGS has procured these contracts via a Best Value Methodology. It is not the intent of this contract to perform the erection, construction, or reconstruction of buildings. By “Buildings” OGS Procurement Services is strictly referring to the foundation, structural walls/columns, bearing walls, floors, roofing, etc. which are the physical super structure/shell of a building generally provided by a General Contractor. OGS understands that the installation, integration, or maintenance of the systems and solutions which fit the scope of this contract may include work which may incidentally affect the building (e.g. core drilling a building/boring through a building to run wire). In these cases, the fundamental question that the user should ask is as if this work is directly tied to the provision of the systems and solutions which fit the scope of this contract. If a customer has any questions regarding the acceptability of any work to be performed on this contract, they should contact the contract administrator. Eventual contracts awarded will be utilized by Authorized Users which include: New York State Agencies, political subdivisions, school districts and others authorized by law (see USE OF CONTRACT BY OTHERS, Section IV). Accordingly, references to the State and its Agencies as users under this Request for Proposals and the ensuing contracts encompass and include other users such as these entities.

Page 557: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 557 of 583

20191a33.doc/T07sa

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida

Page 558: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 558 of 583

20191a33.doc/T07sa

Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses for New York State Contracts, dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by the Terms of from RFP 20191 dated 10/7, or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an

Page 559: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 559 of 583

20191a33.doc/T07sa

organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of approximately 2.5 years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security & Facility Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B, Clause 47, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days’ notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory

Page 560: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 560 of 583

20191a33.doc/T07sa

work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

The New York State Office of General Services (OGS), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority and women-owned business enterprises have opportunities for maximum feasible participation in the performance of OGS contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority and women-owned business enterprises had a full and fair opportunity to participate in state contracting. The findings of the study were published on April 29, 2010, under the title "The State of Minority and Women-Owned Business Enterprises: Evidence from New York" (“the Disparity Study”). The report found evidence of statistically significant disparities between the level of participation of minority and women-owned business enterprises in state procurement contracting versus the number of minority and women-owned business enterprises that were ready, willing and able to participate in state procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the statewide certified minority and women-owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A, which requires, among other things, that OGS establishes goals for maximum feasible participation of New York State Certified minority and women–owned business enterprises (“MWBE”) and the employment of minority groups members and women in the performance of New York State contracts. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS

Page 561: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 561 of 583

20191a33.doc/T07sa

By submission of a bid or proposal in response to this solicitation, Contractors agreed with all of the terms and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The Contractor is required to ensure that it and any subcontractors awarded a subcontract over $25,000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor, shall undertake or continue programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, equal opportunity shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, and rates of pay or other forms of compensation. This requirement does not apply to: (i) work, goods, or services unrelated to this Contract; or (ii) employment outside New York State.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 562: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 562 of 583

20191a33.doc/T07sa

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a. a statement of need and associated requirements, b. a summary of the contract alternatives considered for the purchase, c. the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Services may be paid based on progress payment milestones agreed to between the State Agency/Authorized User and the Contractor, provided this does not waive or diminish any of the Terms and Conditions in this contract, including, but not limited to Acceptance Testing/System Acceptance and Contractually-required warranty periods. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

Page 563: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 563 of 583

20191a33.doc/T07sa

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00) with no additional discount:

1Star-Networks, LLC. Active Vision, Inc.

Absolute Connections, Inc. Alarm & Suppression, Inc.

AFA Protective Systems, Inc. Alltech Integrations, Inc.

Alarm Specialists, Inc. Datamaxx Applied Technologies, Inc

ITG Larson Inc. Davis Ulmer Sprinkler Company, Inc.

Convergint Technologies Deterrent Technologies

LD Allen Communications Frontrunner Network Systems, Inc.

Fire Fighting Equipment, Inc. General Security, Inc.

Frontline Security Solutions, Inc. Great Lakes Building Systems, Inc.

Harris Corporation Island Tech Services, LLC.

LA Cabling, Inc. New York Security Systems, Inc.

New England Software and Systems, Inc. Oak Security Group, LLC.

NDI Technologies, Inc. Plugout, LLC.

New England Mechanical Services d/b/a Tri-Tech Priority Connection, Inc.

Arco Protection Scarsdale Security Systems, Inc.

Spatial Systems Structure Works, Inc.

Suffolk Lock & Security Professionals, Inc. Vertex Standard TEC Solutions Concepts, Inc.

Sapling

Page 564: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 564 of 583

20191a33.doc/T07sa

Tripp Manufacturing

Vertex Standard

United Radio, Inc. Vehicle Tracking Solutions

Philip M. Casciano (PMC) Associates Comalli Group

MINIMUM ORDER: Minimum order shall be $100.00. This value is determined by the aggregate of an order (e.g. if an authorized user issues a purchase order for 10 items, each with a price which is less than $100.00, but the aggregate price of these items is greater than $100.00, the order has exceeded the minimum order). Authorized Users and contractors shall not artificially separate orders to be under the minimum order.

PREVAILING WAGES: If any portion of work being bid is subject to the prevailing wage rate provisions of New York State Labor Law, the following shall apply: A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 10 for a full description of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR

VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS

ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR.

Information indicating that prevailing wages are not being paid on a public works project will be

forwarded to the New York State Department of Labor for investigation. Willful violations of the

prevailing wage provisions of the Labor Law may result in monetary fines or debarment from

bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

Reference PRC# 2010006433

Page 565: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 565 of 583

20191a33.doc/T07sa

Work being bid is subject to the prevailing wage rate provisions of New York State Labor Law. See “Prevailing Wage Rates - Public Works and Building Services Contracts” in Appendix B, OGS General Specifications. The PRC reference number for prevailing wage rates for this bid is 2010006433. Any federal or State determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed “serious or willful” might be grounds for a determination of vendor non-responsibility and rejection of bid or cancellation of the contract.

A list of companies with which the Department of Labor prohibits State Agencies from doing business is located at the end of the labor rates list. The issuing Office will disqualify any bid from a company that is listed and a bid that uses one of the listed companies as a subcontractor.

The awarded Vendor(s) will be required to complete the following actions and maintain Department of Labor records as indicated:

1) The Prevailing Wage Schedules must be posted at the work site so that the workers are aware

of the wages and supplements to which they are entitled by law.

2) The awarded Vendor(s) must provide all workers with written notice informing them of the prevailing wage requirements for the job and each worker must sign a statement or declaration that attests that all workers have been given this information.

3) The Vendor(s) are required to certify payrolls and keep the certified records on site and available.

Bidders must submit proposals which are based upon the prevailing hourly wages, and supplements in cash or equivalent benefits (i.e., fringe benefits, expense reimbursement, and any cash or non-cash compensation which are not wages, as defined by law) that equal or exceed the applicable prevailing wage rate(s) for the location where the work is to be performed. Bidders may not submit proposals based upon hourly wage rates and supplements below the applicable prevailing wage rates as established by the New York State Department of Labor. Proposals that fail to comply with this requirement will be disqualified.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any resulting contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE

8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions

Page 566: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 566 of 583

20191a33.doc/T07sa

upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices must INCLUDE all applicable shipping; handling, insurance and associated delivery charges (F.O.B. Destination the dock/delivery location of the Authorized User) Reference Appendix B, Clause 35, Shipping/Receipt of Product and Clause 36, Title/Risk of Loss.

All rates must include travel time and costs incurred for travel to and from the site (including, but not limited to travel, meals, lodging, gas/fuel, tolls, etc.). Rates and charges for the Product, installation, systems integration, and maintenance of the Product must include all travel and costs associated with accessing the installation site.

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and Lot/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts,” then click on “Search Contracts,” and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

ACCEPTANCE TESTING AND SYSTEM ACCEPTANCE

The State defines system acceptance as the “problem free” operation of a system/solution* after it is fully furnished** for a consecutive 30 day period commencing with the first day of business after the system/solution is fully operational. At that point, the Authorized User reserves the right to test for up to 30 calendar days. Should the equipment fail to operate “problem free” during the 30 day acceptance period, the Contractor will correct the problem at no cost to the Authorized

Page 567: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 567 of 583

20191a33.doc/T07sa

User and the 30 day acceptance period will begin again. “Problem free” operation applies to ALL components of the system/solution provided by the contractor but does not include problems caused by the failure of any Authorized User provided premise infrastructure, failure of any Authorized Users provided interface or systems or erroneous software/system programming by the Authorized User. An Authorized User has the discretion to increase the 30 day acceptance period. At the conclusion of the Acceptance Testing Period, the Authorized User may accept the system and notify the Contractor. Upon receipt of notification of acceptance by an Authorized User payment may be made and any system warranty can commence. The Contractor must agree at the request of the Authorized user to provide performance criteria for acceptance testing. The Contractor must agree to perform at the request of the Authorized User or as required by Code/Law an acceptance test which simulates the normal operating conditions of the installed equipment, system, or solution, and complies with all applicable Building Code or Industry Standard Requirements as applicable to ensure proper performance after acceptance of the system/solution by the Customer. Authorized Users reserve the right to require additional performance and acceptance testing standards at the time of purchase.

*Note: System/Solution for this section shall mean, without limitation, all components of a physical security and facility system and solution provided under this contract by a contractor, including, but not limited to all products, installation labor, systems integration, and post-Appendix B, Clause 59 Warranties. Products shall include, but not be limited to wiring, conduit, piping, ductwork, mounting racks/equipment, all hardware, software, sensing equipment, etc. provided, installed, and integrated by the contractor. This includes products, installation, and integration provided by subcontractors and for remedial maintenance as defined in Sec. II.9., any equipment repaired or replaced.

**Note: “Fully furnished” for this section shall means that all products/materials have been provided, all installation labor/services performed, all systems integration (including, but not limited to programming, engineering, commissioning, etc.) and, for remedial maintenance as defined in Sec. II.9, the equipment is repaired or replaced.

REMEDIAL MAINTENANCE:

Whether the Authorized User elects to subscribe to monthly maintenance, prepaid annual maintenance, or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major malfunction of the security products or system service, which is defined as the inability of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following

Page 568: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 568 of 583

20191a33.doc/T07sa

notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C. Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS. The requirements of this section (Sec. II.9.4) shall apply to contractors during the warranty period required by Appendix B, Clause 59, when the contractor has provided the products, installation, and systems integration.

MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security & Facility Systems & Solutions as a result of RFP 20191 may be purchased from bidders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly

Page 569: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 569 of 583

20191a33.doc/T07sa

maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security & Facility Systems & Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security & Facility Systems & Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. . Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Bidders submitting proposals for Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

REGULATORY COMPLIANCE:

All equipment offered in eventual contract(s) resulting from this RFP shall be in compliance with all applicable regulatory rules and standards (e.g. FCC, EIA, UL) that govern operation of the equipment at the time of the bid opening and for the entire term of the contract. It is the responsibility of the Contractor to ensure, throughout the term of the contract, their compliance with this section.

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment,

Page 570: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 570 of 583

20191a33.doc/T07sa

materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager. ACCEPTANCE TESTING AND SYSTEMS ACCEPTANCE:

The State defines system acceptance as the “problem free” operation of a system/solution* after it is fully furnished** for a consecutive 30 day period commencing with the first day of business after the system/solution is fully operational. At that point, the Authorized User reserves the right to test for up to 30 calendar days. Should the equipment fail to operate “problem free” during the 30 day acceptance period, the Contractor will correct the problem at no cost to the Authorized User and the 30 day acceptance period will begin again. “Problem free” operation applies to ALL components of the system/solution provided by the contractor but does not include problems caused by the failure of any Authorized User provided premise infrastructure, failure of any Authorized Users provided interface or systems or erroneous software/system programming by the Authorized User. An Authorized User has the discretion to increase the 30 day acceptance period. At the conclusion of the Acceptance Testing Period, the Authorized User may accept the system and notify the Contractor. Upon receipt of notification of acceptance by an Authorized User payment may be made and any system warranty can commence. The Contractor must agree at the request of the Authorized user to provide performance criteria for acceptance testing.

Page 571: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 571 of 583

20191a33.doc/T07sa

The Contractor must agree to perform at the request of the Authorized User or as required by Code/Law an acceptance test which simulates the normal operating conditions of the installed equipment, system, or solution, and complies with all applicable Building Code or Industry Standard Requirements as applicable to ensure proper performance after acceptance of the system/solution by the Customer. Authorized Users reserve the right to require additional performance and acceptance testing standards at the time of purchase. *Note: System/Solution for this section shall mean, without limitation, all components of a physical security and facility system and solution provided under this contract by a contractor, including, but not limited to all products, installation labor, systems integration, and post-Appendix B, Clause 59 Warranties. Products shall include, but not be limited to wiring, conduit, piping, ductwork, mounting racks/equipment, all hardware, software, sensing equipment, etc. provided, installed, and integrated by the contractor. This includes products, installation, and integration provided by subcontractors and for remedial maintenance as defined in Sec. II.9, any equipment repaired or replaced. **Note: “Fully furnished” for this section shall means that all products/materials have been provided, all installation labor/services performed, all systems integration (including, but not limited to programming, engineering, commissioning, etc.) and, for remedial maintenance as defined in Sec. II.9, the equipment is repaired or replaced.

GENERAL REQUIREMENTS:

A. The Office of General Services will make no allowance or concession to the Contractor for any alleged misunderstanding or deception because of quantity, quality, character, location, or other conditions.

B. Should it appear that there is a real or apparent discrepancy between different sections of specifications

concerning the nature, quality, or extent of work to be furnished, it shall be assumed that the Contractor has based the proposal on the specifications more favorable to the State. Final decision will rest with the Office of General Services.

C. The equipment to be supplied will either be newly manufactured equipment or remanufactured

equipment and will be guaranteed to be standard new equipment, latest model of regular stock product and current production, with all parts regularly used with the type of equipment offered; also, that no attachment or part has been substituted or applied contrary to the manufacturer's recommendations and standard practice. All equipment delivered for installation will: (1) conform to the testing standards at the time of purchase under this contract; and (2) incorporate the most recent design changes from the manufacturer as of the scheduled delivery dates for that technology. Any equipment to be replaced must be either new or remanufactured and produced by a reputable manufacturer. The equipment must be the same as or equal to the original equipment. All substitutes for the original manufacturers’ equipment must be approved by the Authorized User before installation. For a minimum period of one year from acceptance, the products shall be represented and warranted to be free from defects in materials or workmanship, and shall substantially conform to the specifications, performance standards, and descriptions in the documentation, so as to provide use of the products in accordance with such documentation without significant functional downtime to

Page 572: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 572 of 583

20191a33.doc/T07sa

the Authorized User’s ongoing business operations during the warranty term. The product is further warranted to be adequate to meet the Authorized User’s needs. The products must also be currently installed and demonstrable in a user environment for a minimum of three months. Experimental or unannounced equipment will not be acceptable. All equipment shall be covered by the manufacturer’s standard warranty or for a minimum of one (1) year warranty, whichever is longer from the date of acceptance of the equipment. If, during this period, such faults develop, the unit or component affected is to be replaced without any cost to the State. Where accessories are to be supplied, they must be compatible with the rest of the equipment. Equipment, as installed or subsequently modified by Contractor (or others with its knowledge and consent) shall be suitable for connection to the common carrier network or other equipment (as identified by Authorized User) and shall be provided with the guarantee that such interconnection will not in any way impair the quality of transmission or cause any harmful effects to such network or equipment. Contractor will save the State harmless from any action brought against the State to the extent that it is based on a claim that the equipment at any time caused any such harmful effects, except to the extent that such damage was caused by acts or omissions of the State. The warranty, and remedy, set forth in this paragraph shall only be operable to the extent Authorized User informs Contractor of the carriers or equipment to which Hardware will be connected. Any equipment replaced by the Contractor during the contract period shall be either new, or re-manufactured, manufactured by a reputable manufacturer and guaranteed for one (1) year from the date of acceptance of the replacement and replaced at no cost if found defective during that time. Contractor will utilize equipment that is free of any liens or encumbrances.

D. The Office of General Services' interpretation of specifications shall be final and binding upon the

Contractor.

E. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

F. Trained technicians are required to do all servicing. All technicians shall have at least two (2) years’

experience on the systems bid.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: NYSPro considers the prime contractor to be the sole contact with regard to all provisions of the contract, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor must assume full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers. Contract holders may authorize any reseller to accept purchase orders, issue invoices and receive payments

A. The Contractor and its representatives must work in harmony, cooperation and coordination with existing trade unions.

Page 573: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 573 of 583

20191a33.doc/T07sa

B. Contractors are encouraged to subcontract with companies certified as minority or women-owned enterprises. A list of New York State registered minority and women-owned business enterprises is available through the OGS MWBE Office as referenced in Article 15 A.

C. If the Bidder is required per Section 1.3.2 to obtain and maintain New York State Security Systems Installation license and proposes to use subcontractors to meet this requirement, the subcontractors are required to be identified/named at the time of the bid.

D. All subcontractors must have a minimum of two (2) years’ acceptable experience as determined by Procurement Services installing the same type of equipment/services being offered on in this proposal.

E. All subcontractors must be pre-approved by OGS and/or OSC prior to being added on contract. OGS reserves the right to request and review any and all subcontractor agreements.

F. All purchase orders, and payments for work to be performed by subcontractors must be issued directly to the contract holder (prime contractor) referencing the contract holder's Federal ID # and (where applicable) the NYS Vendor ID #.

SOFTWARE LICENSE AGREEMENTS:

Contractors are not permitted to offer/include, and Authorized Users are not permitted to sign, or agree to any Software License Agreement (or End User License Agreement) for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B.

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

The New York State Workers’ Compensation Law Sections 57 and 220 require the heads of all municipal and state entities to ensure that businesses applying for leases, permits, licenses or Contracts have appropriate workers’ compensation and disability benefits insurance coverage. These requirements apply to both original issuances and renewals, whether the governmental agency is having the work done or is simply issuing the lease, permit, license or contract. Failure to provide proper proof of such coverage or a legal exemption will result in a rejection of this Lease. Therefore, prior to award of any Contract by OGS, Bidders and Contractors must submit proof to OGS that they have workers’ compensation and disability benefits coverage as required by the New York State Workers’ Compensation Law, or proof that they are legally exempt from

Page 574: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 574 of 583

20191a33.doc/T07sa

obtaining such coverage in compliance with the New York State Workers’ Compensation Law. Proof of compliance must be submitted on one of the forms designated by the New York State Workers’ Compensation Board. An ACORD form is not acceptable proof of New York State workers’ compensation or disability benefits insurance coverage.

An instruction manual clarifying the New York State Workers’ Compensation Law requirements is available for download at the New York State Workers’ Compensation Board’s website, http://www.wcb.ny.gov Once on the site, click on the Employers/Businesses tab and then click on Employers’ Handbook.

IRAN DIVESTMENT ACT OF 2012:

By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, Bidder/Contractor (or any assignee) certifies that it is not on the “Entities Determined to be Non-Responsive Bidders/Offerers Pursuant to The New York State Iran Divestment Act of 2012” list (“Prohibited Entities List”) posted on the OGS website at: http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf and further certifies that it will not utilize on such Contract any subcontractor that is identified on the Prohibited Entities List. Additionally, Bidder/Contractor is advised that should it seek to renew or extend a Contract awarded in response to the solicitation, it must provide the same certification at the time the Contract is renewed or extended.

During the term of the Contract, should OGS receive information that a person (as defined in Section 165-a in the State Finance Law) is in violation of the above-referenced certifications, OGS will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then OGS shall take such action as may be appropriate and provided for by law, rule or contract, including, but not limited to, seeking compliance, recovering damages, or declaring the Contractor in default.

OGS reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to an entity that is awarded a contract and appears on the Prohibited Entities list after contract award.

