Loading...
HomeMy WebLinkAbout2003-06-02 City Council (2)TO: of Pal C ty Report FROM:CITY MANAGER DEPARTMENT: PLANNING AND COMMUNITY ENVIRONMENT DATE: SUBJECT: JUNE 2, 2003 CMR:273:03 APPROVAL OF CONTRACT WITH McCAIN TRAFFIC SUPPLY, INC. IN THE AMOUNT OF $1,524,662 FOR IMPLEMENTATION OF AN ADVANCED TRANSPORTATION MANAGEMENT SYSTEM 6 RECOMMENDATION Staff recommends that Council: o Approve and authorize the Mayor to execute the attached contract with McCain Traffic Supply, Inc. (McCain) in the anaount of $1,396,662 for implementation of an Advanced Transportation Management System. Authorize the City Manager or his desi~o-nee to issue change orders for retated, but unforeseen work, in an amount not exceeding $128,000. This project is being funded through Electric Utility CIP funds and has no impact on the City General Fund. Of the total estimated cost of $1.52 million, $1.07 million will be reimbursed in federal and state matching funds. BACKGROUND The current traffic signal system was installed during the 1980’s and is considered archaic by the standards of modem traffic sig-nal technology. The system is beginning to require increased maintenance services which are becoming increasingly difficult due to a lack of spare parts and lack of vendor support. In addition, the current system is not able to inte~ate any Intelligent Transportation Systems (ITS) traffic management features, such as video monitoring and traffic adaptive technology, which are available in the newer traffic signal systems and can improve overall traffic flow. Kimley-Horn and Associates, Inc. (Kimley-Hom) was hired in August 1998 to evaluate various signal control systems, controllers and cabinets and to develop recommendations for the City. A series of meetings were held with a working group comprised of Palo Alto citizens, City staff members and a member from the Santa Clara Valley Transportation Authority (VTA). The goals of the study were to determine the City’s near-term and longer- term needs, to evaluate various signal system options, and to develop a plan to address the signal system requirements of the City. The study recommended a phased implementation ~ .) . .Pa~elof5CMR:_7o:0~~ plan that would transform the City’s aging signal controllers and outdated central signal system into one that is more state of the art. The results of the study were forwarded to Council on April 17, 2000 (CMR:217:00). Council adopted the staff reconamendation to proceed with the design and implementation phases of the work. On November 19, 2001 (CMR:424:01), Council approved extending the existing contract with Kimley-Horn to prepare the plans, specifications and estimates (PS&E) for replacing the City’s traffic signal system, including the central traffic signal computer system, and all the field controllers and cabinets as necessary, and to assist in the implementation of the new system. DISCUSSION Project Description The scope of work to be performed under the contract is for the implementation of an Advanced Transportation Management System. The work consists, in general, of the procurement and installation of a new central traffic signal system server, new traffic signal system software, two new traffic signal system workstations (one in the Municipal Services Center and one in City Hall), new traffic signal field cabinets and controllers, hardware and software wan’anties and maintenance, and training of City staff in the use of the system. In addition to the traffic signal timing and coordination abilities, the new system will provide the following enhancements: Increased efficiency in identifying maintenance issues and faster response to problems, reducing public inconvenience. Ability to integrate with other transportation tools, such as Syncro signal timing optimization software, for a more optimal traffic management capability. Ability to implement data collection system, such as traffic counts. Implementation of the system would ensure continued high performance of traffic signal system management and support the Comprehensive Plan policy to improve traffic flow through the use of a computer traffic management system. In the future the system could be expanded to include the following improvements: Ability to integrate data and video information with other local and regional transportation management agencies to allow a coordinated regional traffic management plan. Allow.real-time dissemination of ta’affic information to the public through the Web. Ability to incorporate traffic-adaptive technology, which can adjust signal timing in response