INVITATION TO BID. Pulaski County, Arkansas

Similar documents
Department of Civil Engineering Indian Institute of Engineering Science and Technology, Shibpur Howrah

Remote Controller. 9. Intelligent Flight Battery

FLIR Daylight and Thermal Surveillance (P/T/Z) Multi-Sensor systems

HIGH COURT OF BOMBAY AT GOA

Invitation to Bid SCOREBOARD - WHH

Purchasing Department Finance Group INVITATION TO BID

AWT150C/AWT150CS/ AWT151C CCD Camera

REQUEST FOR QUOTATION

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA

NOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows:

Instant 802.3af Gigabit Outdoor PoE Converter. Model: INS-3AF-O-G. Quick Start Guide

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

Block No. 12, CGO Complex Lodhi Road, New Delhi Dated: TENDER NOTICE NO.12/SSC(NR)/2015

what s in the Box? Camera transmitter with power cable 3M sticker 2 RVS SYSTEMS

COUNTY OF LOS ANGELES SPECIFICATIONS For SHERIFF'S DEPARTMENT

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

WATCHMASTER IP THERMAL SURVEILLANCE SYSTEMS

Tender Notification for the procurement of a Scanning Electron Microscope" at IISc (Last Date for submission of tenders: 3 rd October 2018)

Golf ball tracker. Instruction manual

INSTRUCTIONS TO BIDDERS

Day/Night Dome Camera (Indoor/Outdoor) OPERATING MANUAL

USER INSTRUCTIONS MODEL CSI-200 COAXIAL SYSTEM INTERFACE

JS007WQK HEAVY DUTY WIRELESS REVERSING KIT 7 LCD DIGITAL QUAD RECORDING MONITOR with WATERPROOF CCD CAMERA

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

3G/HD/SD-SDI to HDMI Converter

SECTION 686 VIDEO DECODER DESCRIPTION

watchmaster IP Thermal surveillance systems

City of Columbia Purchasing

ASP-FIBRS1 User Manual

SM-816DT User s Manual. 2.4GHz Digital Wireless Outdoor/Indoor Camera with Night Vision and Audio

Faribault Public Schools ISD # th Street SW Faribault, MN Band Equipment Request for Proposals

UTILITIES (220 ILCS 5/) Public Utilities Act.

COLUMBIA COUNTY, WISCONSIN COURTROOM VIDEO CONFERENCE & AV SYSTEMS REQUEST FOR PROPOSALS

Elbert Theatre Rental Application

2nd Edition. Quick Start Guide. getawair.com

TC Mbps - 622Mbps FIBER OPTIC MODE CONVERTER/REPEATER (Rev A0.1) User's Manual

VGA Extender over Cat 6 with Audio Support. Model Extend both video and audio up to 300 meters

RETURN THIS AMENDMENT TO THE ISSUING OFFICE AT: AMENDMENT (1) ONE to RFP

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School

U SER S G UIDE. TS2002A Fiber Optic Test Kit

USERS GUIDE MCX-HTS. HDMI to 3G SDI Converter. Manual Number:

OPERATING INSTRUCTIONS TOM-0431IP

Electronic M.O.P Card. Instruction Manual Model D

DVI Rover 700 User Guide

VGA to DVI Extender over Fiber SET

FAR Part 150 Noise Exposure Map Checklist

POST DATE: 01/22/19. BID 1407: Projectors and Equipment for Robertson County Schools. Sealed bids must be received by: 02/04/19 at 1:00 PM

City of Winter Springs, FL

Global Water Instrumentation, Inc.

USER MANUAL. Spy RF Relay 06416E

1X4 HDMI Splitter with 3D Support

RULES AND REGULATIONS

CM-S23349SV. Vari-Focal IR Bullet Camera

INSTRUCTIONS TO BIDDERS

Quick Start Guide ABOUT THE CAMERA

VGA Extender over Single CAT 6 Cable with Audio Support. Model Extend both video and audio up to 1000 feet

RFIs AND RESPONSES; ANSWERS ARE IN RED.

KENYA ELECTRICITY GENERATING COMPANY PLC. KGN-HYD

User s Manual. 4X1 HDMI Switcher Part #: DL-HDS41

CM-S38901SV TVL IR Long Range camera

blink USER GUIDE Bluetooth capable Reclocker Wyred 4 Sound. All rights reserved. v1.0

Fluke 279 FC True-rms Thermal Multimeter

HD VIDEO IP STREAMER CT-HDVD-HDSTR-KIT

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 872 LIGHT EMITTING DIODE TRAFFIC SIGNAL LAMP UNITS JULY 19, 2002

Security Driven by Intelligence.