Page 575: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 575 of 583

20191a33.doc/T07sa

LIST OF CONTRACT HOLDERS:

CONTRACT # CONTRACTOR & ADDRESS CONTRACT PERIOD FEIN#

PT66912 1Star-Networks LLC - 8/26/2020 FED ID 271184856 1140 E. 92nd Street NYS Vendor ID #: 1100104305 SBE Brooklyn, NY 11236 MBE County: Kings PT67029 Absolute Connections, Inc. 6/15/2016 - 8/26/2020 Fed ID 050566475 1520 Route 9W NYS Vendor ID #: 1100125900 West Park, NY 12493 SBE County: Ulster PT66913 Active Vision, Inc. 6/15/2016 – 8/26/2017 Fed ID 421538428 711 Koehler Ave. NYS Vendor ID #: 1100127827 Suite 6 Ronkonkoma, NY 11779 SBE County: Suffolk PT66944 AFA Protective Systems Inc. 6/15/2016 - 8/26/2020 Fed ID 13-1805009 155 Michael Dr. NYS Vendor ID #: 1000026031

Syosset, NY 11791 County: Nassau PT66945 Alarm & Suppression Inc. 6/15/2016 - 8/26/2020 Fed ID 22-3287148 331 Ushers Rd, Suite 3 NYS Vendor ID #: 1000017106 Ballston Lake, NY 12019 SBE County: Saratoga PT66946 Alarm Specialists Inc. 6/15/2016 – 8/26/2020 Fed ID 13-3049123 333 Old Tarrytown Rd. NYS Vendor ID #: 1100128520

White Plains, NY 10603 SBE County: Westchester PT67032 Alltech Integrations, Inc. Ct End Date 8/26/2020 Fed ID 26-1710207 7463 State Hwy 11 NYS Vendor ID #: 1100018580 Potsdam, NY 13676 SBE County: St. Lawrence PT67033 ARCO Protection Systems, Inc. Ct End Date 8/26/2020 Fed ID 74-3083532 SBE 1593 Route 376 NYS Vendor ID #: 1100016668 MBE Wappingers Falls, NY 12590 County: Dutchess PT66915 Comalli Group, Inc. Ct End Date – 8/26/2020 Fed ID 042740406 7 Westview Rd NYS Vendor ID #: 1000011057 Pittsfield, MA 01201 County: Berkshire PT67410 Convergint Technologies LLC 6/15/2016 - 8/26/2020 FED ID: 364444620 999 S. Oyster Bay Road- Suite 113 NYS Vendor ID #: 1100017930 Bethpage, NY 11714 County of Nassau

Page 576: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 576 of 583

20191a33.doc/T07sa

PT67411 Datamaxx Applied Technologies, Inc 6/15/2016 -8/26/20 FED ID: 593081678 2001 Drayton Drive NYS Vendor ID #: 1000057836 Tallahassee, FL 32311 PT67038 Davis Ulmer Sprinkler 6/15/2016 - 8/26/2020 Fed ID 16-0710179 Company, Inc. NYS Vendor ID#: 1000007458 7633 Edgecomb Drive Liverpool, NY 13088 County: Onondaga PT66767 Deterrent Technologies, Inc. 6/15/2016 – 8/26/2020 Fed ID 222412506 1750 Brielle Ave NYS Vendor ID #: 1100130547

Ocean, NJ 07712 PT67044 Fire Fighting Equipment Co, Inc. 6/15/2016 -8/26/2020 Fed ID 161582438 206 S. George St. NYS Vendor ID #: 1000008412 Rome, NY 13440 SBE County: Oneida PT67045 Frontline Security Solutions 6/15/2016 - 8/26/2020 Fed ID 22-3947131 SBE 15 Saint James Place NYS Vendor ID #: 1100137788 MBE New York, NY 10038 County: New York PT67046 Frontrunner Network Systems Inc. 6/15/2016 - 8/26/2017 Fed ID 980397927 300 Main Street, Ste 22 NYS Vendor ID#: 1000018861 East Rochester, NY 14445 SBE County: Monroe PT67048 General Security Inc. 6/15/2016 - 8/26/2017 Fed ID 112712674 100 Fairchild Ave. NYS Vendor ID#: 1000011864 Plainview, NY 11803 SBE County: Nassau PT66915 Great Lakes Systems Inc 6/15/2016 - 8/26/2020 Fed Id 161602109 116 Gruner Rd. NYS Vendor ID #: 1000016386

Buffalo, NY 14227 SBE County: Erie PT67542 Harris Corporation 6/15/2016 - 8/26/2020 Fed ID 340276860 RF Communication Division NYS Vendor ID #: 1100021808 1680 University Ave. Rochester, NY 14610 PT67152 ICOM 6/15/2016 - 8/26/2017 Fed ID 911083924 12421 Willows Road NE NYS Vend ID#: 1000041701 Kirkland, WA 98034 PT67052 Island Tech Services LLC 6/15/2016 - 8/26/2017 Fed ID 200819689 70 Horseblock Road, Unit 8 NYS Vendor ID#: 1000052688 Yaphank, NY 11980 SBE County: Suffolk PT66950 ITG Larson, Inc. 6/15/2016 – 8/26/2020 Fed ID 113395980 SBE 115 Lafayette Ave. NYS Vendor ID #: 1100126890 WBE White Plains, NY 10603 County: Westchester

Page 577: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 577 of 583

20191a33.doc/T07sa

PT65440 IVS, Inc. 5/5/2011 – 8/26/2020 FED ID 043699455 9540 W US Hwy 84 NYS Vendor ID #: 1100010632 Newton, AL 36352 PT67054 LA Technology Group LLC 6/15/2016 – 8/26/2017 Fed ID 364721008 dba LA Cabling NYS Vendor ID#: 1100116323 373 South Main St. Freeport, NY 11520 County: Nassau PT64315 LPC, Inc. 1/20/2009 - 8/26/2020 Fed ID 11-3181416 7100 New Horizons Blvd. NYS Vendor ID #: 1000043279 No. Amityville, NY 11701 SBE County: Nassau PT67414 L.D. Allen Communications, Inc 6/15/2016 – 8/26/20 FED ID 161498872 5820 Main Street- Suite 404 NYS Vendor ID #: 1000044099 Williamsville, NY 14221 SBE County of Erie PT67405 Motorola Solutions 6/15/2016– 8/26/2020 Fed Id 361115800 5 Paragon Drive NYS Vendor ID #: 1000031408 Suite 200 Montvale, NJ 07465 PT67055 NDI Technologies Inc. 6/15/2016 – 8/26/2017 Fed ID 760730481 105 E. State Road 434 NYS Vendor ID#: 1100015554 Winter Springs, FL 32708 County: Seminole PT66921 New England Systems & 6/15/2016 – 8/26/2020 Fed Id 141662031 Software, Inc. 33 Holly Ln NYS Vendor ID #: 1000027625 Lake George, NY 12845 SBE County: Warren PT66921 New England Mechanical Services 6/15/2016 – 8/26/2020 Fed Id 06-0831575 d/b/a Emcor Services TriTech. 4 Airport Park Blvd. NYS Vendor ID #: 1100018094 Latham, NY 12110 PT67057 New York Security System Inc. 6/15/2016 – 8/26/2017 Fed ID 141648882 20 Industrial Dr. NYS Vendor ID#: 1000019952 Middletown, NY 10941 SBE County: Orange PT67058 Oak Security Group LLC 6/15/2016 – 8/26/2017 Fed ID 202325483 8904 Bash Street, Ste K NYS Vendor ID#: 1000008588 Indianapolis, IN 46256 PT67059 Phillip M. Casciano 6/17/2016 - 8/26/2020 Fed ID 222873821 Associates, Inc. d/b/a PMC Associates NYS Vendor ID #: 1000008798 8 Crown Plaza, Suite 106 Hazlet, NJ 07730

Page 578: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 578 of 583

20191a33.doc/T07sa

PT66922 Plugout LLC 6/15/2016 – 8/26/2020 Fed ID 510493362 27 Cliff St 5th Floor NYS Vendor ID #: 1100120703 New York, NY 10038 SBE County: New York PT66924 Priority Connections, LLC. 6/15/2016 – 8/26/2020 Fed ID 202004508 6260 South Bay Road NYS Vendor ID #: 1000016603 Cicero, NY 13139 SBE County: Onondaga PT67060 Safeco Alarms, Inc. 6/15/2016 – 8/26/2020 Fed ID 14-1624383 642 Broadway NYS Vendor ID #: 1000014032 Kingston, NY 12401 SBE County: Ulster PT67416 Sapling, Inc. 6/16/2016 – 8/26/2017 FED ID 23-2732498 1633 Republic Road NYS Vendor ID #: 1100127793 Huntingdon Valley, PA 19006 PT67061 Scarsdale Security Systems, Inc. 6/15/2016 – 8/26/2020 Fed ID 13-3139173 132 Montgomery Ave. NYS Vendor ID #: 1100009505 Scarsdale, NY 10583 SBE County: Westchester PT67062 Secure Care Products, LLC 6/15/2016 – 8/26/2020 Fed ID 020417536 39 Chenell Drive NYS Vendor ID #: 1100034886 Concord, NH 03301 PT67063 Spatial Systems Associates Inc. 6/15/2016 – 8/26/2017 Fed ID 521947282 6345 Woodside Court, Ste 201 NYS Vendor ID#: 1100128443 Columbia, MD 21046 PT66926 Suffolk Lock & Security 6/15/2016 – 8/26/2020 Fed ID 11251897 Professionals, Inc. 430 West Montauk Highway NYS Vendor ID #: 1000024240 Lindenhurst, NY 11757 SBE County: Suffolk PT67415 Structure Works, Inc. 6/15/2016 – 8/26/20 FED ID 830407511 PO Box 868 43 Mill Street NYS Vendor ID #: 100004855 Dover Plains, NY 12522 PT66768 TEC Solutions Concepts, Inc. 6/15/2016 – 8/26/2020 Fed ID 412135449 511 Sixth Ave. NYS Vendor ID #: 1100126793 New York, NY 10011 PT67068 Tripp Manufacturing Company 6/15/2016 – 8/26/2017 Fed ID 361881000 1111 W. 35th St. NYS Vendor ID #: 1000049179 Chicago, IL 60609 PT67069 United Radio Inc. 6/15/2016 – 8/26/2017 Fed ID 160906884 5703 Enterprise Parkway NYS Vendor ID#: 1000007576 East Syracuse, NY 13057 SBE County: Onondaga

Page 579: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 579 of 583

20191a33.doc/T07sa

PT63600 U & S Services, Inc. 11/6/2007 - 8/26/2020 Fed ID 161364177 233 Fillmore Ave., Suite # 11 NYS Vendor ID #: 1000015826 Tonawanda, NY 14150 SBE County: Erie PT67543 Vehicle Tracking Solutions 6/15/2016 – 8/26/2020 FED ID 043656951 152 Veterans Memorial Highway NYS Vendor ID # 1100004445 Commack, NY 11725 SBE County of Suffolk PT67418 Vertex Standard USA, Inc. 6/15/2015 – 8/26/20 FED ID 952815202 1301 E Algonquin Road NYS Vendor ID #: 100057966 Schaumburg, IL 60196 PT67155 Zetron, Inc. 6/15/2016 – 8/26/2020 Fed ID 911121292 12034 134st CT NE NYS Vendor ID#: 1000019592 Redmond, WA 98052

Page 580: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 580 of 583

20191a33.doc/T07sa

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Note: Please see the “Pricing Information” section of the OGS website for Group 77201, Award 20191 for the contact information for each contract holder. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

1-Star Networks, LLC. PT66912 Regions 1 and 2

Absolute Connections, Inc. PT67029 Regions 3 and 4

Active Vision, Inc. PT66913 Statewide

AFA Protective Systems Inc. PT66944 Regions 1-4

Alarm & Suppression Inc. PT66945 Regions 5-6

Alarm Specialists Inc. PT66946 Regions 1-4

Alltech Integrations, Inc. PT67032 Regions 5-7

Arco Protection Systems, Inc. PT67033 Statewide Regions 2-7

Regions 2-7

Comalli Group, Inc. PT66915 Regions 3-7

Convergint Technoloiges, Inc. PT67410 Statewide Statewide Davis Ulmer Sprinkler Company, Inc. PT67038 Region 7 Datamaxx Applied Technoloiges, Inc. PT67411 Statewide Deterrent Technology, Inc. PT66767 Region 2

Fire Fighting Equipment, Inc. PT67044 Region 7 Region 7 Region 7

Frontline Security Solutions, Inc. PT67045 Statewide Regions 1-4

Frontrunner Network Systems, Inc. PT67046 Statewide

General Security, Inc. PT67048 Regions 1, 3-9

Regions 1, 3-9

Regions 1, 3-9

Great Lakes Building System, Inc. PT66920

Regions 7-9

Harris Corporation PT67050 Statewide

Page 581: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 581 of 583

20191a33.doc/T07sa

ICOM America, Inc. PT67152 Statewide

Island Tech Services, LLC. PT67052 Statewide

ITG Larson, Inc. PT66950 Statewide Regions 1-4

Regions 1-4

IVS, Inc. d/b/a Angeltrax PT65440 Statewide Statewide

LA Cabling, Inc. PT67054 Statewide Statewide

LPC, Inc. PT64315 Statewide Regions 1-3, 5

Regions 1-3, 5

Regions 1-3, 5

Regions 1-3, 5

Motorola Solutions, Inc. PT67045 Statewide New England Software and Systems, Inc. PT66921 Statewide

Regions 3-8 Statewide Statewide

New England Mechanical d/b/a Emcor PT67410

Regions 4-6

Regions 4-6

Regions 4-6

Regions 4-6

Regions 4-6

New York Security Systems, Inc. PT67057 Statewide NDI Technologies, Inc. PT67055 Statewide Statewide Oak Security Group, LLC. PT67058 Statewide Philip M. Casciano (PMC) Associates, Inc. PT67059 Statewide Statewide Statewide Statewide Statewide

Plugout, LLC. PT66922 Statewide Regions 1-4

Priority Connection, Inc. PT66924 Statewide

Safeco Alarm Systems, Inc. PT67060 Regions 3-5

Sapling Co., Inc. PT66925 Statewide Scarsdale Security Systems, Inc. PT67061 Statewide Secure Care Products, LLC. PT67062 Statewide Spatial Systems PT67063 Statewide Suffolk & Security Professionals, Inc. PT66926 Statewide Region 1 Region 1 Structure Works, Inc. PT67415 Statewide Statewide Statewide Statewide Statewide TEC Solutions Concepts, Inc. PT67066 Statewide Tripp Manufacturing PT67068 Statewide

United Radio, Inc. PT67069 Regions 7 and 8

Regions 7 and 8

U&S Services Corp. PT63600 Statewide Region 9 Region 9 Region 9 Vehicle Tracking Solutions, Inc. PT67543 Statewide Statewide Statewide Vertex Standard USA< Inc. PT67418 Statewide Zetron, Inc. PT67155 Statewide

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 582: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 582 of 583

20191a33.doc/T07sa

LIST OF SUBCONTRACTORS: Please see below the following link to the Pricing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected]

The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 583: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 583 of 583

20191a33.doc/T07sa

ATTACHMENT TWO: PROJECT REFERENCES: PROJECT REFERENCES/CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company/Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE/CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project/Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ ____________________________________________________________________________________

Page 584: Supplemental Awards

ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software.

Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing

CONTRACTOR

Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution

Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 38th Floor

Corning Tower - Empire State Plaza Albany, New York 12242

* * * *

Page 585: Supplemental Awards

20191sa24.doc

Corning Tower, Empire State Plaza, Albany, NY 12242 | www.nyspro.ogs.ny.gov | [email protected] | 518-474-6717

Contract Award Notification Update CONTRACT AWARD NOTIFICATION

Supplemental Award August 18, 2016 Title : Group 77201 Security & Facility Systems &

Solutions (Statewide) Classification Code(s): 32, 43, 46, 92

Award Number : 20191 (Replaces Awards PGB-01057, PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476)

Contract Period : August 27, 2007 through August 26, 2020 Note: See Individual Contracts for Actual Term

Bid Opening Date : October 7, 2014

Date of Issue : August 18, 2016

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 21 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Contract Management Specialist 2 518-474-7101 518-474-8676 [email protected]

Customer Services Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return “Contract Performance Report” at end of document.

Description

SECURITY SYSTEMS AND SOLUTIONS

Page 586: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 596 of 618

20191sa24.doc

Table of Contents SCOPE: .......................................................................................................................................................................... 597 ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ....................................... 597 LOTS: ............................................................................................................................................................................. 598 REGIONS: ..................................................................................................................................................................... 599 APPENDIX A: ............................................................................................................................................................... 600 APPENDIX B: ............................................................................................................................................................... 600 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 600 EXTENSION OF USE: ................................................................................................................................................. 601 TERM OF CONTRACT: ............................................................................................................................................. 601 TERMINATION OF CONTRACT: ............................................................................................................................ 601 STOP WORK ORDER:................................................................................................................................................ 601 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 601 NOTE TO CONTRACTOR: ........................................................................................................................................ 602 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 602 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 602 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 603 PURCHASE ORDER PREPARATION: .................................................................................................................... 604 CONTRACT PAYMENTS: ......................................................................................................................................... 604 ELECTRONIC PAYMENTS: ..................................................................................................................................... 604 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 605 MINIMUM ORDER: .................................................................................................................................................... 605 PREVAILING WAGES: .............................................................................................................................................. 605 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 607 INSTRUCTION MANUAL: ........................................................................................................................................ 607 PRICING/LABOR RATES: ......................................................................................................................................... 607 REMEDIAL MAINTENANCE: .................................................................................................................................. 607 MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................ 609 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 609 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 610 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 610 GENERAL REQUIREMENTS: .................................................................................................................................. 611 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 612 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 613 REFERENCES:............................................................................................................................................................. 613 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 613 IRAN DIVESTMENT ACT OF 2012: ......................................................................................................................... 614 LIST OF CONTRACT HOLDERS:............................................................................................................................ 615 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 615 LIST OF SUBCONTRACTORS: ................................................................................................................................ 616 ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: ......................................................... 616 ATTACHMENT TWO: PROJECT REFERENCES: ............................................................................................... 617 ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: ....................................................... 618

Page 587: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 597 of 618

20191sa24.doc

SCOPE: The New York State Office of General Services, Procurement Services, has established centralized contracts for Security & Facility Systems & Solutions products, installation, system integration and maintenance. This is a multiple award, periodic recruitment contract to allow for new technologies and contractors to be added during the life of the contract. Contractors can Resultant contract awards can include one category, multiple categories, all categories. Resultant contract(s) will include but not be limited to the following:

ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

BUILDING AUTOMATION SYSTEMS BUILDING CONTROL SYSTEMS

BUILDING MANAGEMENT SYSTEMS CAMERAS/LENSES

CCTV SYSTEMS CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

COMPUTER AIDED DISPATCH (CAD) SYSTEMS COMMAND CENTER DISPATCH AND MONITORING EQUIPMENT/SYSTEMS

DVR'S/NVR’S ELECTRICAL DISTRIBUTION SYSTEMS (ELECTRICAL SWITCHGEAR, AUTOMATIC TRANSFER SWITCHES,

PANELBOARDS, ETC.) ELECTRIC VEHICLE CHARGER SYSTEMS

ELECTRONIC ACCESS CONTROL ELECTRONIC ARTICLE SURVEILLANCE

EMERGENCY MANAGEMENT SYSTEMS (EMS) RECORDS MANAGEMENT EMERGENCY NOTIFICATION SYSTEMS

ENERGY MANAGEMENT SYSTEMS FLEET MANAGEMENT/VEHICLE TRACKING SYSTEMS

FIRE PROTECTION/DETECTION/CONTROLS (SPRINKLERS, CHEMICAL SUPPRESSION SYSTEMS, FIRE EXTINGUISHERS, KITCHEN HOODS, FIRE DOORS, etc.) GENERATORS (PERMANENT AFIXED, NOT PORTABLE)

GEOGRAPHIC POSITIONING SYSTEMS, AERIAL IMAGING SYSTEMS, ETC. GEOGRPAHIC INFORMATION SYSTEMS (GIS) (ENTERPRISE GEOCODER, GEOSPATIAL,

GUARD TOUR SYSTEMS HVAC SYSTEMS (CHILLERS, BOILERS, DUCTWORK, ETC.)

ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES ID EQUIP. ELECTRONIC CARD ID SYSTEM

ID EQUIPMENT, ELECTRONIC IN-BUILDING COMMUNICATION SYSTEMS

INTEGRATED SECURITY SYSTEMS INTELLIGENT TRANSPORTATION SYSTEMS

INMATE/JAIL RECORDS MANAGEMENT SYSTEMS INTEROPERABILITY SYSTEMS (INCLUDING GIS INTEROPREABILITY)

INTRUSION DETECTION/CONTROLS INVENTORY MANAGEMENT/TRACKING SYSTEMS LAW ENFORCEMENT DATA CAPTURING SYSTEMS

LAW ENFORCEMENT RECORDS MANAGEMENT SYSTEMS (RMS) LIVESCAN CAPTURE, STORE, AND FORWARDING SYSTEMS

LIGHTING CONTROL/OCCUPANCY SENSOR SYSTEMS LOCKING HARDWARE

MONITORING EQUIPMENT NURSE CALL SYSTEMS

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PERSONAL ALARMS PORTALS, TURNSTILES, ETC PUBLIC ADDRESS SYSTEMS

PUBLIC SAFETY COMMUNICATOINS SYSTEMS RADIO/TWO-WAY COMMUNICATIONS EQUIPMENT/SYSTEMS (RADIOS, REPEATERS, ANTENNAS,

INFRASTRUCTURE, ETC.) RFID, BIOMETRIC, AND TRACKING EQUIPMENT AND SYSTEMS

Page 588: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 598 of 618

20191sa24.doc

RECORDING EQUIPMENT/SYSTEMS SECURITY MANAGEMENT SOFTWARE

SECURITY OFFICE – PRODUCTS SECURITY DISPATCH CONSULES

TIME MANAGEMENT SYSTEMS (CLOCKS, etc.) TRAINING/EDUCATION

UPS/POWER PROTECTION SYSTEMS VIDEO/CCTV SYSTEMS & SURVELLIANCE

Awards may include awards to one or more of the five (5) lots as indicated below, with awards made statewide and by region(s). Additionally OGS Procurement Services reserves the right to make awards for comprehensive offerings that include all of or portions of the above categories of products and labor. E.g. Manufactures/Distributors of CCTV systems may receive an award if it is the best interest of NYS. The intent of the Security & Facility Systems & Solutions contracts is to establish comprehensive contracts which allow authorized users to obtain full solutions for the aforementioned products/systems which fit the scope of this contract. To allow for this, all necessary materials, installation/labor, maintenance, etc. can be obtained under this contract. This includes public works labor (Article 8) including, but not limited to:

A. Running, pulling, and blowing of cable, fiber optics, low voltage, and line voltage (110V and greater) wiring for security systems, fire alarms, electrical distribution systems, etc.