to real-time traffic conditions. CMR:273:03 Page 2 of 5 Compliance with the Federal transportation communication protocols when adopted, allowing compatibility with national standards and current technological advances Solicitation Process Proposal Description Implementation of Advanced Transportation Management System Project Length 18 mos. No. Proposals Mailed 23 Response Pre-proposal Time Meeting Provided 37 2/3/03 No. Company reps @ Pre- proposal Mtg. # Proposals Received Company Name McCain Traffic Supply, Inc. Republic Electric Rosendin Electric, Inc. I Location IVista, CA Novato, CA San Jose, CA Selected for Oral Inte~dew Yes Yes Yes Range of Proposal amounts submitted: $1,497,260 to $1,584,223 In addition to being mailed to twenty-three proposers, the RFP was advertised in the San Jose Mercury News and the Oakland Post (for outreach to Disadvantaged Business Enterprises, since this was a federally-funded project with a 3 percent DBE goal), and was advertised on the City’s e-post website. An evaluation committee consisting of staff from the Transportation Division, Utilities Department, and the Santa Clara Valley Transportation Authority reviewed the proposals. All three finns responding were invited to participate in oral intmwiews. Each vendor was given four hours to make a presentation, demonstrate its product, and answer questions from the panel. Each firm was interviewed on a different day (March 20, 2003, March 25, 2003, and April 4, 2003) due to the lengthy interview time. Kimley-Horn staff acted as advisors to the panel, but did not directly participate in the selection process. The committee carefully reviewed each firm’s qualifications and submittal in response to the criteria identified in the RFP. Vendors were ranked based on a weighted average of ten evaluation criteria. The criteria were: Conformance with the terms and conditions of the RFP Proposed approach Firm qualifications Sig-nal system functionality and Advanced Transportation Management System features Traffic adaptive capabilities and maturity of the system History of deployment and references Expertise and availability of key personnel Cost Financial stability of the contractor Proposed schedule Pa~_e3of5CMR:_7a:0~ ~ The committee ranked McCain the preferred vendor, Republic Electric second and Rosendin Electric third. McCain was selected because, in the opinion of the panel, its Advanced Transportation Management System best met the present and future needs of the City. The BI Trans Central Systems (BI Trans) software provided by McCain is more established and widely installed worldwide - approximately 250 installations. BI Trans Central System is geared toward working with multiple firmwares (local software) and 2070 hardware. Since BI Trans is a software developer and not a hardware manufacturer, City will not be relying on one hardware vendor, allowing the City to seek competitive bids for future hardware replacement; downtown controllers (Vector, proposed by McCain) are more powerful and can be upgraded to meet the most of the NTCIP requirements, when the standards are adopted; BI Trans software has more traffic-responsive and traffic-adaptive options; BI Trans has the capability to integrate with the State controllers on E1 Camino Real and provide the City the ability to monitor or control these signals; BI Trans main technical support staff are located in Northern California and can be more responsive; McCain personnel have the required expertise and recognize the importance of working with staff to develop and maintain a system that best meets the City’s needs; and McCain provided an option for the downtown controller, which would require only controller replacement and therefore can be installed quicker with less disruption to the traffic. RESOURCE IMPACT The contract with McCain for implementation of an Advanced Transportation Management System is for $1,396,662 plus $128,600 for contingencies. A total of $1,525,000 is available ($1,270,000 in FY 2001-02 Electric Utility CIP No. 0117 and $255,000 in FY 2002-03 Electric Utility CIP No. 0117). Of the $1,525,000, approximately $1;070,000 will be reimbursed through federal and state matching funds. In 1995, the Transportation Division secured a Regional Traffic Signal Operations Program (RTSOP) grant in the amount of $459,845 (federal and state matching funds), for traffic signal timing and replacing traffic signal controllers. Of the $459,845, $146,279 was for traffic signal timing and the balance of $313,566 was for replacing traffic signal controllers. The traffic