SPECIAL SPECIFICATION 6713 Ethernet Video Decoder (MPEG-4)

-Technical Specifications-

KODAK Video Monitor CFH-V10

Wireless Cloud Camera TV-IP751WC (v1.0r)

Colour Explosion Proof Video Camera USER MANUAL VID-C

Analogue HD Monitoring Set: 8-Channel Video Recorder + 4 Outdoor Cameras

4, 8, 16 Port VGA/ Audio Extender / Splitter With Local Output with SPDIF Model #: VGA-C5SP-8

TERMS AND CONDITIONS OF THE OFFER FROM. TRIBUNE TELEVISION COMPANY (COMPANY) WXIN/WTTV (STATION) Indianapolis, IN (DESIGNATED MARKET AREA)

INTERNATIONAL GARMENT FAIR ASSOCIATION

GRATICAL EVF. Bright. Sharp. Brilliant. The Gratical HD/LT Micro-OLED Electronic Viewfinder User Manual.

Specifications SMART Board 6075 interactive flat panel with iq Model SPNL-6275

A. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer s system.

CN12 Technical Reference Guide. CN12 NTSC/PAL Camera. Technical Reference Guide PCB Rev

Black & White Wireless Video Surveillance System

ALPHA Personal Priority Display User Manual

Outdoor IR Audio Camera

8 Port HD/SD-SDI Video Switch with 2 Port Splitter

User Manual. Model 1372A and 1374A HDMI Switchers. 1T-SX-632 Model 1372A 2X1 Switcher. v1.3 2x1 SWITCHER. v1.3 INPUT ENHANCE POWER

SX7. Saga 7" Super Bright HDMI/3G-SDI Field Monitor with 3D-LUTs. Quick Start Guide. What s Included CHECKED BY

A. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer s system.

4, 8, 16 Port VGA and Audio Extender / Splitter with Audio over Single CAT5

Date. James W. Davis, PhD James W. Davis Consultant Inc.

No. NITTTR/CEMT/RE/ /Switcher Date: To QUOTATION DUE DATE. Date:

Furnish & Install Video Surveillance System for Lot B. Exhibits

Salient Systems June, N Mopac Expy, Bldg 3, Ste 700 Austin, Texas FAX

5 Port DVI Splitter VIDEO WALLS VIDEO PROCESSORS VIDEO MATRIX SWITCHES EXTENDERS SPLITTERS WIRELESS CABLES & ACCESSORIES

NEXT/RADIUS Shelf Mount CCU

ALTERNATIVE BROADCAST INSPECTION PROGRAM

Procurement of IC TESTER & TRAINER KITS, OSCILLOSCOPES, FG S, DECADE BOXES AND ANALOG METERS

Filmmakers Premier League Application Form

VTC-BHOCR MP HD-SDI Vandal Resistant WDR Bullet Camera with mm & 70 IR LEDs VITEK

Tender Report for Supply and installation of LAN in *Biomedical Imaging and Bioinformatics Lab*

Durable and Reliable Design for 24/7 Use. Overview. Narrow Bezel Optimized for Video Walls. 42 Narrow bezel commercial LED display

1x4, 1x8, 1x12, 1x16 VGA Extender / Splitter over Single CAT5

Transcription:

INVITATION TO BID Pulaski County, Arkansas Offers by telephone, telegram, fax, or electronic mail will not be accepted. Return Bid to: Pulaski County Purchasing Department 201 S. Broadway, Suite 440 It is the responsibility of bidder to read and comply Little Rock, AR 72201 with all conditions listed on following page. BID NUMBER: 17-F-023/ DATE ISSUED: September 22, 2017 / DATE & TIME OF BID OPENING: October 5, 2017 @ 10:00 a.m. COMMODITY CLASSIFICATION: Industrial Drone System / CONTRACT PERIOD/DATE DELIVERY REQUIRED: As Specified in Bid DEPARTMENT: Sheriff s Office / BUYER: Vicki Atchley / DELIVERY DATE: As Specified in Bid Pulaski County is requesting competitive sealed bids to establish a contract for the purchase and delivery of an Industrial Drone System according to the following conditions and specifications. It is solely and strictly the responsibility of the bidder to ensure that the bid is received by the Pulaski County Purchasing Department on or before the specified date and time. The County will in no way be responsible for delays caused by any occurrence. The bid time will be and must be scrupulously observed. Under no circumstances will bids delivered after the opening date and time be considered. If due to inclement weather, natural disaster or for any other cause the Purchasing Department where bids are to be submitted is closed on the due date, the deadline for submission shall automatically be extended until the next business day on which the Purchasing Department is open, unless the contractor is otherwise notified by the Purchasing Department. The time of day for submission shall remain the same. Offers by telephone, telegram, fax, or electronic mail will not be accepted. Bidders will not be allowed to withdraw or modify their bids after the opening date and time. Award of this bid is contingent upon the appropriation of funds by the Pulaski County Quorum Court. It is the responsibility of the bidder to read and comply with all terms and standard conditions listed on the reverse side, especially item number 14. Delivery date may be a determining factor in the award of this bid. Bidders are to list earliest possible completion date in the space(s) provided. If a particular brand name is specified, it is not the intent to discriminate against any "equal" product from another manufacturer. The intent is to establish a minimum standard requested for this purchase. If there are any objections to the specifications herein; bidder must submit their dispute in writing to the Pulaski County Assistant Comptroller, 201 S. Broadway, Suite 440, Little Rock, AR 72201, seventy-two (72) hours prior to date and time of bid opening. Complete descriptive literature should be submitted with the bid document or the bid may be rejected. Questions regarding bid procedures and merchandise/service being requested should be directed to Vicki Atchley @ 501-340- 8390 or email vatchley@pulaskicounty.net. FOR EVALUATION PURPOSES, WE REQUEST THAT YOU SUBMIT TWO COPIES OF YOUR BID. EXECUTION OF BID Upon signing this Bid, the bidder certifies that he/she has read and agrees to the requirements set forth in this bid proposal including specifications, conditions and pertinent information regarding the articles being bid on, and agrees to furnish these articles at the prices stated. Unsigned bids will be rejected - no exceptions. NAME OF FIRM: PHONE NUMBER: FAX NUMBER: BUSINESS ADDRESS, STREETS: CITY: STATE: ZIP SIGNATURE OF AUTHORIZED PERSON: PRINTED OR TYPED NAME: DATE: TITLE: ARKANSAS SALES OR USE TAX NUMBER: STATE CONTRACTORS LICENSE NUMBER:

Bid Number 17-F-023 Page 2 TERMS AND STANDARD CONDITIONS PLEASE READ CAREFULLY 1. When submitting an "Invitation to Bid", the bidder warrants that the commodities covered by the bid shall be free from defects in material and workmanship under normal use and service. In addition, bidder must deliver new commodities of the latest design and model, unless otherwise specified in the "Invitation to Bid". 2. Sales or use tax is not to be shown in bid price but is to be added by the vendor to the invoice billing to the County. The County is not exempt from Arkansas Sales and Use Tax. Vendors are to register and pay tax directly to the Arkansas State Revenue Department. 3. Discounts offered will be taken when the County qualifies for such. The beginning date for computing discounts will be the date of the invoice or the date of delivery and acceptance, whichever is later. 4. When bidding other than the brand and/or model specified in the "Invitation to Bid", the brand and/or model must be listed and descriptive literature attached to bid document. 5. Identical Bids: In the event of two or more identical low bids, Arkansas Code Annotated Section 14-22-111 shall apply. 6. Specifications furnished with this "Invitation to Bid" are intended to establish a desired quality or performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price. Other than designated brands and/or models approved as equal to designated products shall receive equal consideration. 7. Samples of items when required, must be furnished free and, if not called for within 30 days from the date of the bid opening, will become the property of Pulaski County. 8. Prices quoted shall be "Free on Board" (F.O.B.) to destination at designated facility within Pulaski County. Charges may not be added after the bid is opened. 9. Liquidated damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on the bid form and/or provided for by the plans and specifications. 10. The Purchasing Department reserves the right to award items, all or none, or by line item(s). 11. Quality, time and probability of performance may be factors in making an award. 12. Guarantees and warranties should be submitted with the bid, as they may be a consideration in making an award. 13. Any ambiguity in any bid as the result of omission, error, lack of clarity or noncompliance by the bidder with specification, instructions and all conditions of bidding shall be construed in the light most favorable to the County. 14. The bid number must be stated on the face of the sealed envelope. If it is not, the envelope will be opened to be identified and the bid enclosed therein will not be considered or counted in the tabulation. 15. All terms and conditions stated herein shall constitute a complete and integrated document and the covenants contained herein shall not be altered or modified by parol evidence unless such modifying term, conditions or covenants are in writing and are signed by the vendor and the agent of Pulaski County. 16. CONSTRUCTION: A. When noted, the Contractor is to supply Pulaski County with evidence of having and maintaining proper and complete insurance, specifically Worker's Compensation in accordance with the laws of the State of Arkansas, public liability and property damage. All premiums and costs shall be paid by the Contractor. In no way will the County be responsible in case of accident. B. When noted, a certified check or bid bond in the amount of 5% of the total bid shall accompany bid if bid exceeds $35,000.00. C. A performance bond equaling the total amount of any bid exceeding $20,000.00 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement [pursuant to Arkansas Code Annotated Section 22-9-203]. 17. Whenever a bid is sought seeking a source of supply for a specified period of time for materials and/or services, the quantities of usage shown are estimated ONLY. No guarantee or warranty is given or implied by the participants as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for the bidders' information ONLY and will be used for tabulation and presentation of the bid and the participant reserves the right to increase or decrease quantities as required. Bidder agrees to this condition upon the signing of this document. 18. Pulaski County reserves the right to reject any and all bids, to accept in whole or in part, to waive any informalities or technicalities in bids received, to accept bids on materials or equipment with variations from specifications in those cases where efficiency of operation will not be impaired and unless otherwise specified by the bidder, to accept any item in the bid. If unit prices and extensions thereof do not coincide, Pulaski County may accept the bid for the lesser amount whether reflected by the extension or by the correct multiple of the unit price.