B. Installing ductwork, piping, chillers, boilers, cooling units/towers, and other related article 8 work for hvac/mechanical systems

C. Installing sprinkler piping, chemical suppression systems, etc. D. Mounting of cameras, equipment, lighting, panels/panelboards, etc. E. Other public work which is necessary to obtain an entire physical security or facility system and

solution. All of these systems and solutions utilize/are run on software and require programming, commissioning, integration, etc. (technical services) to implement. The article 8 work is inextricably integrated to the implementation of these systems/solutions. Therefore, these systems/solutions are Services and Technologies. As such, OGS has procured these contracts via a Best Value Methodology. It is not the intent of this contract to perform the erection, construction, or reconstruction of buildings. By “Buildings” OGS Procurement Services is strictly referring to the foundation, structural walls/columns, bearing walls, floors, roofing, etc. which are the physical super structure/shell of a building generally provided by a General Contractor. OGS understands that the installation, integration, or maintenance of the systems and solutions which fit the scope of this contract may include work which may incidentally affect the building (e.g. core drilling a building/boring through a building to run wire). In these cases, the fundamental question that the user should ask is as if this work is directly tied to the provision of the systems and solutions which fit the scope of this contract. If a customer has any questions regarding the acceptability of any work to be performed on this contract, they should contact the contract administrator. Eventual contracts awarded will be utilized by Authorized Users which include: New York State Agencies, political subdivisions, school districts and others authorized by law (see USE OF CONTRACT BY OTHERS, Section IV). Accordingly, references to the State and its Agencies as users under this Request for Proposals and the ensuing contracts encompass and include other users such as these entities.

LOTS:

Page 589: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 599 of 618

20191sa24.doc

Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson Lewis Madison Oneida Onondaga Oswego

Page 590: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 600 of 618

20191sa24.doc

St. Lawrence Region 8 Finger Lakes Broome

Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses for New York State Contracts, dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by the Terms of from RFP 20191 dated 10/7, or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an

Page 591: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 601 of 618

20191sa24.doc

organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of approximately 2.5 years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security & Facility Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B, Clause 47, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days’ notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory

Page 592: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 602 of 618

20191sa24.doc

work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

The New York State Office of General Services (OGS), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority and women-owned business enterprises have opportunities for maximum feasible participation in the performance of OGS contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority and women-owned business enterprises had a full and fair opportunity to participate in state contracting. The findings of the study were published on April 29, 2010, under the title "The State of Minority and Women-Owned Business Enterprises: Evidence from New York" (“the Disparity Study”). The report found evidence of statistically significant disparities between the level of participation of minority and women-owned business enterprises in state procurement contracting versus the number of minority and women-owned business enterprises that were ready, willing and able to participate in state procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the statewide certified minority and women-owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A, which requires, among other things, that OGS establishes goals for maximum feasible participation of New York State Certified minority and women–owned business enterprises (“MWBE”) and the employment of minority groups members and women in the performance of New York State contracts. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS

Page 593: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 603 of 618

20191sa24.doc

By submission of a bid or proposal in response to this solicitation, Contractors agreed with all of the terms and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The Contractor is required to ensure that it and any subcontractors awarded a subcontract over $25,000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor, shall undertake or continue programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, equal opportunity shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, and rates of pay or other forms of compensation. This requirement does not apply to: (i) work, goods, or services unrelated to this Contract; or (ii) employment outside New York State.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

Authorized Users should review the “How to Use Guidelines” for contrWhen placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 594: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 604 of 618

20191sa24.doc

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a. a statement of need and associated requirements, b. a summary of the contract alternatives considered for the purchase, c. the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Services may be paid based on progress payment milestones agreed to between the State Agency/Authorized User and the Contractor, provided this does not waive or diminish any of the Terms and Conditions in this contract, including, but not limited to Acceptance Testing/System Acceptance and Contractually-required warranty periods. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

Page 595: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 605 of 618

20191sa24.doc

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00) with no additional discount:

Fire, Security and Sound, Inc. J Fire Protection, Inc. d/b/a Starfire

MINIMUM ORDER: Minimum order shall be $100.00. This value is determined by the aggregate of an order (e.g. if an authorized user issues a purchase order for 10 items, each with a price which is less than $100.00, but the aggregate price of these items is greater than $100.00, the order has exceeded the minimum order). Authorized Users and contractors shall not artificially separate orders to be under the minimum order.

PREVAILING WAGES: If any portion of work being bid is subject to the prevailing wage rate provisions of New York State Labor Law, the following shall apply: A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 10 for a full description of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR

VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS

ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR.

Information indicating that prevailing wages are not being paid on a public works project will be

forwarded to the New York State Department of Labor for investigation. Willful violations of the

prevailing wage provisions of the Labor Law may result in monetary fines or debarment from

bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

Page 596: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 606 of 618

20191sa24.doc

Reference PRC# 2010006433

Work being bid is subject to the prevailing wage rate provisions of New York State Labor Law. See “Prevailing Wage Rates - Public Works and Building Services Contracts” in Appendix B, OGS General Specifications. The PRC reference number for prevailing wage rates for this bid is 2010006433. Any federal or State determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed “serious or willful” might be grounds for a determination of vendor non-responsibility and rejection of bid or cancellation of the contract.

A list of companies with which the Department of Labor prohibits State Agencies from doing business is located at the end of the labor rates list. The issuing Office will disqualify any bid from a company that is listed and a bid that uses one of the listed companies as a subcontractor.

The awarded Vendor(s) will be required to complete the following actions and maintain Department of Labor records as indicated:

1) The Prevailing Wage Schedules must be posted at the work site so that the workers are aware

of the wages and supplements to which they are entitled by law.

2) The awarded Vendor(s) must provide all workers with written notice informing them of the prevailing wage requirements for the job and each worker must sign a statement or declaration that attests that all workers have been given this information.

3) The Vendor(s) are required to certify payrolls and keep the certified records on site and available.

Bidders must submit proposals which are based upon the prevailing hourly wages, and supplements in cash or equivalent benefits (i.e., fringe benefits, expense reimbursement, and any cash or non-cash compensation which are not wages, as defined by law) that equal or exceed the applicable prevailing wage rate(s) for the location where the work is to be performed. Bidders may not submit proposals based upon hourly wage rates and supplements below the applicable prevailing wage rates as established by the New York State Department of Labor. Proposals that fail to comply with this requirement will be disqualified.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any resulting contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE

8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property.

Page 597: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 607 of 618

20191sa24.doc

‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices must INCLUDE all applicable shipping; handling, insurance and associated delivery charges (F.O.B. Destination the dock/delivery location of the Authorized User) Reference Appendix B, Clause 35, Shipping/Receipt of Product and Clause 36, Title/Risk of Loss.

All rates must include travel time and costs incurred for travel to and from the site (including, but not limited to travel, meals, lodging, gas/fuel, tolls, etc.). Rates and charges for the Product, installation, systems integration, and maintenance of the Product must include all travel and costs associated with accessing the installation site.

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and Lot/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts,” then click on “Search Contracts,” and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

REMEDIAL MAINTENANCE:

Whether the Authorized User elects to subscribe to monthly maintenance, prepaid annual maintenance, or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation.

Page 598: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 608 of 618

20191sa24.doc

The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major malfunction of the security products or system service, which is defined as the inability of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C. Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS. The requirements of this section (Sec. II.9.4) shall apply to contractors during the warranty period required by Appendix B, Clause 59, when the contractor has provided the products, installation, and systems integration.

Page 599: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 609 of 618

20191sa24.doc

MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security & Facility Systems & Solutions as a result of RFP 20191 may be purchased from bidders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security & Facility Systems & Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security & Facility Systems & Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. . Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Bidders submitting proposals for Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

REGULATORY COMPLIANCE:

All equipment offered in eventual contract(s) resulting from this RFP shall be in compliance with all applicable regulatory rules and standards (e.g. FCC, EIA, UL) that govern operation of the equipment at the time of the bid opening and for the entire term of the contract. It is the

Page 600: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 610 of 618

20191sa24.doc

responsibility of the Contractor to ensure, throughout the term of the contract, their compliance with this section.

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager. ACCEPTANCE TESTING AND SYSTEMS ACCEPTANCE:

The State defines system acceptance as the “problem free” operation of a system/solution* after it is fully furnished** for a consecutive 30 day period commencing with the first day of business after the system/solution is fully operational. At that point, the Authorized User reserves the right to test for up to 30 calendar days. Should the equipment fail to operate “problem free” during the 30 day acceptance period, the Contractor will correct the problem at no cost to the Authorized User and the 30 day acceptance period will begin again. “Problem free” operation applies to ALL components of the system/solution provided by the contractor but does not include problems caused by the failure of any Authorized User provided premise infrastructure, failure of any Authorized

Page 601: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 611 of 618

20191sa24.doc

Users provided interface or systems or erroneous software/system programming by the Authorized User. An Authorized User has the discretion to increase the 30 day acceptance period. At the conclusion of the Acceptance Testing Period, the Authorized User may accept the system and notify the Contractor. Upon receipt of notification of acceptance by an Authorized User payment may be made and any system warranty can commence. The Contractor must agree at the request of the Authorized user to provide performance criteria for acceptance testing. The Contractor must agree to perform at the request of the Authorized User or as required by Code/Law an acceptance test which simulates the normal operating conditions of the installed equipment, system, or solution, and complies with all applicable Building Code or Industry Standard Requirements as applicable to ensure proper performance after acceptance of the system/solution by the Customer. Authorized Users reserve the right to require additional performance and acceptance testing standards at the time of purchase. *Note: System/Solution for this section shall mean, without limitation, all components of a physical security and facility system and solution provided under this contract by a contractor, including, but not limited to all products, installation labor, systems integration, and post-Appendix B, Clause 59 Warranties. Products shall include, but not be limited to wiring, conduit, piping, ductwork, mounting racks/equipment, all hardware, software, sensing equipment, etc. provided, installed, and integrated by the contractor. This includes products, installation, and integration provided by subcontractors and for remedial maintenance as defined in Sec. II.9, any equipment repaired or replaced. **Note: “Fully furnished” for this section shall means that all products/materials have been provided, all installation labor/services performed, all systems integration (including, but not limited to programming, engineering, commissioning, etc.) and, for remedial maintenance as defined in Sec. II.9, the equipment is repaired or replaced.

GENERAL REQUIREMENTS:

A. The Office of General Services will make no allowance or concession to the Contractor for any alleged misunderstanding or deception because of quantity, quality, character, location, or other conditions.

B. Should it appear that there is a real or apparent discrepancy between different sections of specifications

concerning the nature, quality, or extent of work to be furnished, it shall be assumed that the Contractor has based the proposal on the specifications more favorable to the State. Final decision will rest with the Office of General Services.

C. The equipment to be supplied will either be newly manufactured equipment or remanufactured

equipment and will be guaranteed to be standard new equipment, latest model of regular stock product and current production, with all parts regularly used with the type of equipment offered; also, that no attachment or part has been substituted or applied contrary to the manufacturer's recommendations and standard practice. All equipment delivered for installation will: (1) conform to the testing standards at the time of purchase under this contract; and

Page 602: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 612 of 618

20191sa24.doc

(2) incorporate the most recent design changes from the manufacturer as of the scheduled delivery dates for that technology. Any equipment to be replaced must be either new or remanufactured and produced by a reputable manufacturer. The equipment must be the same as or equal to the original equipment. All substitutes for the original manufacturers’ equipment must be approved by the Authorized User before installation. For a minimum period of one year from acceptance, the products shall be represented and warranted to be free from defects in materials or workmanship, and shall substantially conform to the specifications, performance standards, and descriptions in the documentation, so as to provide use of the products in accordance with such documentation without significant functional downtime to the Authorized User’s ongoing business operations during the warranty term. The product is further warranted to be adequate to meet the Authorized User’s needs. The products must also be currently installed and demonstrable in a user environment for a minimum of three months. Experimental or unannounced equipment will not be acceptable. All equipment shall be covered by the manufacturer’s standard warranty or for a minimum of one (1) year warranty, whichever is longer from the date of acceptance of the equipment. If, during this period, such faults develop, the unit or component affected is to be replaced without any cost to the State. Where accessories are to be supplied, they must be compatible with the rest of the equipment. Equipment, as installed or subsequently modified by Contractor (or others with its knowledge and consent) shall be suitable for connection to the common carrier network or other equipment (as identified by Authorized User) and shall be provided with the guarantee that such interconnection will not in any way impair the quality of transmission or cause any harmful effects to such network or equipment. Contractor will save the State harmless from any action brought against the State to the extent that it is based on a claim that the equipment at any time caused any such harmful effects, except to the extent that such damage was caused by acts or omissions of the State. The warranty, and remedy, set forth in this paragraph shall only be operable to the extent Authorized User informs Contractor of the carriers or equipment to which Hardware will be connected. Any equipment replaced by the Contractor during the contract period shall be either new, or re-manufactured, manufactured by a reputable manufacturer and guaranteed for one (1) year from the date of acceptance of the replacement and replaced at no cost if found defective during that time. Contractor will utilize equipment that is free of any liens or encumbrances.

D. The Office of General Services' interpretation of specifications shall be final and binding upon the

Contractor.

E. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

F. Trained technicians are required to do all servicing. All technicians shall have at least two (2) years’

experience on the systems bid.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: NYSPro considers the prime contractor to be the sole contact with regard to all provisions of the contract, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor must assume full

Page 603: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 613 of 618

20191sa24.doc

responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers. Contract holders may authorize any reseller to accept purchase orders, issue invoices and receive payments

A. The Contractor and its representatives must work in harmony, cooperation and coordination with existing trade unions.

B. Contractors are encouraged to subcontract with companies certified as minority or women-owned enterprises. A list of New York State registered minority and women-owned business enterprises is available through the OGS MWBE Office as referenced in Article 15 A.

C. If the Bidder is required per Section 1.3.2 to obtain and maintain New York State Security Systems Installation license and proposes to use subcontractors to meet this requirement, the subcontractors are required to be identified/named at the time of the bid.

D. All subcontractors must have a minimum of two (2) years’ acceptable experience as determined by Procurement Services installing the same type of equipment/services being offered on in this proposal.

E. All subcontractors must be pre-approved by OGS and/or OSC prior to being added on contract. OGS reserves the right to request and review any and all subcontractor agreements.

F. All purchase orders, and payments for work to be performed by subcontractors must be issued directly to the contract holder (prime contractor) referencing the contract holder's Federal ID # and (where applicable) the NYS Vendor ID #.

SOFTWARE LICENSE AGREEMENTS:

Contractors are not permitted to offer/include, and Authorized Users are not permitted to sign, or agree to any Software License Agreement (or End User License Agreement) for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B.

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

Page 604: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 614 of 618

20191sa24.doc

The New York State Workers’ Compensation Law Sections 57 and 220 require the heads of all municipal and state entities to ensure that businesses applying for leases, permits, licenses or Contracts have appropriate workers’ compensation and disability benefits insurance coverage. These requirements apply to both original issuances and renewals, whether the governmental agency is having the work done or is simply issuing the lease, permit, license or contract. Failure to provide proper proof of such coverage or a legal exemption will result in a rejection of this Lease. Therefore, prior to award of any Contract by OGS, Bidders and Contractors must submit proof to OGS that they have workers’ compensation and disability benefits coverage as required by the New York State Workers’ Compensation Law, or proof that they are legally exempt from obtaining such coverage in compliance with the New York State Workers’ Compensation Law. Proof of compliance must be submitted on one of the forms designated by the New York State Workers’ Compensation Board. An ACORD form is not acceptable proof of New York State workers’ compensation or disability benefits insurance coverage.

An instruction manual clarifying the New York State Workers’ Compensation Law requirements is available for download at the New York State Workers’ Compensation Board’s website, http://www.wcb.ny.gov Once on the site, click on the Employers/Businesses tab and then click on Employers’ Handbook.

IRAN DIVESTMENT ACT OF 2012:

By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, Bidder/Contractor (or any assignee) certifies that it is not on the “Entities Determined to be Non-Responsive Bidders/Offerers Pursuant to The New York State Iran Divestment Act of 2012” list (“Prohibited Entities List”) posted on the OGS website at: http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf and further certifies that it will not utilize on such Contract any subcontractor that is identified on the Prohibited Entities List. Additionally, Bidder/Contractor is advised that should it seek to renew or extend a Contract awarded in response to the solicitation, it must provide the same certification at the time the Contract is renewed or extended.

During the term of the Contract, should OGS receive information that a person (as defined in Section 165-a in the State Finance Law) is in violation of the above-referenced certifications, OGS will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then OGS shall take such action as may be appropriate and provided for by law, rule or contract, including, but not limited to, seeking compliance, recovering damages, or declaring the Contractor in default.

OGS reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to an entity that is awarded a contract and appears on the Prohibited Entities list after contract award.

Page 605: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 615 of 618

20191sa24.doc

LIST OF CONTRACT HOLDERS:

CONTRACT # CONTRACTOR & ADDRESS CONTRACT PERIOD FEIN#

PT67592 Fire, Security and Sound 06/15/2016 – 8/26/2020 Fed ID: 26-2774212 SBE Systems, Inc. 4 Avis Dr. Suite 110 NYS Vendor ID #: 1000031076

Latham, NY 12110 County: Frederick PT67053 J Fire Protection Inc. 06/15/2016 - 8/26/2020 Fed ID: 2018818710 MBE d/b/a Star Fire Production Co. SBE 224-50 Braddock Ave. NYS Vendor ID #: 1100082145 Queens Village, NY 11428

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Note: Please see the “Pricing Information” section of the OGS website for Group 77201, Award 20191 for the contact information for each contract holder. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V

Fire, Security and Sound, Inc. PT67592

Regions 3-6

J Fire Protection, Inc. d/b/a Star Fire PT67053

Regions 1-3

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 606: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 616 of 618

20191sa24.doc

LIST OF SUBCONTRACTORS: Please see below the following link to the Pricing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected]

The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 607: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 617 of 618

20191sa24.doc

ATTACHMENT TWO: PROJECT REFERENCES: PROJECT REFERENCES/CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company/Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE/CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project/Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ ____________________________________________________________________________________

Page 608: Supplemental Awards

20191sa25.doc

Corning Tower, Empire State Plaza, Albany, NY 12242 | www.nyspro.ogs.ny.gov | [email protected] | 518-474-6717

Contract Award Notification Update CONTRACT AWARD NOTIFICATION

Supplemental Award October 25, 2016 Title : Group 77201 Security & Facility Systems &

Solutions (Statewide) Classification Code(s): 32, 43, 46, 92

Award Number : 20191 (Replaces Awards PGB-01057, PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476, 19521, NEG-21384, NEG-21385, 21390)

Contract Period : August 27, 2007 through August 26, 2020 Note: See Individual Contracts for Actual Term

Bid Opening Date : October 7, 2014

Date of Issue : October 25, 2016

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 639 of this Award

Address Inquiries To:State Agencies & Vendors Political Subdivisions & Others

Name : Title : Phone : Fax : E-mail :

Joseph Better Contract Management Specialist 2 [email protected]

Customer Services Phone : Fax : E-mail :

[email protected]

The Procurement Services Group values your input. Complete and return “Contract Performance Report” at end of document.