signal timing portion of the work has been completed. In the meantime, the staff applied and received approval for a $1,000,000 federal Second Cycle Corridor Management (TSO) grant to augment the above funds. Of this amount, $240,000 is to be used to prepare the plans, specifications & engineering, and $760,000 for replacement of traffic signal hardware and software Thus a total of approximately $1.07 million is available in federal and state matching funds for reimbursement of the current project. Staff will continue to pursue opportunities for federal and state funding for further enhancements to the ATMS. POLICY IMPLICATIONS The implementation of an Advanced Transportation Management System conforms to Comprehensive Plan Transportation Policy T-38, to "Implement computer traffic management system to improve traffic flow when feasible." CMR:273:03 Page 4 of 5 ENVIRONMENTAL REVIEW This project is exempt from CEQA pursuant to Sections 15301 15302 (Replacement or Reconstruction) of the CEQA guidelines. ATTACHMENTS A. Contract (existing facilities) and PREPARED BY: DEPARTMENT HEAD: ASHOK AGGARWAL City..graffic Engineer STEVE EMSLIE Director of Planning and Community Environment CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager cc:David Pneh, Caltrans Peter Kohl, McCain Traffic Supply ATTACHMENT A AGREEMENT BETWEEN THE CITY OF PALOALTO AND McCAIN TRAFFIC SUPPLY, INC. FOR PURCHASE OF LICENSED SOFTWARE, ASSOCIATED HARDWARE, INSTALLATION CONSTRUCTION AND SUPPORT SERVICES THIS AGREEMENT is made and entered into on the day of 2003, by and between the CITY OF PALO ALTO, a chartered municipal corporation of the State of California ("CITY"), and McCAiN TRAFFIC SUPPLY, iNC., a California corporation, !ocated at 2575 Pioneer Avenue, Vista, California 92083; Tax ID Number ~ -QZ 61~O~. ("McCAiN") . RE C I TAL S: A. CITY desires to purchase and instal! traffic signal equipment for purpose of creating an Advanced Transportation Management System "ATMS" to be operated and maintained by the CITY. The work will consist of furnishing, delivering, testing, warranty and maintenance, installation, set up and training for the traffic signal system (software, firmware and hardware}. B. McCAIN has submitted a proposal in response to CITY’s Request for Proposal No. 149116, "implementation of an Advanced Transportation Management System" ("RFP"), and represents that its licensed .software, firmware-and hardware products wi!! meet CITY’s objectives. NOW, THEREFORE, in consideration of their covenants, the parties hereto agree as follows: mutual SECTION !. THE PRODUCT CITY shall purchase from HcCAiN certain hardware, licensed software, firmware and associated services (collectively, the "Product"), construction services, and maintenance and support services. The Product is described in the "Scope of Work" attached hereto as Exhibit "A" and incorporated herein by reference. McCAIN shall provide engineering and construction services necessary to install and utilize the Product (the "Construction Services") which are also described in Exhibit "A". Following CITY acceptance of the Product, McCAIN shal! provide certain maintenance and support services as described in Exhibit "A". A list of the traffic signa! system components and the Construction Services to be purchased from McCAiN is found in Exhibit "B" (cost schedule) attached hereto and incorporated herein by reference. RFP No. 149116 and the plans and specifications set forth the CITY’s objectives and requirements 030522 sdl 0100064 for the Product, Construction Services, and maintenance and support services, as well as certain other CITY, state and federal contract requirements. McCAIN shal! comply with al! requirements of the RFP and the plans and specifications except to the extent specifically modified by Exhibits "A" and "B" The RFP is attached hereto as Exhibit "C" and is incorporated herein by reference. The plans and specifications are attached here to as Exhibit "D" and are incorporated herein by reference. To the extent of any conflict between this Agreement and any exhibit, the provisions of this Agreement shall apply. SECTION 2. DELIVERY McCAiN shall pay for all delivery charges. McCAIN will handle al! shipping, handling, installation, including associated construction, of the Product, and shall coordinate with CiTY as to the schedule of delivery so as to cause the least possible disruption to CITY’s operations.CITY wil! be responsible for installing hardware and equipment it is purchasing from sources outside of this agreement, if any. SECTION 3. COMPENSATION McCAIN’s maximum compensation under this Agreement shall not exceed a tota! of One million five hundred twenty-four thousand six hundred sixty-two dollars ($1,524,662). CITY shall pay to McCAIN a total amount not to exceed One million three hundred n!nety-s!x <housa..