Bid Number 17-F-023 Page 3 *** NOTICE TO BIDDERS LOCATED IN PULASKI COUNTY*** Pulaski County is prohibited by ordinance from awarding bids to companies that are delinquent in paying Pulaski County property taxes. If your business address is within Pulaski County, you must submit with your bid proof of payment of real and personal property taxes due in 2016, or your bid may be disqualified. TITLE VI CIVIL RIGHTS ACT COMPLIANCE AND ASSURANCES: The successful bidder, and all sub-recipients, sub-grantees, sub-contractors, successors, transferees, and/or assignees shall: a. Comply with Title VI of the Civil Rights Act of 1964 as amended (42 U.S.C. 2000d et seq., 78 stat. 252), prohibiting discrimination on the basis of race, color, national origin, age, sex, and disability through its applicable federal statutory or regulatory authorities, or other pertinent directives, circulars, policy, memoranda, and/or guidance and will give assurance that it will promptly take measures necessary to ensure such; b. Abide by all applicable Federal provisions, and Pulaski County requests, regarding access to records, accounts, documents, information, facilities, and staff; c. Comply with all program and/or compliance reviews, and/or complaint investigations conducted by Pulaski County or any Federal department or agency; d. Maintain and preserve all project records for a minimum of three (3) years or as further required by Pulaski County and Federal record retention requirements; e. Assure that all records or materials are timely, completely, and accurately provided to Pulaski County upon request, and f. Comply with data collection and evaluation requirements, as required by Pulaski County, related laws, or program guidance. DISADVANTAGE BUSINESS ENTERPRISES Pulaski County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into, pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. PULASKI COUNTY NONDISCRIMINATION ASSURANCES: The successful bidder, as well as, all sub-grantees, sub-contractors, successors, transferees, and/or assignees, providing goods and services to Pulaski County, shall comply with Pulaski County Ordinance 15-OR-25, prohibiting discrimination on the basis of political or religious opinions or affiliations, age, race, sex, national origin, handicap, disability, sexual orientation, gender identity, genetic information, veteran status, or other non-merit factors. The successful bidder shall include a similar provision in all contracts or agreements with sub-grantees, sub-contractors, successors, transferees, and/or assignees requiring compliance with Pulaski County Ordinance 15-OR-25. The successful bidder shall provide records of such contracts or agreements with sub-grantees, sub-contractors, successors, transferees, and/or assignees to Pulaski County upon request.