Description

SECURITY & FACILITY SYSTEMS AND SOLUTIONS

Page 609: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 620 of 618

20191sa25.doc

Table of Contents SCOPE: .......................................................................................................................................................................... 621 ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.)!Unexpected End of Formula LOTS: ............................................................................................................................................................................. 623 REGIONS: ..................................................................................................................................................................... 623 APPENDIX A: ............................................................................................................................................................... 624 APPENDIX B: ............................................................................................................................................................... 624 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 624 EXTENSION OF USE: ................................................................................................................................................. 625 TERM OF CONTRACT: ............................................................................................................................................. 625 TERMINATION OF CONTRACT: ............................................................................................................................ 625 STOP WORK ORDER:................................................................................................................................................ 625 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 626 NOTE TO CONTRACTOR: ........................................................................................................................................ 626 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 626 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 626 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 627 PURCHASE ORDER PREPARATION: .................................................................................................................... 628 CONTRACT PAYMENTS: ......................................................................................................................................... 628 ELECTRONIC PAYMENTS: ..................................................................................................................................... 629 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 629 MINIMUM ORDER: .................................................................................................................................................... 629 PREVAILING WAGES: .............................................................................................................................................. 629 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 631 INSTRUCTION MANUAL: ........................................................................................................................................ 631 PRICING/LABOR RATES: ......................................................................................................................................... 631 REMEDIAL MAINTENANCE: .................................................................................................................................. 632 MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................ 633 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 633 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 634 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 634 GENERAL REQUIREMENTS: .................................................................................................................................. 635 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 637 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 637 REFERENCES:............................................................................................................................................................. 638 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 638 IRAN DIVESTMENT ACT OF 2012: ......................................................................................................................... 638 LIST OF CONTRACT HOLDERS:............................................................................................................................ 639 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 639 LIST OF SUBCONTRACTORS: ................................................................................................................................ 641 ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: ......................................................... 641 ATTACHMENT TWO: PROJECT REFERENCES: ............................................................................................... 643 ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: ....................................................... 643

Page 610: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 621 of 618

20191sa25.doc

SCOPE: The New York State Office of General Services, Procurement Services, has established centralized contracts for Security & Facility Systems & Solutions products, installation, system integration and maintenance. This is a multiple award, periodic recruitment contract to allow for new technologies and contractors to be added during the life of the contract. Contractors can Resultant contract awards can include one category, multiple categories, all categories. Resultant contract(s) will include but not be limited to the following:

ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

BUILDING AUTOMATION SYSTEMS BUILDING CONTROL SYSTEMS

BUILDING MANAGEMENT SYSTEMS CAMERAS/LENSES

CCTV SYSTEMS CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

COMPUTER AIDED DISPATCH (CAD) SYSTEMS COMMAND CENTER DISPATCH AND MONITORING EQUIPMENT/SYSTEMS

DVR'S/NVR’S ELECTRICAL DISTRIBUTION SYSTEMS (ELECTRICAL SWITCHGEAR, AUTOMATIC TRANSFER SWITCHES,

PANELBOARDS, ETC.) ELECTRIC VEHICLE CHARGER SYSTEMS

ELECTRONIC ACCESS CONTROL ELECTRONIC ARTICLE SURVEILLANCE

EMERGENCY MANAGEMENT SYSTEMS (EMS) RECORDS MANAGEMENT EMERGENCY NOTIFICATION SYSTEMS

ENERGY MANAGEMENT SYSTEMS FLEET MANAGEMENT/VEHICLE TRACKING SYSTEMS

FIRE PROTECTION/DETECTION/CONTROLS (SPRINKLERS, CHEMICAL SUPPRESSION SYSTEMS, FIRE EXTINGUISHERS, KITCHEN HOODS, FIRE DOORS, etc.) GENERATORS (PERMANENT AFIXED, NOT PORTABLE)

GEOGRAPHIC POSITIONING SYSTEMS, AERIAL IMAGING SYSTEMS, ETC. GEOGRPAHIC INFORMATION SYSTEMS (GIS) (ENTERPRISE GEOCODER, GEOSPATIAL,

GUARD TOUR SYSTEMS ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES

ID EQUIP. ELECTRONIC CARD ID SYSTEM ID EQUIPMENT, ELECTRONIC

IN-BUILDING COMMUNICATION SYSTEMS INTEGRATED MICROPROCESSOR-BASED HVAC EQUIPMENT (CHILLERS, BOILERS, AIR HANDLERS,

ROOFTOP UNITS, AIR HANDLER, FAN COIL, UNIT VENTILATOR, HEAT PUMP, REMOTE I/O MODULES, ETC.) INTEGRATED SECURITY SYSTEMS

INTELLIGENT TRANSPORTATION SYSTEMS INMATE/JAIL RECORDS MANAGEMENT SYSTEMS

INTEROPERABILITY SYSTEMS (INCLUDING GIS INTEROPREABILITY) INTRUSION DETECTION/CONTROLS

INVENTORY MANAGEMENT/TRACKING SYSTEMS LAW ENFORCEMENT DATA CAPTURING SYSTEMS

LAW ENFORCEMENT RECORDS MANAGEMENT SYSTEMS (RMS) LIVESCAN CAPTURE, STORE, AND FORWARDING SYSTEMS

LIGHTING CONTROL/OCCUPANCY SENSOR SYSTEMS LOCKING HARDWARE

MONITORING EQUIPMENT NURSE CALL SYSTEMS

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PERSONAL ALARMS PORTALS, TURNSTILES, ETC PUBLIC ADDRESS SYSTEMS

PUBLIC SAFETY COMMUNICATOINS SYSTEMS RADIO/TWO-WAY COMMUNICATIONS EQUIPMENT/SYSTEMS (RADIOS, REPEATERS, ANTENNAS,

INFRASTRUCTURE, ETC.)

Page 611: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 622 of 618

20191sa25.doc

RFID, BIOMETRIC, AND TRACKING EQUIPMENT AND SYSTEMS RECORDING EQUIPMENT/SYSTEMS

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE – PRODUCTS

SECURITY DISPATCH CONSULES TIME MANAGEMENT SYSTEMS (INTEGRATED ANALOG, DIGITAL, MASTER, OR WIRELESS CLOCKS)

TRAINING/EDUCATION UPS/POWER PROTECTION SYSTEMS

VIDEO/CCTV SYSTEMS & SURVELLIANCE Awards may include awards to one or more of the five (5) lots as indicated below, with awards made statewide and by region(s). Additionally OGS Procurement Services reserves the right to make awards for comprehensive offerings that include all of or portions of the above categories of products and labor. E.g. Manufactures/Distributors of CCTV systems may receive an award if it is the best interest of NYS. The intent of the Security & Facility Systems & Solutions contracts is to establish comprehensive contracts which allow authorized users to obtain full solutions for the aforementioned products/systems which fit the scope of this contract. To allow for this, all necessary materials, installation/labor, maintenance, etc. can be obtained under this contract. This includes public works labor (Article 8) including, but not limited to:

A. Running, pulling, and blowing of cable, fiber optics, low voltage, and line voltage (110V and greater) wiring for security systems, fire alarms, electrical distribution systems, etc.

B. Installing ductwork, piping, chillers, boilers, cooling units/towers, and other related article 8 work for hvac/mechanical systems

C. Installing sprinkler piping, chemical suppression systems, etc. D. Mounting of cameras, equipment, lighting, panels/panel boards, etc. E. Other public work which is necessary to obtain an entire physical security or facility system and

solution. All of these systems and solutions utilize/are run on software and require programming, commissioning, integration, etc. (technical services) to implement. The article 8 work is inextricably integrated to the implementation of these systems/solutions. Therefore, these systems/solutions are Services and Technologies. As such, OGS has procured these contracts via a Best Value Methodology. It is not the intent of this contract to perform the erection, construction, or reconstruction of buildings. By “Buildings” OGS Procurement Services is strictly referring to the foundation, structural walls/columns, bearing walls, floors, roofing, etc. which are the physical super structure/shell of a building generally provided by a General Contractor. OGS understands that the installation, integration, or maintenance of the systems and solutions which fit the scope of this contract may include work which may incidentally affect the building (e.g. core drilling a building/boring through a building to run wire). In these cases, the fundamental question that the user should ask is as if this work is directly tied to the provision of the systems and solutions which fit the scope of this contract. If a customer has any questions regarding the acceptability of any work to be performed on this contract, they should contact the contract administrator. Eventual contracts awarded will be utilized by Authorized Users which include: New York State Agencies, political subdivisions, school districts and others authorized by law (see USE OF CONTRACT BY OTHERS, Section IV). Accordingly, references to the State and its Agencies as users under this Request for Proposals and the ensuing contracts encompass and include other users such as these entities.

Page 612: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 623 of 618

20191sa25.doc

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson

Page 613: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 624 of 618

20191sa25.doc

Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses for New York State Contracts, dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by the Terms of from RFP 20191 dated 10/7, or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Page 614: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 625 of 618

20191sa25.doc

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of approximately 2.5 years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security & Facility Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

Page 615: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 626 of 618

20191sa25.doc

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B, Clause 47, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days’ notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

The New York State Office of General Services (OGS), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority and women-owned business enterprises have opportunities for maximum feasible participation in the performance of OGS contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority and women-owned business enterprises had a full and fair opportunity to participate in state contracting. The findings of the study were published on April 29, 2010, under the title "The State of Minority and Women-Owned Business Enterprises: Evidence from New York" (“the Disparity Study”). The report found evidence of statistically significant disparities between the level of participation of minority and women-owned business enterprises in state procurement contracting versus the number of minority and women-owned business enterprises that were ready, willing and able to participate in state procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the statewide certified minority and women-owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A,

Page 616: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 627 of 618

20191sa25.doc

which requires, among other things, that OGS establishes goals for maximum feasible participation of New York State Certified minority and women–owned business enterprises (“MWBE”) and the employment of minority groups members and women in the performance of New York State contracts. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS By submission of a bid or proposal in response to this solicitation, Contractors agreed with all of the terms and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The Contractor is required to ensure that it and any subcontractors awarded a subcontract over $25,000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor, shall undertake or continue programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, equal opportunity shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, and rates of pay or other forms of compensation. This requirement does not apply to: (i) work, goods, or services unrelated to this Contract; or (ii) employment outside New York State.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

Authorized Users should review the “How to Use Guidelines” for contrWhen placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other

Page 617: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 628 of 618

20191sa25.doc

requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a. a statement of need and associated requirements, b. a summary of the contract alternatives considered for the purchase, c. the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Services may be paid based on progress payment milestones agreed to between the State Agency/Authorized User and the Contractor, provided this does not waive or diminish any of the Terms and Conditions in this contract, including, but not limited to Acceptance Testing/System Acceptance and Contractually-required warranty periods. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

Page 618: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 629 of 618

20191sa25.doc

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00) with no additional discount:

Digital Provisions, Inc. EF Johnson Company

Global Technology Systems, Inc. Mutualink, Inc.

MINIMUM ORDER: Minimum order shall be $100.00. This value is determined by the aggregate of an order (e.g. if an authorized user issues a purchase order for 10 items, each with a price which is less than $100.00, but the aggregate price of these items is greater than $100.00, the order has exceeded the minimum order). Authorized Users and contractors shall not artificially separate orders to be under the minimum order.

PREVAILING WAGES: If any portion of work being bid is subject to the prevailing wage rate provisions of New York State Labor Law, the following shall apply: A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 10 for a full description of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR

VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS

ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR.

Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

Page 619: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 630 of 618

20191sa25.doc

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

Reference PRC# 2010006433

Work being bid is subject to the prevailing wage rate provisions of New York State Labor Law. See “Prevailing Wage Rates - Public Works and Building Services Contracts” in Appendix B, OGS General Specifications. The PRC reference number for prevailing wage rates for this bid is 2010006433. Any federal or State determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed “serious or willful” might be grounds for a determination of vendor non-responsibility and rejection of bid or cancellation of the contract.

A list of companies with which the Department of Labor prohibits State Agencies from doing business is located at the end of the labor rates list. The issuing Office will disqualify any bid from a company that is listed and a bid that uses one of the listed companies as a subcontractor.

The awarded Vendor(s) will be required to complete the following actions and maintain Department of Labor records as indicated:

1) The Prevailing Wage Schedules must be posted at the work site so that the workers are aware

of the wages and supplements to which they are entitled by law.

2) The awarded Vendor(s) must provide all workers with written notice informing them of the prevailing wage requirements for the job and each worker must sign a statement or declaration that attests that all workers have been given this information.

3) The Vendor(s) are required to certify payrolls and keep the certified records on site and available.

Bidders must submit proposals which are based upon the prevailing hourly wages, and supplements in cash or equivalent benefits (i.e., fringe benefits, expense reimbursement, and any cash or non-cash compensation which are not wages, as defined by law) that equal or exceed the applicable prevailing wage rate(s) for the location where the work is to be performed. Bidders may not submit proposals based upon hourly wage rates and supplements below the applicable prevailing wage rates as established by the New York State Department of Labor. Proposals that fail to comply with this requirement will be disqualified.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any resulting contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this

Page 620: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 631 of 618

20191sa25.doc

article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE

8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices must INCLUDE all applicable shipping; handling, insurance and associated delivery charges (F.O.B. Destination the dock/delivery location of the Authorized User) Reference Appendix B, Clause 35, Shipping/Receipt of Product and Clause 36, Title/Risk of Loss.

All rates must include travel time and costs incurred for travel to and from the site (including, but not limited to travel, meals, lodging, gas/fuel, tolls, etc.). Rates and charges for the Product, installation, systems integration, and maintenance of the Product must include all travel and costs associated with accessing the installation site.

Page 621: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 632 of 618

20191sa25.doc

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and Lot/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts,” then click on “Search Contracts,” and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

REMEDIAL MAINTENANCE:

Whether the Authorized User elects to subscribe to monthly maintenance, prepaid annual maintenance, or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major malfunction of the security products or system service, which is defined as the inability of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C. Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable.

Page 622: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 633 of 618

20191sa25.doc

If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS. The requirements of this section (Sec. II.9.4) shall apply to contractors during the warranty period required by Appendix B, Clause 59, when the contractor has provided the products, installation, and systems integration.

MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security & Facility Systems & Solutions as a result of RFP 20191 may be purchased from bidders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security & Facility Systems & Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security & Facility Systems & Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. . Additional information regarding these requirements may be obtained from the New York State Department of State at:

Page 623: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 634 of 618

20191sa25.doc

http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Bidders submitting proposals for Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

REGULATORY COMPLIANCE:

All equipment offered in eventual contract(s) resulting from this RFP shall be in compliance with all applicable regulatory rules and standards (e.g. FCC, EIA, UL) that govern operation of the equipment at the time of the bid opening and for the entire term of the contract. It is the responsibility of the Contractor to ensure, throughout the term of the contract, their compliance with this section.

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager.

Page 624: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 635 of 618

20191sa25.doc

ACCEPTANCE TESTING AND SYSTEMS ACCEPTANCE:

The State defines system acceptance as the “problem free” operation of a system/solution* after it is fully furnished** for a consecutive 30 day period commencing with the first day of business after the system/solution is fully operational. At that point, the Authorized User reserves the right to test for up to 30 calendar days. Should the equipment fail to operate “problem free” during the 30 day acceptance period, the Contractor will correct the problem at no cost to the Authorized User and the 30 day acceptance period will begin again. “Problem free” operation applies to ALL components of the system/solution provided by the contractor but does not include problems caused by the failure of any Authorized User provided premise infrastructure, failure of any Authorized Users provided interface or systems or erroneous software/system programming by the Authorized User. An Authorized User has the discretion to increase the 30 day acceptance period. At the conclusion of the Acceptance Testing Period, the Authorized User may accept the system and notify the Contractor. Upon receipt of notification of acceptance by an Authorized User payment may be made and any system warranty can commence. The Contractor must agree at the request of the Authorized user to provide performance criteria for acceptance testing. The Contractor must agree to perform at the request of the Authorized User or as required by Code/Law an acceptance test which simulates the normal operating conditions of the installed equipment, system, or solution, and complies with all applicable Building Code or Industry Standard Requirements as applicable to ensure proper performance after acceptance of the system/solution by the Customer. Authorized Users reserve the right to require additional performance and acceptance testing standards at the time of purchase. *Note: System/Solution for this section shall mean, without limitation, all components of a physical security and facility system and solution provided under this contract by a contractor, including, but not limited to all products, installation labor, systems integration, and post-Appendix B, Clause 59 Warranties. Products shall include, but not be limited to wiring, conduit, piping, ductwork, mounting racks/equipment, all hardware, software, sensing equipment, etc. provided, installed, and integrated by the contractor. This includes products, installation, and integration provided by subcontractors and for remedial maintenance as defined in Sec. II.9, any equipment repaired or replaced. **Note: “Fully furnished” for this section shall means that all products/materials have been provided, all installation labor/services performed, all systems integration (including, but not limited to programming, engineering, commissioning, etc.) and, for remedial maintenance as defined in Sec. II.9, the equipment is repaired or replaced.

GENERAL REQUIREMENTS:

A. The Office of General Services will make no allowance or concession to the Contractor for any alleged misunderstanding or deception because of quantity, quality, character, location, or other conditions.

Page 625: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 636 of 618

20191sa25.doc

B. Should it appear that there is a real or apparent discrepancy between different sections of specifications concerning the nature, quality, or extent of work to be furnished, it shall be assumed that the Contractor has based the proposal on the specifications more favorable to the State. Final decision will rest with the Office of General Services.

C. The equipment to be supplied will either be newly manufactured equipment or remanufactured

equipment and will be guaranteed to be standard new equipment, latest model of regular stock product and current production, with all parts regularly used with the type of equipment offered; also, that no attachment or part has been substituted or applied contrary to the manufacturer's recommendations and standard practice. All equipment delivered for installation will: (1) conform to the testing standards at the time of purchase under this contract; and (2) incorporate the most recent design changes from the manufacturer as of the scheduled delivery dates for that technology. Any equipment to be replaced must be either new or remanufactured and produced by a reputable manufacturer. The equipment must be the same as or equal to the original equipment. All substitutes for the original manufacturers’ equipment must be approved by the Authorized User before installation. For a minimum period of one year from acceptance, the products shall be represented and warranted to be free from defects in materials or workmanship, and shall substantially conform to the specifications, performance standards, and descriptions in the documentation, so as to provide use of the products in accordance with such documentation without significant functional downtime to the Authorized User’s ongoing business operations during the warranty term. The product is further warranted to be adequate to meet the Authorized User’s needs. The products must also be currently installed and demonstrable in a user environment for a minimum of three months. Experimental or unannounced equipment will not be acceptable. All equipment shall be covered by the manufacturer’s standard warranty or for a minimum of one (1) year warranty, whichever is longer from the date of acceptance of the equipment. If, during this period, such faults develop, the unit or component affected is to be replaced without any cost to the State. Where accessories are to be supplied, they must be compatible with the rest of the equipment. Equipment, as installed or subsequently modified by Contractor (or others with its knowledge and consent) shall be suitable for connection to the common carrier network or other equipment (as identified by Authorized User) and shall be provided with the guarantee that such interconnection will not in any way impair the quality of transmission or cause any harmful effects to such network or equipment. Contractor will save the State harmless from any action brought against the State to the extent that it is based on a claim that the equipment at any time caused any such harmful effects, except to the extent that such damage was caused by acts or omissions of the State. The warranty, and remedy, set forth in this paragraph shall only be operable to the extent Authorized User informs Contractor of the carriers or equipment to which Hardware will be connected. Any equipment replaced by the Contractor during the contract period shall be either new, or re-manufactured, manufactured by a reputable manufacturer and guaranteed for one (1) year from the date of acceptance of the replacement and replaced at no cost if found defective during that time. Contractor will utilize equipment that is free of any liens or encumbrances.

D. The Office of General Services' interpretation of specifications shall be final and binding upon the

Contractor.

Page 626: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 637 of 618

20191sa25.doc

E. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

F. Trained technicians are required to do all servicing. All technicians shall have at least two (2) years’

experience on the systems bid.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: NYSPro considers the prime contractor to be the sole contact with regard to all provisions of the contract, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor must assume full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers. Contract holders may authorize any reseller to accept purchase orders, issue invoices and receive payments

A. The Contractor and its representatives must work in harmony, cooperation and coordination with existing trade unions.

B. Contractors are encouraged to subcontract with companies certified as minority or women-owned enterprises. A list of New York State registered minority and women-owned business enterprises is available through the OGS MWBE Office as referenced in Article 15 A.

C. If the Bidder is required per Section 1.3.2 to obtain and maintain New York State Security Systems Installation license and proposes to use subcontractors to meet this requirement, the subcontractors are required to be identified/named at the time of the bid.

D. All subcontractors must have a minimum of two (2) years’ acceptable experience as determined by Procurement Services installing the same type of equipment/services being offered on in this proposal.

E. All subcontractors must be pre-approved by OGS and/or OSC prior to being added on contract. OGS reserves the right to request and review any and all subcontractor agreements.

F. All purchase orders, and payments for work to be performed by subcontractors must be issued directly to the contract holder (prime contractor) referencing the contract holder's Federal ID # and (where applicable) the NYS Vendor ID #.

SOFTWARE LICENSE AGREEMENTS:

Contractors are not permitted to offer/include, and Authorized Users are not permitted to sign, or agree to any Software License Agreement (or End User License Agreement) for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B.

Page 627: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 638 of 618

20191sa25.doc

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

The New York State Workers’ Compensation Law Sections 57 and 220 require the heads of all municipal and state entities to ensure that businesses applying for leases, permits, licenses or Contracts have appropriate workers’ compensation and disability benefits insurance coverage. These requirements apply to both original issuances and renewals, whether the governmental agency is having the work done or is simply issuing the lease, permit, license or contract. Failure to provide proper proof of such coverage or a legal exemption will result in a rejection of this Lease. Therefore, prior to award of any Contract by OGS, Bidders and Contractors must submit proof to OGS that they have workers’ compensation and disability benefits coverage as required by the New York State Workers’ Compensation Law, or proof that they are legally exempt from obtaining such coverage in compliance with the New York State Workers’ Compensation Law. Proof of compliance must be submitted on one of the forms designated by the New York State Workers’ Compensation Board. An ACORD form is not acceptable proof of New York State workers’ compensation or disability benefits insurance coverage.

An instruction manual clarifying the New York State Workers’ Compensation Law requirements is available for download at the New York State Workers’ Compensation Board’s website, http://www.wcb.ny.gov Once on the site, click on the Employers/Businesses tab and then click on Employers’ Handbook.

IRAN DIVESTMENT ACT OF 2012:

By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, Bidder/Contractor (or any assignee) certifies that it is not on the “Entities Determined to be Non-Responsive Bidders/Offerers Pursuant to The New York State Iran Divestment Act of 2012” list (“Prohibited Entities List”) posted on the OGS website at: http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf and further certifies that it will not utilize on such Contract any subcontractor that is identified on the Prohibited Entities List. Additionally, Bidder/Contractor is advised that should it seek to renew or extend a Contract awarded in response to the solicitation, it must provide the same certification at the time the Contract is renewed or extended.

During the term of the Contract, should OGS receive information that a person (as defined in Section 165-a in the State Finance Law) is in violation of the above-referenced certifications, OGS will review such information and offer the person an opportunity to respond. If the person fails to

Page 628: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 639 of 618

20191sa25.doc

demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then OGS shall take such action as may be appropriate and provided for by law, rule or contract, including, but not limited to, seeking compliance, recovering damages, or declaring the Contractor in default.

OGS reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to an entity that is awarded a contract and appears on the Prohibited Entities list after contract award.

LIST OF CONTRACT HOLDERS:

CONTRACT # CONTRACTOR & ADDRESS CONTRACT PERIOD FEIN#

PT66947 Digital Provisions, Inc. 09/26/2016 – 08/26/2020 Fed ID: 113553282 SBE 9 Elizablet Ave NYS Vendor ID #: 1100109808

Smithtown, NY 11787 PT67041 EF Johnson Company 09/26/2016 - 08/26/2017 Fed ID: 41-0736849 1440 Corporate Drive NYS Vendor ID #: 110003005 Irving, TX 75038 PT67049 Global Technology Systems Inc. 09/26/2016 - 08/26/2017 Fed ID: 04-3481807

550 Cochituate Road NYS Vendor ID #: 1100116807 Framingham, MA 01701

PT66827 Mutualink Inc. 09/26/2016 - 08/26/2020 Fed ID: 14-1999711 1269 South Broad St NYS Vendor ID #: 1000020064 Wallingford, CT 06492

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Note: Please see the “Pricing Information” section of the OGS website for Group 77201, Award 20191 for the contact information for each contract holder. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Page 629: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 640 of 618

20191sa25.doc

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V Digital Provisions, Inc.

PT66947 Statewide Regions 3-6

EF Johnson Company PT67041 Statewide

Global Technology Systems Inc. PT67049 Statewide Mutualink, Inc.

PT66827 Statewide

Page 630: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 641 of 618

20191sa25.doc

LIST OF SUBCONTRACTORS: Please see below the following link to the Pricing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected]

The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 631: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 642 of 618

20191sa25.doc

Page 632: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 643 of 618

20191sa25.doc

ATTACHMENT TWO: PROJECT REFERENCES: PROJECT REFERENCES/CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company/Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE/CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project/Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ ____________________________________________________________________________________

Page 633: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 643 of 643

ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software.

Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing

CONTRACTOR

Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution

Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 38th Floor

Corning Tower - Empire State Plaza Albany, New York 12242

* * * *

Page 634: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 618 of 620

ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software.

Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing

CONTRACTOR

Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution

Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 38th Floor

Corning Tower - Empire State Plaza Albany, New York 12242

* * * *

Page 635: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 647 of 676

20191sa26.doc

Corning Tower, Empire State Plaza, Albany, NY 12242 | www.nyspro.ogs.ny.gov | [email protected] | 518-474-6717

Contract Award Notification Update CONTRACT AWARD NOTIFICATION

Supplemental Award January 31, 2017 Title : Group 77201 Security & Facility Systems &

Solutions (Statewide) Classification Code(s): 32, 43, 46, 92

Award Number : 20191 (Replaces Awards PGB-01057, PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476, 19521, NEG-21384, NEG-21385, 21390)

Contract Period : August 27, 2007 through August 26, 2020 Note: See Individual Contracts for Actual Term

Bid Opening Date : October 7, 2014

Date of Issue : January 31, 2017

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 669 of this Award

Address Inquiries To:State Agencies & Vendors Political Subdivisions & Others

Name : Title : Phone : Fax : E-mail :

Joseph Better Contract Management Specialist 2 [email protected]

Customer Services Phone : Fax : E-mail :

[email protected]

The Procurement Services Group values your input. Complete and return “Contract Performance Report” at end of document.

Description

SECURITY & FACILITY SYSTEMS AND SOLUTIONS

Page 636: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 648 of 676

20191sa26.doc

Table of Contents SCOPE: .......................................................................................................................................................................... 649 ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ....................................... 649 LOTS: ............................................................................................................................................................................. 651 REGIONS: ..................................................................................................................................................................... 651 APPENDIX A: ............................................................................................................................................................... 652 APPENDIX B: ............................................................................................................................................................... 652 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 652 EXTENSION OF USE: ................................................................................................................................................. 653 TERM OF CONTRACT: ............................................................................................................................................. 653 TERMINATION OF CONTRACT: ............................................................................................................................ 653 STOP WORK ORDER:................................................................................................................................................ 653 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 654 NOTE TO CONTRACTOR: ........................................................................................................................................ 654 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 654 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 654 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 655 PURCHASE ORDER PREPARATION: .................................................................................................................... 656 CONTRACT PAYMENTS: ......................................................................................................................................... 656 ELECTRONIC PAYMENTS: ..................................................................................................................................... 657 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 657 MINIMUM ORDER: .................................................................................................................................................... 657 PREVAILING WAGES: .............................................................................................................................................. 657 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 659 INSTRUCTION MANUAL: ........................................................................................................................................ 659 PRICING/LABOR RATES: ......................................................................................................................................... 660 REMEDIAL MAINTENANCE: .................................................................................................................................. 660 MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................ 661 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 662 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 662 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 663 GENERAL REQUIREMENTS/WARRANTIES:...................................................................................................... 664 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 667 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 667 REFERENCES:............................................................................................................................................................. 667 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 668 IRAN DIVESTMENT ACT OF 2012: ......................................................................................................................... 668 LIST OF CONTRACT HOLDERS:............................................................................................................................ 669 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 672 LIST OF SUBCONTRACTORS: ................................................................................................................................ 673 ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: ......................................................... 674 ATTACHMENT TWO: PROJECT REFERENCES: ............................................................................................... 675 ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: ....................................................... 676

Page 637: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 649 of 676

20191sa26.doc

SCOPE: The New York State Office of General Services, Procurement Services, has established centralized contracts for Security & Facility Systems & Solutions products, installation, system integration and maintenance. This is a multiple award, periodic recruitment contract to allow for new technologies and contractors to be added during the life of the contract. Contractors can Resultant contract awards can include one category, multiple categories, all categories. Resultant contract(s) will include but not be limited to the following:

ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

BUILDING AUTOMATION SYSTEMS BUILDING CONTROL SYSTEMS

BUILDING MANAGEMENT SYSTEMS CAMERAS/LENSES

CCTV SYSTEMS CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

COMPUTER AIDED DISPATCH (CAD) SYSTEMS COMMAND CENTER DISPATCH AND MONITORING EQUIPMENT/SYSTEMS

DVR'S/NVR’S ELECTRICAL DISTRIBUTION SYSTEMS (ELECTRICAL SWITCHGEAR, AUTOMATIC TRANSFER SWITCHES,

PANELBOARDS, ETC.) ELECTRIC VEHICLE CHARGER SYSTEMS

ELECTRONIC ACCESS CONTROL ELECTRONIC ARTICLE SURVEILLANCE

EMERGENCY MANAGEMENT SYSTEMS (EMS) RECORDS MANAGEMENT EMERGENCY NOTIFICATION SYSTEMS

ENERGY MANAGEMENT SYSTEMS FLEET MANAGEMENT/VEHICLE TRACKING SYSTEMS

FIRE PROTECTION/DETECTION/CONTROLS (SPRINKLERS, CHEMICAL SUPPRESSION SYSTEMS, FIRE EXTINGUISHERS, KITCHEN HOODS, FIRE DOORS, etc.) GENERATORS (PERMANENT AFIXED, NOT PORTABLE)

GEOGRAPHIC POSITIONING SYSTEMS, AERIAL IMAGING SYSTEMS, ETC. GEOGRPAHIC INFORMATION SYSTEMS (GIS) (ENTERPRISE GEOCODER, GEOSPATIAL,

GUARD TOUR SYSTEMS ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES

ID EQUIP. ELECTRONIC CARD ID SYSTEM ID EQUIPMENT, ELECTRONIC

IN-BUILDING COMMUNICATION SYSTEMS INTEGRATED MICROPROCESSOR-BASED HVAC EQUIPMENT (CHILLERS, BOILERS, AIR HANDLERS,

ROOFTOP UNITS, AIR HANDLER, FAN COIL, UNIT VENTILATOR, HEAT PUMP, REMOTE I/O MODULES, ETC.) INTEGRATED SECURITY SYSTEMS

INTELLIGENT TRANSPORTATION SYSTEMS INMATE/JAIL RECORDS MANAGEMENT SYSTEMS

INTEROPERABILITY SYSTEMS (INCLUDING GIS INTEROPREABILITY) INTRUSION DETECTION/CONTROLS

INVENTORY MANAGEMENT/TRACKING SYSTEMS LAW ENFORCEMENT DATA CAPTURING SYSTEMS

LAW ENFORCEMENT RECORDS MANAGEMENT SYSTEMS (RMS) LIVESCAN CAPTURE, STORE, AND FORWARDING SYSTEMS

LIGHTING CONTROL/OCCUPANCY SENSOR SYSTEMS LOCKING HARDWARE

MONITORING EQUIPMENT NURSE CALL SYSTEMS

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PERSONAL ALARMS PORTALS, TURNSTILES, ETC PUBLIC ADDRESS SYSTEMS

PUBLIC SAFETY COMMUNICATOINS SYSTEMS RADIO/TWO-WAY COMMUNICATIONS EQUIPMENT/SYSTEMS (RADIOS, REPEATERS, ANTENNAS,

INFRASTRUCTURE, ETC.)

Page 638: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 650 of 676

20191sa26.doc

RFID, BIOMETRIC, AND TRACKING EQUIPMENT AND SYSTEMS RECORDING EQUIPMENT/SYSTEMS

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE – PRODUCTS

SECURITY DISPATCH CONSULES TIME MANAGEMENT SYSTEMS (INTEGRATED ANALOG, DIGITAL, MASTER, OR WIRELESS CLOCKS)

TRAINING/EDUCATION UPS/POWER PROTECTION SYSTEMS

VIDEO/CCTV SYSTEMS & SURVELLIANCE Please see the attached link to the “How to Use” for additional information regarding the scope of these contracts:

https://ogs.ny.gov/purchase/snt/awardnotes/7720120191HowToUse.pdf Awards may include awards to one or more of the five (5) lots as indicated below, with awards made statewide and by region(s). Additionally OGS Procurement Services reserves the right to make awards for comprehensive offerings that include all of or portions of the above categories of products and labor. E.g. Manufactures/Distributors of CCTV systems may receive an award if it is the best interest of NYS. The intent of the Security & Facility Systems & Solutions contracts is to establish comprehensive contracts which allow authorized users to obtain full solutions for the aforementioned products/systems which fit the scope of this contract. To allow for this, all necessary materials, installation/labor, maintenance, etc. can be obtained under this contract. This includes public works labor (Article 8) including, but not limited to:

A. Running, pulling, and blowing of cable, fiber optics, low voltage, and line voltage (110V and greater) wiring for security systems, fire alarms, electrical distribution systems, etc.

B. Installing chillers, boilers, air handlers, and other related Article 8 work for integrated Microprocessor-controlled HVAC equipment

C. Installing sprinkler piping, chemical suppression systems, etc. D. Mounting of cameras, equipment, lighting, panels/panel boards, etc. E. Other public work which is necessary to obtain an entire physical security or facility system and

solution. All of these systems and solutions utilize/are run on software and require programming, commissioning, integration, etc. (technical services) to implement. The article 8 work is inextricably integrated to the implementation of these systems/solutions. Therefore, these systems/solutions are Services and Technologies. As such, OGS has procured these contracts via a Best Value Methodology. It is not the intent of this contract to perform the erection, construction, or reconstruction of buildings. By “Buildings” OGS Procurement Services is strictly referring to the foundation, structural walls/columns, bearing walls, floors, roofing, etc. which are the physical super structure/shell of a building generally provided by a General Contractor. OGS understands that the installation, integration, or maintenance of the systems and solutions which fit the scope of this contract may include work which may incidentally affect the building (e.g. core drilling a building/boring through a building to run wire). In these cases, the fundamental question that the user should ask is as if this work is directly tied to the provision of the systems and solutions which fit the scope of this contract. If a customer has any questions regarding the acceptability of any work to be performed on this contract, they should contact the contract administrator or the Business Services Center (BSC). Eventual contracts awarded will be utilized by Authorized Users which include: New York State Agencies, political subdivisions, school districts and others authorized by law (see USE OF CONTRACT BY OTHERS, Section IV). Accordingly, references to the State and its Agencies as users under this Request for Proposals and the ensuing contracts encompass and include other users such as these entities.

Page 639: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 651 of 676

20191sa26.doc

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer Jefferson

Page 640: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 652 of 676

20191sa26.doc

Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses for New York State Contracts, dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by the Terms of from RFP 20191 dated 8/14 (including all addenda issued with the same), or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Page 641: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 653 of 676

20191sa26.doc

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of approximately 2.5 years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security & Facility Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

Page 642: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 654 of 676

20191sa26.doc

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B, Clause 47, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days’ notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

The New York State Office of General Services (OGS), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority and women-owned business enterprises have opportunities for maximum feasible participation in the performance of OGS contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority and women-owned business enterprises had a full and fair opportunity to participate in state contracting. The findings of the study were published on April 29, 2010, under the title "The State of Minority and Women-Owned Business Enterprises: Evidence from New York" (“the Disparity Study”). The report found evidence of statistically significant disparities between the level of participation of minority and women-owned business enterprises in state procurement contracting versus the number of minority and women-owned business enterprises that were ready, willing and able to participate in state procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the statewide certified minority and women-owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A,

Page 643: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 655 of 676

20191sa26.doc

which requires, among other things, that OGS establishes goals for maximum feasible participation of New York State Certified minority and women–owned business enterprises (“MWBE”) and the employment of minority groups members and women in the performance of New York State contracts. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS By submission of a bid or proposal in response to this solicitation, Contractors agreed with all of the terms and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The Contractor is required to ensure that it and any subcontractors awarded a subcontract over $25,000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor, shall undertake or continue programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, equal opportunity shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, and rates of pay or other forms of compensation. This requirement does not apply to: (i) work, goods, or services unrelated to this Contract; or (ii) employment outside New York State.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

Authorized Users should review the “How to Use Guidelines” for contracts. When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. Additional information on these guidelines may be found at:

Page 644: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 656 of 676

20191sa26.doc

https://ogs.ny.gov/purchase/snt/awardnotes/7720120191HowToUse.pdf

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a. a statement of need and associated requirements, b. a summary of the contract alternatives considered for the purchase, c. the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Services may be paid based on progress payment milestones agreed to between the State Agency/Authorized User and the Contractor, provided this does not waive or diminish any of the Terms and Conditions in this contract, including, but not limited to Acceptance Testing/System Acceptance and Contractually-required warranty periods. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance. If the invoice is issued before this, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice. The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

Page 645: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 657 of 676

20191sa26.doc

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00) with no additional discount:

Admar Supply Company, Inc. Gordon L. Seaman, Inc.

Air Temp Heating &Air Conditioning, Inc. Kasselman Electric Co, Inc.

Audio-Video Corporation L-Tron Corporation

Better Power, Inc. E. Nfrastructure Technologies, Inc

Carrier Corporation PierCon Solutions, LLC

Dutchess Tel Audio, Inc. PTS Data Center Solutions, Inc.

Eastern Communications Ltd Tomex Electronics, Inc.

Energy Management Tech Vistacom Inc.

General Sales Administration Inc.

MINIMUM ORDER: Minimum order shall be $100.00. This value is determined by the aggregate of an order (e.g. if an authorized user issues a purchase order for 10 items, each with a price which is less than $100.00, but the aggregate price of these items is greater than $100.00, the order has exceeded the minimum order). Authorized Users and contractors shall not artificially separate orders to be under the minimum order.

PREVAILING WAGES:

Page 646: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 658 of 676

20191sa26.doc

If any portion of work being bid is subject to the prevailing wage rate provisions of New York State Labor Law, the following shall apply: A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 10 for a full description of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR

VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS

ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR.

Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

Reference PRC# 2010006433

Work being bid is subject to the prevailing wage rate provisions of New York State Labor Law. See “Prevailing Wage Rates - Public Works and Building Services Contracts” in Appendix B, OGS General Specifications. The PRC reference number for prevailing wage rates for this bid is 2010006433. Any federal or State determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed “serious or willful” might be grounds for a determination of vendor non-responsibility and rejection of bid or cancellation of the contract.

A list of companies with which the Department of Labor prohibits State Agencies from doing business is located at the end of the labor rates list. The issuing Office will disqualify any bid from a company that is listed and a bid that uses one of the listed companies as a subcontractor.

The awarded Vendor(s) will be required to complete the following actions and maintain Department of Labor records as indicated:

1) The Prevailing Wage Schedules must be posted at the work site so that the workers are aware

of the wages and supplements to which they are entitled by law.

Page 647: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 659 of 676

20191sa26.doc

2) The awarded Vendor(s) must provide all workers with written notice informing them of the prevailing wage requirements for the job and each worker must sign a statement or declaration that attests that all workers have been given this information.

3) The Vendor(s) are required to certify payrolls and keep the certified records on site and available.

Bidders must submit proposals which are based upon the prevailing hourly wages, and supplements in cash or equivalent benefits (i.e., fringe benefits, expense reimbursement, and any cash or non-cash compensation which are not wages, as defined by law) that equal or exceed the applicable prevailing wage rate(s) for the location where the work is to be performed. Bidders may not submit proposals based upon hourly wage rates and supplements below the applicable prevailing wage rates as established by the New York State Department of Labor. Proposals that fail to comply with this requirement will be disqualified.

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any resulting contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE

8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Page 648: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 660 of 676

20191sa26.doc

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices must INCLUDE all applicable shipping; handling, insurance and associated delivery charges (F.O.B. Destination the dock/delivery location of the Authorized User) Reference Appendix B, Clause 35, Shipping/Receipt of Product and Clause 36, Title/Risk of Loss.

All rates must include travel time and costs incurred for travel to and from the site (including, but not limited to travel, meals, lodging, gas/fuel, tolls, etc.). Rates and charges for the Product, installation, systems integration, and maintenance of the Product must include all travel and costs associated with accessing the installation site.

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and Lot/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts,” then click on “Search Contracts,” and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

REMEDIAL MAINTENANCE:

Whether the Authorized User elects to subscribe to monthly maintenance, prepaid annual maintenance, or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major malfunction of the security products or system service, which is defined as the inability of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

Page 649: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 661 of 676

20191sa26.doc

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C. Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS. The requirements of this section (Sec. II.9.4) shall apply to contractors during the warranty period required by Appendix B, Clause 59, when the contractor has provided the products, installation, and systems integration.

MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security & Facility Systems & Solutions as a result of RFP 20191 may be purchased from bidders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security & Facility Systems & Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will

Page 650: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 662 of 676

20191sa26.doc

be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security & Facility Systems & Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. . Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Bidders submitting proposals for Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

REGULATORY COMPLIANCE:

All equipment offered in eventual contract(s) resulting from this RFP shall be in compliance with all applicable regulatory rules and standards (e.g. FCC, EIA, UL) that govern operation of the equipment at the time of the bid opening and for the entire term of the contract. It is the responsibility of the Contractor to ensure, throughout the term of the contract, their compliance with this section.

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

Page 651: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 663 of 676

20191sa26.doc

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager. ACCEPTANCE TESTING AND SYSTEMS ACCEPTANCE:

The State defines system acceptance as the “problem free” operation of a system/solution* after it is fully furnished** for a consecutive 30 day period commencing with the first day of business after the system/solution is fully operational. At that point, the Authorized User reserves the right to test for up to 30 calendar days. Should the equipment fail to operate “problem free” during the 30 day acceptance period, the Contractor will correct the problem at no cost to the Authorized User and the 30 day acceptance period will begin again. “Problem free” operation applies to ALL components of the system/solution provided by the contractor but does not include problems caused by the failure of any Authorized User provided premise infrastructure, failure of any Authorized Users provided interface or systems or erroneous software/system programming by the Authorized User. An Authorized User has the discretion to increase the 30 day acceptance period. At the conclusion of the Acceptance Testing Period, the Authorized User may accept the system and notify the Contractor. Upon receipt of notification of acceptance by an Authorized User payment may be made and any system warranty can commence. The Contractor must agree at the request of the Authorized user to provide performance criteria for acceptance testing. The Contractor must agree to perform at the request of the Authorized User or as required by Code/Law an acceptance test which simulates the normal operating conditions of the installed equipment, system, or solution, and complies with all applicable Building Code or Industry Standard Requirements as applicable to ensure proper performance after acceptance of the system/solution by the Customer. Authorized Users reserve the right to require additional performance and acceptance testing standards at the time of purchase. *Note: System/Solution for this section shall mean, without limitation, all components of a physical security and facility system and solution provided under this contract by a contractor, including,

Page 652: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 664 of 676

20191sa26.doc

but not limited to all products, installation labor, systems integration, and post-Appendix B, Clause 59 Warranties. Products shall include, but not be limited to wiring, conduit, piping, ductwork, mounting racks/equipment, all hardware, software, sensing equipment, etc. provided, installed, and integrated by the contractor. This includes products, installation, and integration provided by subcontractors and for remedial maintenance as defined in Sec. II.9, any equipment repaired or replaced. **Note: “Fully furnished” for this section shall means that all products/materials have been provided, all installation labor/services performed, all systems integration (including, but not limited to programming, engineering, commissioning, etc.) and, for remedial maintenance as defined in Sec. II.9, the equipment is repaired or replaced.

GENERAL REQUIREMENTS/WARRANTIES:

A. The Office of General Services will make no allowance or concession to the Contractor for any alleged misunderstanding or deception because of quantity, quality, character, location, or other conditions.

B. Should it appear that there is a real or apparent discrepancy between different sections of specifications

concerning the nature, quality, or extent of work to be furnished, it shall be assumed that the Contractor has based the proposal on the specifications more favorable to the State. Final decision will rest with the Office of General Services.