COUNTY PREFERENCE Bid Number 17-F-023 Page 4 When the bid represents items manufactured or grown, or offered for sale by business establishments having their principal place of business in the County, with the quality being equal to articles offered by competitors outside the county, then the bidder shall be allowed a differential of not to exceed three percent (3%) of the purchase price in determining the low bid. However, in each instance in which this bid preference is requested, the bidder must inform the County of the request before the date and time fixed for opening the bids and furnishes satisfactory proof thereafter. Absent contracts regarding federal money, where there are equal or tie bids, preference shall be given to residents or firms located and doing business in the County. See attached Form A to request County Preference. CONTRACTOR/VENDOR DISCLOSURE All Vendors/Contractors prior to entering into a contract with Pulaski County shall be required to fill out Pulaski County s Contractor/Vendor Disclosure Form (See Form B). INSURANCE All proposals must contain a letter of intent from an insurance company authorized to do business in the State of Arkansas stating its willingness to insure the Company pursuant to the terms of any contract resulting from this Invitation to Bid. The Company shall procure and maintain, at the Company's expense, the following insurance coverage for the period of the Contract. Certificates evidencing the effective dates and amounts of such insurance must be provided to Pulaski County: a) Workers Compensation: As required by the State of Arkansas. b) Comprehensive General Liability (Broad Form) coverage in amounts specified under the contract for work at the facility prior to the signing of the contract. c) Commercial Blanket Bond or equivalent coverage for theft/fraud by employees. (REQUIRED BY ORDINANCE). d) Minimum shall be the amount of the contract. DELIVERY Pulaski County requests delivery within 30 days after receipt of order. If this delivery schedule cannot be met, bidder must state number of days required to place commodity in County s designated location. Failure to state delivery time obligates bidder to complete delivery by County s requested date. Extended delivery dates may be considered when in the best interest of the County. Delivery days after receipt of order. F.O.B.: SCOPE Pulaski County Sheriff s Office 2900 South Woodrow Little Rock, AR 72204 Pulaski County is requesting formal sealed bids for the purchase, delivery and training of a new M210 Industrial Drone Aircraft system equipped as specified in the specifications below. QUALITY: If a particular brand name is specified, it is not the intent to discriminate against any equal product from another manufacturer. The intent is to establish a minimum standard being requested for this purchase.

Bid Number 17-F-023 Page 5 COMPLETE DESCRIPTIVE LITERATURE MUST BE ATTACHED FOR ALL ITEMS BID OR BID MAY BE REJECTED. SPECIFICATIONS FOR DJI MATRICE M210 INDUSTRIAL DRONE I. Aircraft Model M210 Package Dimensions: 31.1x15.4x11.4 inch (790x390x290mm) Dimensions (unfolded): 34.9x34.6x14.9 inch (887x880x378mm) Dimensions (folded): 28.2x8.7x9.3 inch (716x220x236 mm) Folding Method: Folded Inward Diagonal Wheelbase: 25.3 inch (643 mm) Number of Batteries: 2 Weight (TB50): Approx. 3.84kg (with two standard batteries) Weight (TB55): Approx. 4.57kg (with two standard batteries) Max Takeoff Weight: 6.14KG Max Payload (2 TB50): Approx.2.3kg (with two standard batteries) Max Payload (2 TB55): Approx.1.57kg (with two standard batteries) Hovering Accuracy (during safe flights): Vertical: ±0.5, Downward Vision System enabled: ±0.1 Max Angular Velocity: Pitch 300 /s; Yaw: 150 /s Max Pitch Angle: P Mode: 25 (Forward Vision System enabled: 25 ) ; A Mode: 25 ; S Mode: 30 Max Ascent Speed: 16.4 ft/s (5 m/s) Max Descent Speed: Vertical: 9.8 ft/s (3 m/s) Max Speed: S Mode 23m/s P Mode 17m/s A Mode 23m/s Max Service Ceiling Above Sea Level: 1.86 miles (3000 m) Max Wind Resistance: 32.8 ft/s (10 m/s) Max Flight Time (No Payload, with TB50): 27min Max Flight Time (No Payload, with TB55): 38min Max Flight Time (Full Payload, with TB50): 13min Max Flight Time (Full Payload, with TB55): 24min Motor Model: DJI 3515 Propeller Model: 1760S Retractable Landing Gear: Standard Operating Temperature: -4 to 113 F (-20 to 45 C) IP Rating: IP43 II. III. Gimbal Installation Downward Gimbal Mount: Supported Upward Gimbal Mount: Supported Downward Dual Gimbal: Supported Battery Model: TB50 Capacity: 4280 mah Voltage: 22.8V Battery Type: LiPo 6S Energy: 97.58 Wh Net Weight: Approx. 520 g Operating Temperature: -20 C to 45 C