C. The equipment to be supplied will either be newly manufactured equipment or remanufactured

equipment and will be guaranteed to be standard new equipment, latest model of regular stock product and current production, with all parts regularly used with the type of equipment offered; also, that no attachment or part has been substituted or applied contrary to the manufacturer's recommendations and standard practice. All equipment delivered for installation will: (1) conform to the testing standards at the time of purchase under this contract; and (2) incorporate the most recent design changes from the manufacturer as of the scheduled delivery dates for that technology. Any equipment to be replaced must be either new or remanufactured and produced by a reputable manufacturer. The equipment must be the same as or equal to the original equipment. All substitutes for the original manufacturers’ equipment must be approved by the Authorized User before installation. For a minimum period of one year from acceptance, the products shall be represented and warranted to be free from defects in materials or workmanship, and shall substantially conform to the specifications, performance standards, and descriptions in the documentation, so as to provide use of the products in accordance with such documentation without significant functional downtime to the Authorized User’s ongoing business operations during the warranty term. The product is further warranted to be adequate to meet the Authorized User’s needs. The products must also be currently installed and demonstrable in a user environment for a minimum of three months. Experimental or unannounced equipment will not be acceptable. All equipment shall be covered by the manufacturer’s standard warranty or for a minimum of one (1) year warranty, whichever is longer from the date of acceptance of the equipment. If, during this period, such faults develop, the unit or component affected is to be replaced without any cost to the State. Where accessories are to be supplied, they must be compatible with the rest of the equipment. Equipment, as installed or subsequently modified by Contractor (or others with its knowledge and consent) shall be suitable for connection to the common carrier network or other equipment (as

Page 653: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 665 of 676

20191sa26.doc

identified by Authorized User) and shall be provided with the guarantee that such interconnection will not in any way impair the quality of transmission or cause any harmful effects to such network or equipment. Contractor will save the State harmless from any action brought against the State to the extent that it is based on a claim that the equipment at any time caused any such harmful effects, except to the extent that such damage was caused by acts or omissions of the State. The warranty, and remedy, set forth in this paragraph shall only be operable to the extent Authorized User informs Contractor of the carriers or equipment to which Hardware will be connected. Any equipment replaced by the Contractor during the contract period shall be either new, or re-manufactured, manufactured by a reputable manufacturer and guaranteed for one (1) year from the date of acceptance of the replacement and replaced at no cost if found defective during that time. Contractor will utilize equipment that is free of any liens or encumbrances.

D. The Office of General Services' interpretation of specifications shall be final and binding upon the

Contractor.

E. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

F. Trained technicians are required to do all servicing. All technicians shall have at least two (2) years’

experience on the systems bid.

G. The following warranty requirements from Appendix B, Clause 59 are expressly part of all contracts awarded as a result of RFP 20191 and included in the NYS Net Pricing/Total Hourly Rates:

a. Product Performance Where Contractor, Product manufacturer or service provider generally offers additional or more advantageous warranties than set forth below, Contractor shall offer or pass through any such warranties to Authorized Users.

In addition, Contractor hereby warrants and represents that the Products acquired by the Authorized User under the terms and conditions of this Contract conform to the manufacturer's specifications, performance standards and documentation, and the documentation fully describes the proper procedure for using the Products.

Contractor further warrants and represents that Products, components or deliverables specified and furnished by or through Contractor shall individually, and where specified and furnished as a system, be free from defects in material and workmanship and will conform with all requirements of the Contract for the warranty period, or for a minimum of one (1) year from the date of acceptance, whichever is longer (“Project warranty period”).

Unless recycled or recovered materials are available in accordance with the Remanufactured, Recycled, Recyclable or Recovered Materials clause, Product offered shall be standard new equipment, current model or most recent release of regular stock product with all parts regularly used with the type of equipment offered. Contractor further warrants and represents that no attachment or part has been substituted or applied contrary to the manufacturer’s recommendations and standard practice.

b. Title and Ownership Contractor warrants and represents that it has (i) full ownership, clear title free of all liens, or (ii) the right to transfer or deliver specified license rights to any Products acquired by Authorized User under this Contract. Contractor shall be solely liable for any costs of acquisition associated therewith. Contractor shall indemnify Authorized Users and hold Authorized Users harmless from any damages and liabilities (including reasonable attorneys’ fees and costs) awarded by a court of competent jurisdiction arising from any breach of Contractor’s warranties as set forth herein.

c. Product Warranty for Deliverables During the Project warranty period, defects in the materials or workmanship of components or deliverables specified and furnished by or through Contractor shall be repaired or replaced by Contractor at no cost or expense to the Authorized User. Contractor shall extend the Project warranty period for individual component(s), or for the system as a whole, as applicable, by the cumulative period(s) of time, after

Page 654: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 666 of 676

20191sa26.doc

notification, during which an individual component or the system requires servicing or replacement (down time) or is in the possession of the Contractor, its agents, officers, Subcontractors, distributors, resellers or employees (“extended warranty”).

Where Contractor, the Independent Software Vendor (ISV), or other third-party manufacturer markets any project deliverable delivered by or through Contractor with a standard commercial warranty, such standard warranty shall be in addition to, and not relieve the Contractor from, Contractor’s warranty obligations during the Project warranty and extended warranty period(s). Where such standard commercial warranty covers all or some of the Project warranty or extended warranty period(s), Contractor shall be responsible for the coordination during the Project warranty or extended warranty period(s) with ISV or other third party manufacturer(s) for warranty repair or replacement of ISV or other third-party manufacturer’s Product.

Where Contractor, ISV or other third-party manufacturer markets any Project Deliverable with a standard commercial warranty which goes beyond the Project warranty or extended warranty period(s), Contractor shall notify the Authorized User and pass through the manufacturer’s standard commercial warranty to Authorized User at no additional charge; provided, however, that Contractor shall not be responsible for coordinating services under the third-party extended warranty after expiration of the Project warranty and extended warranty period(s).

The Commissioner agrees that Contractor is not responsible for any modification of the Products made by an Authorized User without Contractor’s approval.

d. Replacement Parts Warranty If during the regular or extended warranty periods, parts or components break or fail to perform as intended, the Contractor shall promptly repair or, upon demand, replace the defective unit or component part affected. All costs for labor and material and transportation incurred to repair or replace defective Product during the warranty period(s) shall be borne solely by the Contractor, and the State or Authorized User shall in no event be liable or responsible therefor.

Any Product or parts thereof replaced by the Contractor under the Contract warranty shall be replaced at no cost to the Authorized User and guaranteed for the greater of: a) the Warranty Period set forth under paragraph (a) above; or b) if a separate warranty for that Product or parts thereof is generally offered by the manufacturer, the standard commercial warranty period offered by the manufacturer for the individual part or component.

e. Virus Warranty The Contractor represents and warrants that any Licensed Software acquired by the Authorized User does not contain any known viruses. Contractor is not responsible for viruses introduced at Licensee’s site.

f. Date/Time Warranty Contractor warrants that Product furnished pursuant to this Contract shall, when used in accordance with the Product documentation, be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) transitions, including leap year calculations. Where a Contractor proposes or an acquisition requires that specific Products must perform as a package or system, this warranty shall apply to the Products as a system.

Where Contractor is providing ongoing services, including but not limited to: i) consulting, integration, code or data conversion, ii) maintenance or support services, iii) data entry or processing, or iv) contract administration services (e.g., billing, invoicing, claim processing), Contractor warrants that services shall be provided in an accurate and timely manner without interruption, failure or error due to the inaccuracy of Contractor’s business operations in processing date/time data (including, but not limited to, calculating, comparing, and sequencing) various date/time transitions, including leap year calculations. Contractor shall be responsible for damages resulting from any delays, errors or untimely performance resulting therefrom, including but not limited to the failure or untimely performance of such services.

This Date/Time Warranty shall survive beyond termination or expiration of this contract as long as the Product is used by the governmental entity, or its successor, for whom the Product was originally purchased.” Nothing in this warranty statement shall be construed to limit any rights or remedies otherwise available under this Contract for breach of warranty.

g. Workmanship Warranty Contractor warrants that the services acquired under this Contract will be provided in a professional and workmanlike manner in accordance with industry standards. The Authorized User must notify Contractor of any services warranty deficiencies within ninety calendar days from performance of the services that gave rise to the warranty claim.

h. Miscellaneous The Authorized User shall promptly notify the Contactor and the Commissioner in writing of any claim of breach of any warranty provided herein.

Page 655: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 667 of 676

20191sa26.doc

The rights and remedies of the State and the Authorized Users provided in this clause are in addition to and do not limit any rights afforded to the State and the Authorized Users by any other clause of the Contract.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: NYSPro considers the prime contractor to be the sole contact with regard to all provisions of the contract, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor must assume full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers.

A. The Contractor and its representatives must work in harmony, cooperation and coordination with existing trade unions.

B. Contractors are encouraged to subcontract with companies certified as minority or women-owned enterprises. A list of New York State registered minority and women-owned business enterprises is available through the OGS MWBE Office as referenced in Article 15 A.

C. If the Bidder is required per Section 1.3.2 to obtain and maintain New York State Security Systems Installation license and proposes to use subcontractors to meet this requirement, the subcontractors are required to be identified/named at the time of the bid.

D. All subcontractors must have a minimum of two (2) years’ acceptable experience as determined by Procurement Services installing the same type of equipment/services being offered on in this proposal.

E. All subcontractors must be pre-approved by OGS and/or OSC prior to being added on contract. OGS reserves the right to request and review any and all subcontractor agreements.

F. All purchase orders, and payments for work to be performed by subcontractors must be issued directly to the contract holder (prime contractor) referencing the contract holder's Federal ID # and (where applicable) the NYS Vendor ID #.

SOFTWARE LICENSE AGREEMENTS:

Contractors are not permitted to offer/include, and Authorized Users are not permitted to sign, or agree to any Software License Agreement (or End User License Agreement) for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B.

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be

Page 656: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 668 of 676

20191sa26.doc

commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

The New York State Workers’ Compensation Law Sections 57 and 220 require the heads of all municipal and state entities to ensure that businesses applying for leases, permits, licenses or Contracts have appropriate workers’ compensation and disability benefits insurance coverage. These requirements apply to both original issuances and renewals, whether the governmental agency is having the work done or is simply issuing the lease, permit, license or contract. Failure to provide proper proof of such coverage or a legal exemption will result in a rejection of this Lease. Therefore, prior to award of any Contract by OGS, Bidders and Contractors must submit proof to OGS that they have workers’ compensation and disability benefits coverage as required by the New York State Workers’ Compensation Law, or proof that they are legally exempt from obtaining such coverage in compliance with the New York State Workers’ Compensation Law. Proof of compliance must be submitted on one of the forms designated by the New York State Workers’ Compensation Board. An ACORD form is not acceptable proof of New York State workers’ compensation or disability benefits insurance coverage.

An instruction manual clarifying the New York State Workers’ Compensation Law requirements is available for download at the New York State Workers’ Compensation Board’s website, http://www.wcb.ny.gov Once on the site, click on the Employers/Businesses tab and then click on Employers’ Handbook.

IRAN DIVESTMENT ACT OF 2012:

By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, Bidder/Contractor (or any assignee) certifies that it is not on the “Entities Determined to be Non-Responsive Bidders/Offerers Pursuant to The New York State Iran Divestment Act of 2012” list (“Prohibited Entities List”) posted on the OGS website at: http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf and further certifies that it will not utilize on such Contract any subcontractor that is identified on the Prohibited Entities List. Additionally, Bidder/Contractor is advised that should it seek to renew or extend a Contract awarded in response to the solicitation, it must provide the same certification at the time the Contract is renewed or extended.

During the term of the Contract, should OGS receive information that a person (as defined in Section 165-a in the State Finance Law) is in violation of the above-referenced certifications, OGS will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then OGS shall take such action as may be appropriate and provided for by law, rule or contract, including, but not limited to, seeking compliance, recovering damages, or declaring the Contractor in default.

Page 657: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 669 of 676

20191sa26.doc

OGS reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to an entity that is awarded a contract and appears on the Prohibited Entities list after contract award.

LIST OF CONTRACT HOLDERS:

CONTRACT # CONTRACTOR & ADDRESS CONTRACT PERIOD FEIN#

PT66914 Admar Supply Company, Inc. 1/9/17-8/26/17 Fed ID: 16-1022882 1950 Brighton Henrietta Tl Rd NYS Vendor ID #: 1000015224 Rochester, NY 14623 County: Monroe

PT67031 Air Temp Heating & 1/12/17-8/26/17 Fed ID: 16-1215020 Air Conditioning, Inc. NYS Vendor ID #: 1000015569 1165 Front St. Binghamton, NY 13905 County: Broome Discount: 1% for payments made within 30 days PT67035 Audio-Video Corporation 1/6/17-8/26/17 Fed ID: 14-1426006 213 Broadway NYS Vendor ID #: 1000001596 Albany, NY 12204 County: Albany PT67037 Better Power, Inc. 1/6/17-8/26/20 Fed ID: 16-1422551 508 White Spruce Blvd NYS Vendor ID #: 1000008177 Rochester, NY 14623 County: Monroe Discount: .25% for payments made within 15 days PT67409 Carrier Corporation 1/9/17-8/26/20 Fed ID: 06-0991716 1 Carrier Place NYS Vendor ID #: 1000021101 Farmington, CT 06034 County: Hartford PT66948 Dutchess Tel Audio, Inc. 1/6/17-8/26/20 Fed ID: 14-1487744 SBE 5 Spackenkill Rd. NYS Vendor ID #: 1100036764

Poughkeepsie, NY 12603 County: Dutchess PT67040 Eastern Communications Ltd 1/6/17-8/26/17 Fed ID: 22-2103124 SB 48-14 36th St NYS Vendor ID # 1000008733 Long Island City, NY 11101 County: Queens PT67042 Energy Management Tech 1/11/17-8/26/20 Fed ID: 27-0062627 SBE 5 Hemlock St NYS Vendor ID #: 1000031123

Latham, NY 12110 County: Albany Discount: 3% for payments made within 15 days, 2% for payments made within 30 days

Page 658: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 670 of 676

20191sa26.doc

PT67419 Faro Technologies, Inc. 1/11/17-8/26/17 Fed ID: 59-3157093 250 Technology Park NYS Vendor ID #: 1100107627 Lake Mary, FL 32746 County of Seminole Discount: 2% for payments made within 15 days, 2% for payments made within 30 days PT67047 General Sales Administration Inc. 1/12/17- 8/26/20 Fed ID: 22-3004242 47 N. Dell Avenue NYS Vendor ID#: 1000017067 Kenvil, NJ 07847 County: Morris PT66919 Gordon L. Seaman, Inc. 1/6/17-8/26/20 Fed ID: 11-2158501 SBE 29 Old Dock Road NYS Vendor ID #: 1000024018

Yaphank, NY 11980 County: Suffolk Discount: 2% for payments made within 15 days, 1% for payments made within 30 days PT66951 Kasselman Electric Co, Inc. 1/17/17-8/26/17 Fed ID: 14-1504270 SBE 29 Broad St., PO Box 984 NYS Vendor ID #: 1000001638 Albany, NY 12201 County: Albany PT66773 L-Tron Corporation 1/6/17- 8/26/20 Fed ID: 14-1601902 596 Fishers Station Dr. NYS Vendor ID #: 1000006878 Victor, NY 14564 County: Ontario PT66949 E.Nfrastructure Technologies, Inc. 1/6/17- 8/26/20 Fed ID: 22-3771456 SB 5 Enterprise Ave NYS Vendor ID #: 1000017165

Clifton Park, NY 12065 County: Saratoga Discount: 1% for payments made within 15 days, .5% for payments made within 30 days PT66923 PierCon Solutions, LLC 1/6/17-8/26/20 Fed ID: 22-3585310 63 Beaver Brook Road NYS Vendor ID #: 1100128183 Suite 201 Lincoln Park, NJ 07035 County: Morris Discount: 3% for payments made within 15 days, 1.5% for payments made within 30 days PT67417 PTS Data Center Solutions, Inc. 1/6/17-8/26/17 Fed ID: 22-3545316 16 Thornton Rd NYS Vendor ID #: 1000017143 Oakland, NJ 07436 County: Bergen Discount: 1% for payments made within 15 days PT67064 Spruce Technology Inc. 1/6/17-8/26/17 Fed ID: 20-5656502 MBE 1149 Bloomfield Ave., Ste G NYS Vendor ID#: 1100124930 Clifton, NJ 07012 County: Passaic Discount: 1% for payments made within 15 days PT67067 Tomex Electronics, Inc. 1/11/17-8/26/20 Fed ID: 11-3122941 69-64 75th St. NYS Vendor ID #: 1100128433 Middle Village, NY 11379 County: Queens Discount: 1% for payments made within 15 days

Page 659: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 671 of 676

20191sa26.doc

PT67071 Vistacom Inc. 1/6/17-8/26/20 Fed ID: 23-1439879 1902 Vultee Street NYS Vendor ID#: 1000017196 Allentown, PA 18103

County: Lehigh Discount: 1% for payments made within 15 days

Page 660: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 672 of 676

20191sa26.doc

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Note: Please see the “Pricing Information” section of the OGS website for Group 77201, Award 20191 for the contact information for each contract holder. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V Admar Supply Company Inc PT66914 Statewide Air Temp Heating & Air Conditioning, Inc. PT67031 Statewide Audio-Video Corporation PT67035 Statewide Statewide Better Power, Inc. PT67037 Statewide Statewide Statewide Carrier Corporation PT67409 Statewide

Dutchess Tel Audio, Inc. PT66948 Statewide Regions 3-5

Eastern Communications Ltd PT67040 Statewide

Energy Management Tech PT67042 Statewide Regions 3-7

E.nfrastructure Technologies, Inc. PT66949

Regions 4-7

Faro Technologies PT67419 Statewide General Sales Administration Inc. PT67047 Statewide

Gordon L. Seaman, Inc. PT66919 Statewide Region 1 L-Tron Corporation PT66773 Statewide Statewide

Kasselman Electric PT66951 Regions 5-8

PierCon Solutions, LLC PT66923 Regions 5-9

Regions 1-4

PTS Data Center Solutions, Inc. PT67417 Statewide Statewide Statewide Spruce Technology Inc. PT67064 Statewide

Tomex Electronics PT67067 Regions 1-3

Regions 1-3

Regions 1-3

Regions 1-3

Regions 1-3

Vistacom Inc. PT67071 Statewide Statewide Statewide

Page 661: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 673 of 676

20191sa26.doc

LIST OF SUBCONTRACTORS: Please see below the following link to the Pricing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Page 662: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 674 of 676

20191sa26.doc

ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected]

The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 663: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 675 of 676

20191sa26.doc

ATTACHMENT TWO: PROJECT REFERENCES: PROJECT REFERENCES/CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company/Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE/CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project/Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ ____________________________________________________________________________________

Page 664: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 676 of 676

20191sa26.doc

ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software.

Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing

CONTRACTOR

Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution

Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 38th Floor

Corning Tower - Empire State Plaza Albany, New York 12242

* * * *

Page 665: Supplemental Awards

20191sa24.doc

Corning Tower, Empire State Plaza, Albany, NY 12242 | www.nyspro.ogs.ny.gov | [email protected] | 518-474-6717

Contract Award Notification Update CONTRACT AWARD NOTIFICATION

Supplemental Award June 9, 2017 Title : Group 77201 Security & Facility Systems &

Solutions (Statewide) Classification Code(s): 32, 43, 46, 92

Award Number : 20191 (Replaces Awards PGB-01057, PGB-19110, PGB-18735, PGB-3711, PGB-4509, 02204, PGB-02360, PGB-02455, PGB-02456, C-4476, 19521, NEG-21384, NEG-21385, 21390)

Contract Period : August 27, 2007 through August 26, 2020 Note: See Individual Contracts for Actual Term

Bid Opening Date : October 7, 2014

Date of Issue : June 9, 2017

Specification Reference : As Incorporated In The RFP

Contractor Information : Appears on Page 639 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : Fax : E-mail :

Joseph Better Contract Management Specialist 2 518-474-7101 518-474-8676 [email protected]

Customer Services Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return “Contract Performance Report” at end of document.

Description

SECURITY & FACILITY SYSTEMS AND SOLUTIONS

Page 666: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

Table of Contents SCOPE: .......................................................................................................................................................................... 680 ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.)!Unexpected End of Formula LOTS: ............................................................................................................................................................................. 682 REGIONS: ..................................................................................................................................................................... 682 APPENDIX A: ............................................................................................................................................................... 683 APPENDIX B: ............................................................................................................................................................... 683 PARTICIPATION IN CENTRALIZED CONTRACTS: .......................................................................................... 683 EXTENSION OF USE: ................................................................................................................................................. 684 TERM OF CONTRACT: ............................................................................................................................................. 684 TERMINATION OF CONTRACT: ............................................................................................................................ 684 STOP WORK ORDER:................................................................................................................................................ 684 CANCELLATION FOR CONVENIENCE: ............................................................................................................... 685 NOTE TO CONTRACTOR: ........................................................................................................................................ 685 SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: ............................................................................. 685 CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES: ................................................................................ 685 NOTE TO AUTHORIZED USERS: ........................................................................................................................... 686 PURCHASE ORDER PREPARATION: .................................................................................................................... 687 CONTRACT PAYMENTS: ......................................................................................................................................... 687 ELECTRONIC PAYMENTS: ..................................................................................................................................... 688 NEW YORK STATE PROCUREMENT CARD: ...................................................................................................... 688 MINIMUM ORDER: .................................................................................................................................................... 688 PREVAILING WAGES: .............................................................................................................................................. 688 PRICE SHEETS AND CATALOGS: .......................................................................................................................... 690 INSTRUCTION MANUAL: ........................................................................................................................................ 690 PRICING/LABOR RATES: ......................................................................................................................................... 690 REMEDIAL MAINTENANCE: .................................................................................................................................. 691 MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191: ............................ 692 NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE: ................................................................. 692 EXAMINATION OF SITES AND SPECIFICATIONS: ........................................................................................... 693 AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: ....................................................... 693 GENERAL REQUIREMENTS: .................................................................................................................................. 695 CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: ..................................................................... 696 SOFTWARE LICENSE AGREEMENTS: ................................................................................................................. 697 REFERENCES:............................................................................................................................................................. 697 NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS: ......... 697 IRAN DIVESTMENT ACT OF 2012: ......................................................................................................................... 697 LIST OF CONTRACT HOLDERS:............................................................................................................................ 698 INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: ....................................................... 698 LIST OF SUBCONTRACTORS: ................................................................................................................................ 700 ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: ......................................................... 700 ATTACHMENT TWO: PROJECT REFERENCES: ............................................................................................... 702 ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: ....................................................... 643

Page 667: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

SCOPE: The New York State Office of General Services, Procurement Services, has established centralized contracts for Security & Facility Systems & Solutions products, installation, system integration and maintenance. This is a multiple award, periodic recruitment contract to allow for new technologies and contractors to be added during the life of the contract. Contractors can Resultant contract awards can include one category, multiple categories, all categories. Resultant contract(s) will include but not be limited to the following:

ALARM AND SIGNAL SYSTEMS (INTRUSION ALARMS, FIRE ALARMS, ETC.) ALARM SYSTEMS – WIRELESS BIOMETRIC ACCESS CONTROL

BUILDING AUTOMATION SYSTEMS BUILDING CONTROL SYSTEMS

BUILDING MANAGEMENT SYSTEMS CAMERAS/LENSES

CCTV SYSTEMS CLIMATE/TEMPERATURE CONTROL & MONITORING SYSTEMS

COMPUTER AIDED DISPATCH (CAD) SYSTEMS COMMAND CENTER DISPATCH AND MONITORING EQUIPMENT/SYSTEMS

DVR'S/NVR’S ELECTRICAL DISTRIBUTION SYSTEMS (ELECTRICAL SWITCHGEAR, AUTOMATIC TRANSFER SWITCHES,

PANELBOARDS, ETC.) ELECTRIC VEHICLE CHARGER SYSTEMS

ELECTRONIC ACCESS CONTROL ELECTRONIC ARTICLE SURVEILLANCE

EMERGENCY MANAGEMENT SYSTEMS (EMS) RECORDS MANAGEMENT EMERGENCY NOTIFICATION SYSTEMS

ENERGY MANAGEMENT SYSTEMS FLEET MANAGEMENT/VEHICLE TRACKING SYSTEMS

FIRE PROTECTION/DETECTION/CONTROLS (SPRINKLERS, CHEMICAL SUPPRESSION SYSTEMS, FIRE EXTINGUISHERS, KITCHEN HOODS, FIRE DOORS, etc.) GENERATORS (PERMANENT AFIXED, NOT PORTABLE)

GEOGRAPHIC POSITIONING SYSTEMS, AERIAL IMAGING SYSTEMS, ETC. GEOGRPAHIC INFORMATION SYSTEMS (GIS) (ENTERPRISE GEOCODER, GEOSPATIAL,

GUARD TOUR SYSTEMS ID CARD PRINTERS, READERS, CARDS, BADGES, ACCESSORIES

ID EQUIP. ELECTRONIC CARD ID SYSTEM ID EQUIPMENT, ELECTRONIC

IN-BUILDING COMMUNICATION SYSTEMS INTEGRATED MICROPROCESSOR-BASED HVAC EQUIPMENT (CHILLERS, BOILERS, AIR HANDLERS,

ROOFTOP UNITS, AIR HANDLER, FAN COIL, UNIT VENTILATOR, HEAT PUMP, REMOTE I/O MODULES, ETC.) INTEGRATED SECURITY SYSTEMS

INTELLIGENT TRANSPORTATION SYSTEMS INMATE/JAIL RECORDS MANAGEMENT SYSTEMS

INTEROPERABILITY SYSTEMS (INCLUDING GIS INTEROPREABILITY) INTRUSION DETECTION/CONTROLS

INVENTORY MANAGEMENT/TRACKING SYSTEMS LAW ENFORCEMENT DATA CAPTURING SYSTEMS

LAW ENFORCEMENT RECORDS MANAGEMENT SYSTEMS (RMS) LIVESCAN CAPTURE, STORE, AND FORWARDING SYSTEMS

LIGHTING CONTROL/OCCUPANCY SENSOR SYSTEMS LOCKING HARDWARE

MONITORING EQUIPMENT NURSE CALL SYSTEMS

OTHER PHYSICAL SECURITY (LIGHTING/SAFES/ETC.) OUTDOOR PERIMETER (FENCES/GATES/ETC.)

PERSONAL ALARMS PORTALS, TURNSTILES, ETC PUBLIC ADDRESS SYSTEMS

PUBLIC SAFETY COMMUNICATOINS SYSTEMS

Page 668: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

RADIO/TWO-WAY COMMUNICATIONS EQUIPMENT/SYSTEMS (RADIOS, REPEATERS, ANTENNAS, INFRASTRUCTURE, ETC.)

RFID, BIOMETRIC, AND TRACKING EQUIPMENT AND SYSTEMS RECORDING EQUIPMENT/SYSTEMS

SECURITY MANAGEMENT SOFTWARE SECURITY OFFICE – PRODUCTS

SECURITY DISPATCH CONSULES TIME MANAGEMENT SYSTEMS (INTEGRATED ANALOG, DIGITAL, MASTER, OR WIRELESS CLOCKS)

TRAINING/EDUCATION UPS/POWER PROTECTION SYSTEMS

VIDEO/CCTV SYSTEMS & SURVELLIANCE Awards may include awards to one or more of the five (5) lots as indicated below, with awards made statewide and by region(s). Additionally OGS Procurement Services reserves the right to make awards for comprehensive offerings that include all of or portions of the above categories of products and labor. E.g. Manufactures/Distributors of CCTV systems may receive an award if it is the best interest of NYS. The intent of the Security & Facility Systems & Solutions contracts is to establish comprehensive contracts which allow authorized users to obtain full solutions for the aforementioned products/systems which fit the scope of this contract. To allow for this, all necessary materials, installation/labor, maintenance, etc. can be obtained under this contract. This includes public works labor (Article 8) including, but not limited to:

A. Running, pulling, and blowing of cable, fiber optics, low voltage, and line voltage (110V and greater) wiring for security systems, fire alarms, electrical distribution systems, etc.

B. Installing ductwork, piping, chillers, boilers, cooling units/towers, and other related article 8 work for hvac/mechanical systems

C. Installing sprinkler piping, chemical suppression systems, etc. D. Mounting of cameras, equipment, lighting, panels/panel boards, etc. E. Other public work which is necessary to obtain an entire physical security or facility system and

solution. All of these systems and solutions utilize/are run on software and require programming, commissioning, integration, etc. (technical services) to implement. The article 8 work is inextricably integrated to the implementation of these systems/solutions. Therefore, these systems/solutions are Services and Technologies. As such, OGS has procured these contracts via a Best Value Methodology. It is not the intent of this contract to perform the erection, construction, or reconstruction of buildings. By “Buildings” OGS Procurement Services is strictly referring to the foundation, structural walls/columns, bearing walls, floors, roofing, etc. which are the physical super structure/shell of a building generally provided by a General Contractor. OGS understands that the installation, integration, or maintenance of the systems and solutions which fit the scope of this contract may include work which may incidentally affect the building (e.g. core drilling a building/boring through a building to run wire). In these cases, the fundamental question that the user should ask is as if this work is directly tied to the provision of the systems and solutions which fit the scope of this contract. If a customer has any questions regarding the acceptability of any work to be performed on this contract, they should contact the contract administrator. Eventual contracts awarded will be utilized by Authorized Users which include: New York State Agencies, political subdivisions, school districts and others authorized by law (see USE OF CONTRACT BY OTHERS, Section IV). Accordingly, references to the State and its Agencies as users under this Request for Proposals and the ensuing contracts encompass and include other users such as these entities.

Page 669: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

LOTS: Catalog contracts were awarded according to LOTS and Region or Statewide. The RFP has been divided into the following LOTS: LOT 1: Product Only LOT 2: Product & Maintenance LOT 3: Product, Installation, Integration & Maintenance LOT 4: Installation Only LOT 5: Integration Only [Actions required to join an existing and new system into an integrated

application or to connect various components of new applications into a centralized system]

REGIONS: The RFP covered the following counties in the nine regions listed below:

Regions Areas Counties

Region 1 Long Island Nassau Suffolk

Region 2 New York Bronx Kings New York Queens Richmond

Region 3 Westchester Dutchess Putnam Westchester

Region 4 Ulster Orange Rockland Sullivan Ulster

Region 5 Albany Albany Columbia Delaware Fulton Greene Montgomery Otsego Rensselaer Schenectady Schoharie

Region 6 Adirondack Clinton Essex Franklin Hamilton Saratoga Warren Washington

Region 7 Syracuse Cayuga Herkimer

Page 670: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

Jefferson Lewis Madison Oneida Onondaga Oswego St. Lawrence

Region 8 Finger Lakes Broome Chemung Chenango Cortland Livingston Monroe Ontario Schuyler Seneca Steuben Tioga Tompkins Wayne Yates

Region 9 Buffalo Allegany Cattaraugus Chautauqua Erie Genesee Niagara Orleans Wyoming

APPENDIX A:

Appendix A, Standard Clauses for New York State Contracts, dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein.

APPENDIX B:

Appendix B, Office of General Services General Specifications dated June 2014, is hereby expressly made a part of these Contracts as fully as if set forth at length herein and shall govern any situations not covered by the Terms of from RFP 20191 dated 10/7, or Appendix A.

PARTICIPATION IN CENTRALIZED CONTRACTS: NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B-1/Appendix B clause 39. For purchase orders issued by the Port Authority of New York and New Jersey (or any other

Page 671: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

authorized entity that may have delivery locations adjacent to New York State), the terms of the “Price” clause shall be modified to include delivery to locations adjacent to New York State.

Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization’s eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group’s Customer Services at 518-474-6717.

EXTENSION OF USE:

Any contract awarded as a result of RPF 20191 may be extended to additional states or government jurisdictions upon mutual written agreement between New York State (the lead contract State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extension.

TERM OF CONTRACT: The term of the Contract will commence upon approval by the Office of State Comptroller and issuance by the Office of General Services and will continue for a period of approximately 2.5 years. Maintenance contracts associated with the purchase and installation of system/equipment purchased during the term of the Contract may extend beyond the contract expiration for a period of up to 3 years. The Contractor’s authority to sell Security & Facility Systems and Solutions shall expire upon the termination of the purchase portion of the Contract as indicated above even though authorized users will be able to have maintenance continue past the contract expiration date. Maintenance Contract terms (i.e., those terms of the contract related to maintenance) can survive the original contract term or any extensions for a period of 3 years. This is meant to include preventive maintenance, remedial maintenance as well as ongoing moves, additions and changes of equipment and software upgrades to the basic system.

TERMINATION OF CONTRACT:

Please refer to Appendix B-1 Clause 59/ Appendix B Clause 60 for the circumstances permitting Termination for Cause and Termination for Convenience.

STOP WORK ORDER:

The Office of General Services reserves the right to stop the work covered by contract(s) resulting from RFP 20191 at any time that it is deemed the successful Contractor is unable or incapable of performing the work to their satisfaction. In the event of such stoppage, the Office of General Services shall have the right to arrange for the completion of the work in such manner as it may deem advisable and, if the resulting cost exceeds the amount of the bid, the successful Contractor shall be liable to the State of New York for any increase in cost.

Page 672: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

CANCELLATION FOR CONVENIENCE:

In addition to rights afforded in Appendix B, Clause 47, The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days’ notice of its intent to cancel. This provision should not be understood as waiving the State’s right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

NOTE TO CONTRACTOR:

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See “Contract Payments” and “Electronic Payments” in this document.)

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY/WOMEN-OWNED BUSINESSES:

The New York State Office of General Services (OGS), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority and women-owned business enterprises have opportunities for maximum feasible participation in the performance of OGS contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority and women-owned business enterprises had a full and fair opportunity to participate in state contracting. The findings of the study were published on April 29, 2010, under the title "The State of Minority and Women-Owned Business Enterprises: Evidence from New York" (“the Disparity Study”). The report found evidence of statistically significant disparities between the level of participation of minority and women-owned business enterprises in state procurement contracting versus the number of minority and women-owned business enterprises that were ready, willing and able to participate in state procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the statewide certified minority and

Page 673: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

women-owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A, which requires, among other things, that OGS establishes goals for maximum feasible participation of New York State Certified minority and women–owned business enterprises (“MWBE”) and the employment of minority groups members and women in the performance of New York State contracts. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS By submission of a bid or proposal in response to this solicitation, Contractors agreed with all of the terms and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The Contractor is required to ensure that it and any subcontractors awarded a subcontract over $25,000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor, shall undertake or continue programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, equal opportunity shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, and rates of pay or other forms of compensation. This requirement does not apply to: (i) work, goods, or services unrelated to this Contract; or (ii) employment outside New York State.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and “energy star” products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

EPA ENERGY STAR PROGRAM:

The Federal EPA, in cooperation with manufacturers, continues a program to foster the manufacture of energy efficient equipment. New York State fully supports this effort.

NOTE TO AUTHORIZED USERS:

Authorized Users should review the “How to Use Guidelines” for contrWhen placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing all contracts awarded as a result of RFP 20191. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its

Page 674: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny.

The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in the case of multiple awards for the same or similar equipment or systems, authorized users should contact multiple contract holders to ensure they receive the best possible prices. Contracts issued as a result of RFP 20191 contain “not to exceed pricing” and authorized users should always seek better pricing when issuing a purchase order. Authorized Users are encouraged to seek quotes from multiple contractors and/or negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Authorized users have the responsibility to document their purchasing decisions, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

a. a statement of need and associated requirements, b. a summary of the contract alternatives considered for the purchase, c. the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among

multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PURCHASE ORDER PREPARATION:

See “Purchase Orders” in Appendix B-1/Appendix B, item 44 OGS General Specifications. If there is a discrepancy between the purchase order and what is listed on contract, it is the contractor’s obligation as a condition of payment to clarify and resolve what is to be actually shipped by contacting ordering agency.

CONTRACT PAYMENTS:

Contract payments cannot be processed by New York State agencies and other authorized users until the contract products have been delivered and accepted. Services may be paid based on progress payment milestones agreed to between the State Agency/Authorized User and the Contractor, provided this does not waive or diminish any of the Terms and Conditions in this contract, including, but not limited to Acceptance Testing/System Acceptance and Contractually-required warranty periods. Invoices for such payment must contain sufficient data including, but not limited to, New York State’s Contract Number, description of product, quantity, unit and price per unit as well as federal identification number. See “Contract Billings” in Appendix B-1/Appendix, OGS General Specifications. The Contractor will submit an invoice after Acceptance or, in the case of “drop-ship” Products, after the Authorized User receives all the Products listed on the Purchase Order. If the invoice is issued before either of these actions, it is the Authorized User’s responsibility to write a letter to the Contractor stipulating the requirement for Acceptance or receipt of Product to occur prior to invoicing. This will stop the clock for the application of State Finance Law Article XI-A, item 15. After the receipt and/or Acceptance, all necessary Authorized User, OSC, etc. documents must be processed for payment of the invoice.

Page 675: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

The voucher or invoice will contain the Contract ID number, the name of the Authorized User; the location where service was performed; and, either in its body or as an attachment will contain a copy of the report itemizing the Product received and/or the work completed during that time period.

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an “electronic payment” option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

NEW YORK STATE PROCUREMENT CARD:

See “Procurement Card” in Appendix B-1/Appendix B, OGS General Specifications.

The following Contractors will accept the New York State Procurement Card for orders up to $15,000.00) with no additional discount:

Certified Multi-Media Solutions, Ltd.

MINIMUM ORDER: Minimum order shall be $100.00. This value is determined by the aggregate of an order (e.g. if an authorized user issues a purchase order for 10 items, each with a price which is less than $100.00, but the aggregate price of these items is greater than $100.00, the order has exceeded the minimum order). Authorized Users and contractors shall not artificially separate orders to be under the minimum order.

PREVAILING WAGES: If any portion of work being bid is subject to the prevailing wage rate provisions of New York State Labor Law, the following shall apply: A. “PUBLIC WORKS” AND “BUILDING SERVICES”

Bidders must refer to Appendix B, Clause 10 for a full description of these subjects.

B. PREVAILING WAGE RATE APPLICABLE TO BID SUBMISSIONS NYS DEPT. OF LABOR

PREVAILING WAGE RATE SCHEDULES

ALL PUBLIC WORKS AND BUILDING SERVICE CONTRACTS, REGARDLESS OF DOLLAR

VALUE, REQUIRE THE PAYMENT OF PREVAILING WAGES AND SUPPLEMENTS AS

Page 676: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

ESTABLISHED BY LAW BY THE DEPARTMENT OF LABOR.

Information indicating that prevailing wages are not being paid on a public works project will be forwarded to the New York State Department of Labor for investigation. Willful violations of the prevailing wage provisions of the Labor Law may result in monetary fines or debarment from bidding and awarding of contracts.

NOTE: CONTRACTORS AND SUBCONTRACTORS ARE FURTHER REQUIRED TO POST THE PREVAILING WAGE RATES IN A PROMINENT AND ACCESSIBLE PLACE AT THE WORK SITE. Vendor is solely responsible for confirming subsequent changes to the posted rates and for paying the prevailing rates at all times during the contract term.

This is a Public Works project. The Bidder must use the labor rates and must adhere to Department of Labor rules and regulations in the payment to employees Notice: Prevailing Labor Rates from the NYS Department of Labor are available on the web site.

Reference PRC# 2010006433

Work being bid is subject to the prevailing wage rate provisions of New York State Labor Law. See “Prevailing Wage Rates - Public Works and Building Services Contracts” in Appendix B, OGS General Specifications. The PRC reference number for prevailing wage rates for this bid is 2010006433. Any federal or State determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed “serious or willful” might be grounds for a determination of vendor non-responsibility and rejection of bid or cancellation of the contract.

A list of companies with which the Department of Labor prohibits State Agencies from doing business is located at the end of the labor rates list. The issuing Office will disqualify any bid from a company that is listed and a bid that uses one of the listed companies as a subcontractor.

The awarded Vendor(s) will be required to complete the following actions and maintain Department of Labor records as indicated:

1) The Prevailing Wage Schedules must be posted at the work site so that the workers are aware

of the wages and supplements to which they are entitled by law.

2) The awarded Vendor(s) must provide all workers with written notice informing them of the prevailing wage requirements for the job and each worker must sign a statement or declaration that attests that all workers have been given this information.

3) The Vendor(s) are required to certify payrolls and keep the certified records on site and available.

Bidders must submit proposals which are based upon the prevailing hourly wages, and supplements in cash or equivalent benefits (i.e., fringe benefits, expense reimbursement, and any cash or non-cash compensation which are not wages, as defined by law) that equal or exceed the applicable prevailing wage rate(s) for the location where the work is to be performed. Bidders may not submit proposals based upon hourly wage rates and supplements below the applicable prevailing wage rates as established by the New York State Department of Labor. Proposals that fail to comply with this requirement will be disqualified.

Page 677: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

C. WAGE RATE PAYMENTS/CHANGES DURING CONTRACT TERM

The wages to be paid under any resulting contract shall not be less than the prevailing rate of wages and supplements as set forth by law. It is required that the Contractor keep informed of all changes in the Prevailing Wage Rates during the contract term that apply to the classes of individuals supplied by the contractor on any projects which result from this contract which is subject to the provisions of this article. Contractor is solely liable for and must pay such required prevailing wage adjustments during the contract term as required by law.

D. DAY’S LABOR - DEFINED FOR ARTICLE 8, PUBLIC WORKS (FOR PURPOSES OF ARTICLE

8 OF THE LABOR LAW)

No laborer, workers or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency including fire, flood or danger to life or property. ‘Extraordinary emergency’ shall be deemed to include situations in which sufficient laborers, workers and mechanics cannot be employed to carry on public work expeditiously as a result of such restrictions upon the number of hours and days of labor and the immediate commencement or prosecution or completion without undue delay of the public work is necessary in the judgment of the industrial commissioner for the preservation of the contract site and for the protection of the life and limb of the persons using the contract site.

PRICE SHEETS AND CATALOGS:

Upon request, Contractor(s) shall be required to furnish, without charge, catalog and price lists identical to those accepted with their bid, including any changes (additions, deletions, etc.) pursuant to the contract, to authorized users. Catalogs and price lists provided must reflect all products excluded from the resultant contract either through the omission of those portions or by obvious indications within the catalogs and price lists. Catalogs and price lists may be furnished in either hard-copy or electronic format. If available in both formats, they shall be furnished in the format preferred by the requesting authorized user. Upon request the contractor shall assist authorized users in the use of catalogs and price lists.