Bid Number 17-F-023 Page 6 Storage Temperature: Storage Temperature Less than 3 months: -4 to 113 F (-20 to 45 C), More than 3 months: 72 to 82 F (22 to 28 C) Charging Temperature: 41 to 104 F (5 to 40 C) Max Charging Power: 180 W IV. Charger Model: IN2C180 Voltage: 26.1 V Rated Power: 180 W V. Forward Vision System Obstacle Sensing Range: 2.3-98.4 feet (0.7-30 m) FOV: Horizontal 60, Vertical 54 Operating Environment: Surfaces with clear patterns and adequate lighting (>15 lux) VI. VII. VIII. IX. Downward Vision System Velocity Range: <32.8 ft/x (10 m/s) at height of 6.56 feet (2 m) Altitude Range: <32.8 feet (10 m) Operating Range: <32.8 feet (10 m) Operating Environment: Surfaces with clear patterns and adequate lighting (>15 lux) Ultrasonic Sensor Operating Range: 0.33-16.4 feet (10-500 cm) Ultrasonic Sensor Operating Environment: Non-absorbing material, rigid surface (thick indoor carpeting will reduce performance) Gimbals Compatible Gimbals: Zenmuse X4S, Zenmuse X5S, Zenmuse Z30 & Zenmuse XT Remote Controller Model: GL6D10A Operating Frequency: 2.400-2.483 GHz, 5.725-5.850 GHz Max Transmitting Distance (unobstructed, free of interference): 2.4 GHz: 4.3 miles (7 km, FCC); 2.2 miles (3.5 km,ce); 2.5 miles (4 km, SRRC): 5.8 GHz: 4.3 miles (7 km, FCC); 1.2 miles (2 km, CE): 3.1 miles (5 km, SRRC) EIRP: 2.4 GHz: 26 dbm (FCC); 17 dbm (CE); 20 dbm (SRRC): 5.8 GHz: 28 dbm (FCC); 14 dbm (CE); 20 dbm (SRRC) Video Output Ports: USB, HDMI Power Supply: Built-in battery Charging: DJI charger Dual User Capability: Host-and-Slave connection Mobile Device Holder: Tablet or Smart Phone Max Mobile Device Width: 170 mm Output Power: 9 W (Without supplying power to smart device) Operating Temperature: -4 to 104 F (-20 to 45 C) Storage Temperature: -4 to 113 F (-20 to 45 C); More than 3 months: 72 to 82 F (22 to 28 C) Charging Temperature: 32 to 104 F (0 to 40 C) Battery: 6000mAh 2S LiPo USB Supply Power: ios: 1 A @ 5.2 V (Max); Android: 1.5 A @ 5.2 V (Max) Battery Model: TB55

Bid Number 17-F-023 Page 7 Capacity: 7660 mah Voltage: 22.8V Battery Type: LiPo 6S Energy: 176.93Wh Net Weight: Approx. 885 g Operating Temperature: -4 to 113 F (-20 to 45 C) Storage Temperature: Less than 3 months: -20 C to 45 C; More than 3 months: 22 C to 28 C Charging Temperature: 41 to 104 F (5 to 40 C) Max Charging Power: 180 W X. DJI Go App Name: DJI GO 4 Mobile Device System Requirements: ios 9.0 or later, Android 4.4.0 or later Supported Mobile Devices: ios: iphone 5s, iphone SE, iphone 6, iphone 6 Plus, iphone 6s, iphone 6s Plus, iphone 7, iphone 7 Plus, ipad Air, ipad Air Wi-Fi + Cellular, ipad mini 2, ipad mini 2 Wi-Fi + Cellular, ipad Air 2, ipad Air 2 Wi-Fi + Cellular, ipad mini 3, ipad mini 3 Wi-Fi + Cellular, ipad mini 4 and ipad mini 4 Wi-Fi + Cellular. This app is optimized for iphone 7, iphone 7 Plus. Android: Samsung tabs 705c, Samsung S6, Samsung NOTE4, Samsung NOTE3, Google Nexus 6p, Nexus 9, Google Nexus 7 II, Ascend Mate7, Huawei P8 Max, Huawei Mate 8, LG V20, Nubia Z7 mini, Sony Xperia Z3, MI 3, MI PAD, Smartisan T1. XI. XII. Upward Infrared Sensor Obstacle Sensing Range: 0-16.4 feet (0-5 m) FOV: ±5 Operating Environment: Large, diffuse and reflective obstacles (reflectivity >10%) Cendence Type: GL800A Operating Frequency: 2.400-2.483 GHz; 5.725-5.825 GHz Max Transmitting Distance (unobstructed, free of interference): 2.4 GHz: 4.3 miles (7 km, FCC); 2.2 miles (3.5 km, CE); 2.5 miles (4 km, SRRC): 5.8 GHz: 4.5 miles (7 km, FCC); 1.2 miles (2 km, CE); 3.1 miles (5 km, SRRC) EIRP: 2.4 GHz; 26 dbm (FCC); 17 dbm (CE); 20 dbm (SRRC): 5.8 GHz: 28 dbm (FCC); 14 dbm (CE); 20 DBm (SRRC) Power Supply: Extended Intelligent Battery (Model: WB37-4920mAh-7.6V) Intelligent Battery: 4923 mah LiPo Charging: DJI charger Output Power: 20 W (supplying power to DJI CS550 monitor): 12 W (without supplying power to monitor) Video Output Ports: USB, HDMI, SDI USB Supply Power: ios: 1 A, 5.2 V (Max); Android: 1.5 A, 5.2 V (Max) Dual User Capability: Master-and-Slave connection Operating Temperature: -4 to 104 F (-20 to 40 C) Storage Temperature: Less than 3 months: -4 to 113 F (-20 to 45 C): More than 3 months: 72 to 82 F (22 to 28 C) Charging Temperature: 32 to 104 F (0 to 40 C) Charging Time: About 2 hours and 24 minutes (using a 180 W charger) Supply Power Time: About 4 hours (only Master remote controller function enabled and without supplying power to monitor)

Weight: 1041 g Bid Number 17-F-023 Page 8 XIII. XIV. XV. XVI. XVII. XVIII. Zenmuse XT Model: Zenmuse XT Dimensions: 103 mm x 74 mm x 102 mm Weight: 270 g Camera Thermal Imager: Uncooled VOx Microbolometer FPA/Digital Video Display Formats: 640 x 512 : 336 x 256 Analog Video Display Formats: 720 x 480 (NTSC); 720 x 576 (PAL) Pixel Pitch: 17 μm Spectral Band: 7.5 13.5 μm Full Frame Rates: 640 x 512 : 30 Hz (NTSC) 25 Hz (PAL): 336 x 256 : 30 Hz (NTSC) 25 Hz (PAL) Exportable Frame Rates: 7.5 Hz NTSC; 8.3 Hz PAL Sensitivity (NedT): <50 mk at f/1.0 Scene Range (High Gain): 640 x 512 : -13 to 275 F (-25 to 135 C): 336 x 256 : -13 to 212 F (-25 to 100 C) Scene Range (Low Gain): -40 to 1022 F (-40 to 550 C) Spot Meter: Temperatures measured in central 4 x 4 File Storage: Micro SD Card Photo Format: JPEG, TIFF Video Format: MP4 Environmental Operating Temperature Range: 14 to 104 F (-10 to 40 C) Non-Operating Temperature Range: -22 to 158 F (-30 to 70 C) Temperature Shock: 5 C/min Humidity: 5% to 95% Gimbal Angular Vibration Range: ±0.3 Mount: Detachable Controllable Range: Tilt: +35 to -90 ; Pan: ±320 ; Roll: ±15 Mechanical Range: Tilt: +45 to -135 Pan: ±320 Roll: ±45 Max Controllable Speed: 120 /s Image Processing & Display Controls NTSC/PAL (field switchable): yes Image Optimization: yes Digital Detail Enhancement: yes Polarity Control (black hot/white hot): yes Color & Monochrome Palettes (LUTs): yes Digital Zoom: 640 x 512: 2x, 4x, 8x: 336x256: 2x, 4x Lens Models 17µ 640x512: FoV/iFoV, 7.5 mm (f/1.4, 90 x 69, 2.267 mr), 9 mm (f/1.4 (f/1.4, 69 x 56, 1.889 mr),13 mm (f/1.25, 45 x 37, 1.308 mr), 19mm (f/1.25, 32 x 26, 0.895 mr) 17µ 336x256: FoV/iFoV, 6.8mm (f/1.4, 49.1 x 37.4, 2.519 mr), 9mm (f/1.25, 35 x 27, 1.889 mr), 13mm (f/1.25, 25 x 19, 1.308 mr), 19mm (f/1.25, 17 x 13, 0.895 mr)