INSTRUCTION MANUAL:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer’s catalog numbers, and ordering information, if applicable.

PRICING/LABOR RATES:

All net prices must INCLUDE all applicable shipping; handling, insurance and associated delivery charges (F.O.B. Destination the dock/delivery location of the Authorized User) Reference Appendix B, Clause 35, Shipping/Receipt of Product and Clause 36, Title/Risk of Loss.

Page 678: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

All rates must include travel time and costs incurred for travel to and from the site (including, but not limited to travel, meals, lodging, gas/fuel, tolls, etc.). Rates and charges for the Product, installation, systems integration, and maintenance of the Product must include all travel and costs associated with accessing the installation site.

The “not to exceed” rates for the Contractors are posted on the OGS website. There is a NYS Net Price Sheet for each Contractor and Lot/Region awarded. To view the NYS Net Price Sheets, go to www.ogs.state.ny.us, point on “Procurement Contracting Services,” then click on “Contracts,” then click on “Search Contracts,” and enter the Group Number and Award Number on the front page of the Contract Award Notification into the search fields.

REMEDIAL MAINTENANCE:

Whether the Authorized User elects to subscribe to monthly maintenance, prepaid annual maintenance, or Time and Materials (T&M), remedial maintenance shall be performed after the Authorized User notifies the Contractor that the equipment is inoperable or unsuitable for operation. The Maintenance Center will be responsible for insuring that service for each request is provided in accordance with the following:

A. Priority Emergency Service - A "Priority Emergency" is a situation involving a major malfunction of the security products or system service, which is defined as the inability of 10% or more of the security products or systems (including, but not limited to: security cameras, fire alarms and the software for the same) to not operate correctly. The Contractor shall respond* in Priority Emergencies within two (2) continuous hours following notification by the Authorized User. Authorized Users reserve the right to require a more stringent definition of a Priority Emergency at time of purchase.

B. Emergency Service - An "Emergency" is a situation involving a "critical" System failure in the opinion of the Authorized User. The Contractor shall respond* in Emergencies within three (3) continuous business hours after Authorized User notifies Contractor of the emergency.

C. Non-Emergency Service - A "Non-Emergency" is a situation involving a System failure of a scope less than that described for an Emergency. The Contractor shall respond* in Non-Emergencies within six (6) continuous business hours after Authorized User notifies Contractor of the malfunction.

*“Respond” (for Sec. II.9.4) shall be when the contract holder commences performing remedial maintenance. “Commence Performing” is when a qualified and prepared technician is actually working on, examining, or in some way servicing the system with a malfunction to attempt to correct the problem. Scheduling, simply returning a phone call, having an untrained representative/unprepared technician arrive on site, etc. do not constitute meeting the Response Time Requirements.

The above response limitation includes travel time. Remedial maintenance must be available twenty-four hours per day, seven days per week, including New York State legal holidays. Details of how the supplier will meet this level of responsiveness, and how any exception will be dealt with must be described in the Bidder’s proposal in Appendix C.

Page 679: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

Contractors must provide a local telephone number for the facility. If a service or maintenance call to the service center would result in the requesting Authorized User incurring toll charges, the Contractor must provide a toll free telephone number (i.e. 800 or 888 number, Collect Call). This excludes local message units. A national toll-free number for service and dispatch of local technicians is acceptable. If the Contractor does not perform according to the contract, the Authorized User reserves the right to contract with another maintenance company. The difference in cost, if any, between the two will be borne by the Contractor named in this contract. If the Contractor subcontracts any portion of the service, the subcontractor must be approved by OGS. The requirements of this section (Sec. II.9.4) shall apply to contractors during the warranty period required by Appendix B, Clause 59, when the contractor has provided the products, installation, and systems integration.

MAINTENANCE SERVICES FOR PRODUCTS PURCHASED OUTSIDE AWARD 20191:

In addition, maintenance services for systems/equipment not purchased from contracts established for Security & Facility Systems & Solutions as a result of RFP 20191 may be purchased from bidders awarded contracts for LOTS 2 and 3 under the following conditions:

1. Authorized Users are allowed to purchase replacement parts and monthly maintenance for systems/equipment purchased outside of the Award 20191, if the replacement parts and monthly maintenance rates for the systems/equipment are on the Contractor’s NYS Net Price sheets. See bullet # 3.

2. Authorized Users would be allowed to purchase Time and Material maintenance for any products offered by a contractor (requiring a Manufacturer’s Guarantee for all products not manufactured by the contractor), even if the specific product is not on the Contractor’s NYS Net Price Sheets. See bullet #3.

3. The Contractor would be required to establish maintenance rates at or below the rates listed on their NYS Net Price Sheets and add to the contract prior to sale via the contract update procedures.

4. Contractors are not obligated to provide the Authorized Users maintenance service for systems/equipment not purchased from the NYS Security & Facility Systems & Solutions Contracts.

5. The Contractor will inspect the system/equipment to make a determination as to whether or not they wish to provide the Authorized User maintenance. Any rates for the inspection service will be at or below the hourly or per inspection rates listed on the Contractors’ NYS Net Price Sheets. Contractors may refuse to offer maintenance on previously purchased equipment, due to age, condition, availability of parts, etc.

6. The availability of maintenance services for systems/equipment not purchased from contracts for Security & Facility Systems & Solutions established as a result of RFP 20191 will end at the same time as the maintenance contracts for systems/equipment purchased under Award 20191. (see Section 1.1 above)

NYS FIRE ALARM SECURITY SYSTEMS INSTALLER LICENSE:

Page 680: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

Section 69-M of the General Business Law and Title 19 NYCRR Reg. 195.2 provide that any person engaging in the business of installing, servicing or maintaining security or fire alarm systems must be licensed to do so. . Additional information regarding these requirements may be obtained from the New York State Department of State at: http://www.dos.state.ny.us/lcns/professions/sec-fireinstallers/install1.htm Bidders submitting proposals for Lots 2-5 must provide proof of compliance with these requirements with the bid submission.

REGULATORY COMPLIANCE:

All equipment offered in eventual contract(s) resulting from this RFP shall be in compliance with all applicable regulatory rules and standards (e.g. FCC, EIA, UL) that govern operation of the equipment at the time of the bid opening and for the entire term of the contract. It is the responsibility of the Contractor to ensure, throughout the term of the contract, their compliance with this section.

EXAMINATION OF SITES AND SPECIFICATIONS: At the discretion of the Authorized User and prior to the issuance of the Cost Quote, Contractors may be required to perform a site visit at the associated installation location to become familiar with any local condition, which may in any manner affect the work to be done, as well as equipment, materials, labor, or services required. Contractors are required to examine carefully the specifications and to familiarize themselves thoroughly concerning any conditions and requirements that may in any manner affect the work to be performed under the contract. During the site visit, the Authorized User will indicate placement of all equipment. In addition, Contractors should specify if there are any required modifications or additions to the site, which are required to insure proper operation of the equipment. If changes are required, they must be included in the Cost Quote. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Contractors of their liability and obligations under the contract. Contractors shall provide drawings of typical equipment room layouts, specifying floor space and electrical outlet requirements for each system, assuming maximum system capacities are ordered.

AUTHORIZED USER COMPLIANCE WITH LEGAL REQUIREMENTS: Authorized users must comply with the following requirements under New York State Law:

a. Identification of legal authority for system installation (i.e.: construction work is regulated by statute and not all agencies are authorized to perform such work).

b. Payment of applicable Department of Labor Prevailing Wage Rates under Article 8 Labor Law.

c. Compliance with state and local building codes. For each project undertaken, State Agencies must obtain a Construction Permit and an eventual Code Compliance Certificate from a Construction Permitting Agency. In accordance with NYCRR Title 19 Part 448, such

Page 681: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

agencies are so designated by the Department of State. Authorized Users, other than State Agencies, must obtain Construction Permits and Certificates of Code Compliance from the local building department having jurisdiction.

d. Plans and specifications that are certified and stamped by a NYS licensed architect or engineer.

e. In OGS Buildings, obtain an approval from the appropriate Building Manager. ACCEPTANCE TESTING AND SYSTEMS ACCEPTANCE:

The State defines system acceptance as the “problem free” operation of a system/solution* after it is fully furnished** for a consecutive 30 day period commencing with the first day of business after the system/solution is fully operational. At that point, the Authorized User reserves the right to test for up to 30 calendar days. Should the equipment fail to operate “problem free” during the 30 day acceptance period, the Contractor will correct the problem at no cost to the Authorized User and the 30 day acceptance period will begin again. “Problem free” operation applies to ALL components of the system/solution provided by the contractor but does not include problems caused by the failure of any Authorized User provided premise infrastructure, failure of any Authorized Users provided interface or systems or erroneous software/system programming by the Authorized User. An Authorized User has the discretion to increase the 30 day acceptance period. At the conclusion of the Acceptance Testing Period, the Authorized User may accept the system and notify the Contractor. Upon receipt of notification of acceptance by an Authorized User payment may be made and any system warranty can commence. The Contractor must agree at the request of the Authorized user to provide performance criteria for acceptance testing. The Contractor must agree to perform at the request of the Authorized User or as required by Code/Law an acceptance test which simulates the normal operating conditions of the installed equipment, system, or solution, and complies with all applicable Building Code or Industry Standard Requirements as applicable to ensure proper performance after acceptance of the system/solution by the Customer. Authorized Users reserve the right to require additional performance and acceptance testing standards at the time of purchase. *Note: System/Solution for this section shall mean, without limitation, all components of a physical security and facility system and solution provided under this contract by a contractor, including, but not limited to all products, installation labor, systems integration, and post-Appendix B, Clause 59 Warranties. Products shall include, but not be limited to wiring, conduit, piping, ductwork, mounting racks/equipment, all hardware, software, sensing equipment, etc. provided, installed, and integrated by the contractor. This includes products, installation, and integration provided by subcontractors and for remedial maintenance as defined in Sec. II.9, any equipment repaired or replaced. **Note: “Fully furnished” for this section shall means that all products/materials have been provided, all installation labor/services performed, all systems integration (including, but not

Page 682: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

limited to programming, engineering, commissioning, etc.) and, for remedial maintenance as defined in Sec. II.9, the equipment is repaired or replaced.

GENERAL REQUIREMENTS:

A. The Office of General Services will make no allowance or concession to the Contractor for any alleged misunderstanding or deception because of quantity, quality, character, location, or other conditions.

B. Should it appear that there is a real or apparent discrepancy between different sections of specifications

concerning the nature, quality, or extent of work to be furnished, it shall be assumed that the Contractor has based the proposal on the specifications more favorable to the State. Final decision will rest with the Office of General Services.

C. The equipment to be supplied will either be newly manufactured equipment or remanufactured

equipment and will be guaranteed to be standard new equipment, latest model of regular stock product and current production, with all parts regularly used with the type of equipment offered; also, that no attachment or part has been substituted or applied contrary to the manufacturer's recommendations and standard practice. All equipment delivered for installation will: (1) conform to the testing standards at the time of purchase under this contract; and (2) incorporate the most recent design changes from the manufacturer as of the scheduled delivery dates for that technology. Any equipment to be replaced must be either new or remanufactured and produced by a reputable manufacturer. The equipment must be the same as or equal to the original equipment. All substitutes for the original manufacturers’ equipment must be approved by the Authorized User before installation. For a minimum period of one year from acceptance, the products shall be represented and warranted to be free from defects in materials or workmanship, and shall substantially conform to the specifications, performance standards, and descriptions in the documentation, so as to provide use of the products in accordance with such documentation without significant functional downtime to the Authorized User’s ongoing business operations during the warranty term. The product is further warranted to be adequate to meet the Authorized User’s needs. The products must also be currently installed and demonstrable in a user environment for a minimum of three months. Experimental or unannounced equipment will not be acceptable. All equipment shall be covered by the manufacturer’s standard warranty or for a minimum of one (1) year warranty, whichever is longer from the date of acceptance of the equipment. If, during this period, such faults develop, the unit or component affected is to be replaced without any cost to the State. Where accessories are to be supplied, they must be compatible with the rest of the equipment. Equipment, as installed or subsequently modified by Contractor (or others with its knowledge and consent) shall be suitable for connection to the common carrier network or other equipment (as identified by Authorized User) and shall be provided with the guarantee that such interconnection will not in any way impair the quality of transmission or cause any harmful effects to such network or equipment. Contractor will save the State harmless from any action brought against the State to the extent that it is based on a claim that the equipment at any time caused any such harmful effects, except to the extent that such damage was caused by acts or omissions of the State. The warranty, and remedy, set forth in this paragraph shall only be operable to the extent Authorized User informs Contractor of the carriers or equipment to which Hardware will be connected.

Page 683: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

Any equipment replaced by the Contractor during the contract period shall be either new, or re-manufactured, manufactured by a reputable manufacturer and guaranteed for one (1) year from the date of acceptance of the replacement and replaced at no cost if found defective during that time. Contractor will utilize equipment that is free of any liens or encumbrances.

D. The Office of General Services' interpretation of specifications shall be final and binding upon the

Contractor.

E. The Contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

F. Trained technicians are required to do all servicing. All technicians shall have at least two (2) years’

experience on the systems bid.

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES: NYSPro considers the prime contractor to be the sole contact with regard to all provisions of the contract, to include payment of all charges resulting from the procurement and installation of the entire equipment and/or software configuration. In the event the contract includes hardware and/or software manufactured by another manufacturer or supplier, the Prime Contractor must assume full responsibility for delivery, installation, maintenance, and support services for such items offered in the proposal. The Prime Contractor shall ensure that there is no interruption of service during implementation and shall assume responsibility for any related negotiations with local service providers. Contract holders may authorize any reseller to accept purchase orders, issue invoices and receive payments

A. The Contractor and its representatives must work in harmony, cooperation and coordination with existing trade unions.

B. Contractors are encouraged to subcontract with companies certified as minority or women-owned enterprises. A list of New York State registered minority and women-owned business enterprises is available through the OGS MWBE Office as referenced in Article 15 A.

C. If the Bidder is required per Section 1.3.2 to obtain and maintain New York State Security Systems Installation license and proposes to use subcontractors to meet this requirement, the subcontractors are required to be identified/named at the time of the bid.

D. All subcontractors must have a minimum of two (2) years’ acceptable experience as determined by Procurement Services installing the same type of equipment/services being offered on in this proposal.

E. All subcontractors must be pre-approved by OGS and/or OSC prior to being added on contract. OGS reserves the right to request and review any and all subcontractor agreements.

F. All purchase orders, and payments for work to be performed by subcontractors must be issued directly to the contract holder (prime contractor) referencing the contract holder's Federal ID # and (where applicable) the NYS Vendor ID #.

Page 684: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

SOFTWARE LICENSE AGREEMENTS:

Contractors are not permitted to offer/include, and Authorized Users are not permitted to sign, or agree to any Software License Agreement (or End User License Agreement) for the purchase, maintenance, installation, or systems integration of software for any contract issued under Group 77201-20191 unless it has been reviewed and approved by OGS and/or OSC and posted to the OGS Website. Agreeing to any non-approved Software License Agreement would violate Appendix B.

REFERENCES:

All contract holders may be required to provide references from its customers who have purchased products similar to those represented by on their contracts. References may be commercial or governmental accounts. If requested by the State or Authorized contract users the references shall include:

a. Name, address, telephone number and fax number for the contact person. b. Number of years the bidder has supplied product(s) to the reference. c. The yearly sales volume the bidder has had with the reference.

If required, Authorized Users may utilize the forms on Pages 47 and 48 of this document.

NYS WORKER’S COMPENSATION/DISABILITIES BENEEFITS INSURANCE REQUIREMENTS:

The New York State Workers’ Compensation Law Sections 57 and 220 require the heads of all municipal and state entities to ensure that businesses applying for leases, permits, licenses or Contracts have appropriate workers’ compensation and disability benefits insurance coverage. These requirements apply to both original issuances and renewals, whether the governmental agency is having the work done or is simply issuing the lease, permit, license or contract. Failure to provide proper proof of such coverage or a legal exemption will result in a rejection of this Lease. Therefore, prior to award of any Contract by OGS, Bidders and Contractors must submit proof to OGS that they have workers’ compensation and disability benefits coverage as required by the New York State Workers’ Compensation Law, or proof that they are legally exempt from obtaining such coverage in compliance with the New York State Workers’ Compensation Law. Proof of compliance must be submitted on one of the forms designated by the New York State Workers’ Compensation Board. An ACORD form is not acceptable proof of New York State workers’ compensation or disability benefits insurance coverage.

An instruction manual clarifying the New York State Workers’ Compensation Law requirements is available for download at the New York State Workers’ Compensation Board’s website, http://www.wcb.ny.gov Once on the site, click on the Employers/Businesses tab and then click on Employers’ Handbook.

IRAN DIVESTMENT ACT OF 2012:

By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, Bidder/Contractor (or any assignee) certifies that it is not on the “Entities Determined to be Non-Responsive Bidders/Offerers Pursuant to The New York State Iran Divestment Act of 2012” list (“Prohibited Entities List”) posted on the OGS website at:

Page 685: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf and further certifies that it will not utilize on such Contract any subcontractor that is identified on the Prohibited Entities List. Additionally, Bidder/Contractor is advised that should it seek to renew or extend a Contract awarded in response to the solicitation, it must provide the same certification at the time the Contract is renewed or extended.

During the term of the Contract, should OGS receive information that a person (as defined in Section 165-a in the State Finance Law) is in violation of the above-referenced certifications, OGS will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then OGS shall take such action as may be appropriate and provided for by law, rule or contract, including, but not limited to, seeking compliance, recovering damages, or declaring the Contractor in default.

OGS reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to an entity that is awarded a contract and appears on the Prohibited Entities list after contract award.

LIST OF CONTRACT HOLDERS:

CONTRACT # CONTRACTOR & ADDRESS CONTRACT PERIOD FEIN#

PT66594 Certified Multi-Media Solutions, Ltd. 02/22/2017 – 08/26/2020 Fed ID: 203530105 SBE 95 Toledo St NYS Vendor ID #: 1100019619

Smithtown, NY 11787

INDEX OF AWARDS (LOTS & REGIONS) HOW TO USE CONTRACTS: Note: Please see the “Pricing Information” section of the OGS website for Group 77201, Award 20191 for the contact information for each contract holder. Please see below a chart of the LOTS and Regions awarded to each contractor for Security Systems and Solutions. Please use the following link to go directly to the pricing information pages. At the beginning of each price list tab is a summary of the products and/or services available. PLEASE NOTE: products and/or services not listed on a contractor’s pricing tab MAY NOT BE awarded to that contractor and MAY NOT BE on contract. Please contact the OGS Contract Administrator listed on Page One of this document for any questions. http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Contractor Contract # Lot I Lot II Lot III Lot IV Lot V Certified Multi-Media Solutions, Ltd. PT66594 Statewide Regions 1-3 Regions 1-3 Regions 1-3 Regions 1-3

Page 686: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

Please Note: When utilizing contracts awarded as a result of RFP 20191, Authorized Users should note that the pricing is “Not to Exceed.” As these are multiple award contracts, Authorized Users are encouraged to seek quotes from multiple contractors, and negotiate for better pricing. Authorized Users should always follow their Internal Procurement Guidelines and Best Practices and maintain a detailed Procurement Record.

Page 687: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

LIST OF SUBCONTRACTORS: Please see below the following link to the Pricing and Contract Information Page: http://www.ogs.ny.gov/purchase/snt/awardnotes/7720120191Prices.pdf

Page 688: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

ATTACHMENT ONE: DCJS AND FBI CERTIFIED SPECIFICATIONS: Authorized Users: OGS incorporated DCJS and FBI Certified Specifications into RFP 20191 (See Section I.3.8, pages 11-18). For any additional information regarding these specifications, Authorized Users should contact the following DCJS employee:

Jerry Nimick. Phone: 1-800-262-3257 E-Mail: [email protected]

The telephone number listed above is to the DCJS Customer Contact Center (CCC). Authorized Contract Users can call the CCC and dial by last name to reach Mr. Nimick.

Page 689: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 677 of 701

20191sa27.doc

ATTACHMENT TWO: PROJECT REFERENCES: PROJECT REFERENCES/CLIENT INFORMATION

ONLY REQUIRED IF REQUESTED REFERENCE FORM

(Submit one form per reference) BIDDERS INFORMATION

Bidding Company/Contact Person: ___________________________/__________________________ Contact Person Telephone Number: _______________________________________________________

PROJECT REFERENCE/CUSTOMER'S INFORMATION

Customer Name _______________________________________________________________________ Customer Address _____________________________________________________________________ Contact Person ________________________________________________________________________ Telephone Number _____________________________________________________________________ Facsimile Number _____________________________________________________________________ E-Mail Address _______________________________________________________________________ Date Range of Service__________________ thru ___________________ Dollar Value of Project/Contract _________________________________________________________ Description of Equipment/Solution provided: ________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ ____________________________________________________________________________________

Page 690: Supplemental Awards

Group 77201 Award 20191 Security & Facility Systems and Solutions Page 701 of 701

ATTACHMENT THREE: OGS CONTRACT PERFORMANCE REPORT: State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software.

Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing

CONTRACTOR

Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution

Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 38th Floor

Corning Tower - Empire State Plaza Albany, New York 12242

* * * *