Bid Number 17-F-023 Page 9 Min Focus Distance: 6.8mm (2.3 cm), 7.5 mm(2.5 cm), 9mm(3.2 cm), 13mm (7.6 cm), 19mm (15.3 cm) Hyperfocal Distance: 6.8 mm (1.2 m), 7.5mm (1.2 m), 9 mm (2.1 m), 13 mm (4.4 m), 19 mm (9.5 m) Hyperfocal Depth of Field: 6.8mm (0.6 m), 7.5 mm(0.6 m), 9 mm (1.1 m), 13 mm (2.2 m), 19 mm (4.8 m) XIX. Zenmuse Z-30 Model: Zenmuse Z30 Dimensions: 152x137x61 mm Weight: 556g XX. Camera Sensor: CMOS, ½.8, Effective Pixels: 2.13 M Lens: 30x Optical Zoom, F1.6 (Wide) F4.7 (Tele), Zoom movement speed: -Optical Wide-Optical Tele: 4.6 sec., -Optical Wide-Digital Tele: 6.4 sec., -Digital Wide-Digital Tele: 1.8 sec., Focus movement time: 00 near: 1.1 sec. FOV: 63.7 (Wide) 2.3 (Tele) Digital Zoom: 6x Min. Working Distance: 10 mm 1200 mm Photo Formats: JPEG Video Formats: MOV, MP4 Working Modes: Capture, Record, Playback Still Photography Modes: Single shot, Burst shooting: 3/5 frames, Interval (2/3/4/7/10/15/20/30 sec) Exposure Mode: Exposure Mode Auto, Manual, Shutter priority, Aperture priority Exposure Compensation: ±2,3 *1/3 increments) Metering Mode: Center-weighted metering, Spot metering (Area option 12x8) AE Lock: Supported Electronic Shutter Speed: 1/30-1/6000 s White Balance: Auto, Sunny, Cloudy, Incandescent, Custom (2000K-10000K) Video Captions: Supported TapZoom: Supported TapZoom Range: 1-5 Defog: Supported One Key to 1x Image: Supported Anti-flicker: 50 Hz, 60 Hz PAL/NTSC: Supported Supported SD Cards: MicroSD (SD / SDHC / SDXC), Max. Capacity: 64 GB, Class 10 or UHS-1 Supported File Systems: FAT32 ( 32 GB), exfat ( 32 GB) Pricing: Item #1-DJI M210 Industrial Drone System with obstacle avoidance & dual cam mount sku#m210 or equivalent: Quantity: 1 each

MFG/Make/Model Bid Number 17-F-023 Page 10 Item #2-DJI Z30 Optical Zoom Camera for DJI Inspire 1 & Matrice Drones SKU#DJI-Z30 or equivalent: Quantity: 1 each MFG/Make/Model Item #3-DJI FLIR XT Thermal Camera 640 Res., 30 Hz Frame Rate, 13mm Lens SKU#DJI-XT-640-30-13 or equivalent: Quantity: 1 each MFG/Make/Model Item #4-Applie IPad Tablet SKU#TABLET-IOS Quantity: 1 each MFG/Make/Model Item #5-IPad Sunhood, SKU #TABLET-SH MFG/Make/Model Item #6-Matrice TB55 Flight Battery-Extended SKU #DJISP-M2-BATT55 or equivalent: Quantity: 4 each MFG/Make/Model

Bid Number 17-F-023 Page 11 Item #7-Full Service Configuration, shall include the following: Firmware Updates & Calibration: Gimbal, Cam, Craft, Remote & Batteries; Flight Testing, Full Tablet Setup with App, and Field ready upon shipment Quantity: 1 lot $ /lot Item #8-GoProfessional Waterproof Hard Case, SKU #WPHC-M210 or equivalent Quantity: 1 each MFG/Make/Model Item #9-Onsite Flight & Systems Training-8 hour-unlimited students $ /lot Item #10-Total Drone System price including all line items above $

FORM A COUNTY PREFERENCE Bid Number 17-F-023 Page 12 I hereby certify that pursuant to Arkansas Code 14-22-111 (c) the Bidder/Offeror business is located in Pulaski County. is eligible to receive county preference and the principal place of BUSINESS NAME PULASKI COUNTY BUSINESS ADDRESS OFFICIAL TITLE OF AUTHORIZED PERSON NAME OF AUTHORIZED PERSON SIGNATURE OF AUTHORIZED PERSON

Bid Number 17-F-023 Page 13 FORM B Contractor/Vendor Disclosure Form (Use when no Federal or State Disclosure Form is required) Company Name: Registered with the Secretary of State s Office to Conduct Business in Arkansas Yes No Identify each employee of Pulaski County to whom you, any of your Employees owning more that 5% interest in your Company, or are a Director/Executive/Decision Maker of your Company are immediately related. Immediate Relation includes: Spouse/Domestic Partner Parents-Natural or Legal/Step/In Laws Children/Step, Siblings-Whole/Half/Step/ In Laws Grandchildren/Step, Great Grandchildren. Failure to disclose shall be considered a material breach and grounds for immediate termination of this contract/agreement. Note: Any change in circumstances resulting in a conflict or appearance of a conflict shall be reported in 30 days of change of circumstance. Initials Signed Date