~ six ~undred sixty-two dollars ($!,396,662), including applicable sales tax, for the Product, Construction Services, maintenance and support services, and any incidental services provided by McCAIN as descr_Ded in Exhibits "A’, "B", "C’, and "D" of this Agreement ("Basic Services"). This amount sha!l include the cost of all programming, services, and trave! and other expenses incurred by McCAIN under this Agreement. The amount of compensation for al! tasks wil! be calculated in accordance with the cost schedule set forth in Exhibit "B". The total amount of compensation for any Additional Services provided by McCAIN under this Agreement shal! not exceed One hundred twenty-eight thousand dollars ($128,000). The amount of compensation for Additional Services wil! be calculated in accordance with the cost schedule set forth in Exhibit "B" if applicable, or as agreed to in advance in writing by McCAiN and City through the City’s City Manager, up to the maximum amount set forth in this section. Payment of the Basic Services will be made in monthly progress mayments in proportion to the quantum of services 0.~0~.~, sdl 0100064 2 performed and in accordance with the cost schedule contained in Exhibit "B", based upon submission of an invoice, in triplicate. The City shall retain five percent of all amounts contained in any progress payment which are paid in connection with items 23, 25, 26, 36, 38 and 39 on the cost schedule set forth in Exhibit Final payment including any remaining retention proceeds will be made 30 days after C!TY acceptance of the Product. Pa~ent of Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests provided the work is approved in writing by the City’s City Manager prior to performing the work. SECTION 4.SOFTWARE/FIRMWARE LICENSE 4.1 McCA!N grants to CITY a non-exclusive, non- transferable license for the software and BiTrans 2070 intersectioncontroller firmware for one hundred and twenty (120) intersections "in perpetuity. CITY agrees to secure and protect the licensed product and copies.thereof from transfer to third parties, and agrees to take appropriate action through instruction with its employees who are permitted access to each licensed product or copies thereof, to satisfy its obligations under this Agreement. The license under this Agreement allows CITY to: Use the licensed product on the equipment specifically so designated by the parties; Copy or translate the licensed p_oducu in machine readable or printed form to provide sufficient copies to support CITY’s use of the licensed software; and Transfer the licensed product to a back-up CPU to be used when a designated CPU is temporarily inoperable. SECTION 5. INSTALLATION AND ACCEPTANCE 5.1 implementation Schedule. General timelines for implementation are described in Exhibit "A". A detailed schedule of tasks and deliverable items, which outlines the time and mannerin which the transactions and services contemp!a%ed by this Agreement are to be performed, shall be discussed with CITY in ’~’ d written documentseparatemeetingandco~ml~ze to a ,,-~ ~’, which be ’ . -r ~( ±mp!emenuau!on Schedule")shall incorpo_aued as part of ’n~.McC~7~ agrees to =dh~.~ to the~r==~=n~ without amen~me..~ ......-~=this ~_~ .......... requirements of the agreed upon implementation Schedule in al! respeczs. __Yf McCAiN fails to adhere to the Ym~]ementation_. _ _ 030522 sdl 0100064 Schedule, provided such failure is not caused by CITY, CITY shall have the options set forth as follows, subject to the notice and othe< requ!_emen~s thereof: The delivery and installation, included associated construction, of the Product shall be performed and completed in accordance with the agreed upon Implementation Schedule and the provisions of this Agreement. if a scheduled installation date or milestone as set forth in such schedule, or, in any subsequent implementation Schedule, deve!ope¢ by the parties or otherwise agreed to by the parties, shal! be incapable of being met, McCAIN shal! give at least seven (7) days notice prior thereto, unless McCAIN shall not know that a delay will occur, then immediately upon obtaining such knowledge, to CITY of the existence of such delay, and the proposed actua! performance date. Upon receipt of such notice and provided the delay is not caused by CITY, CiTY may counter-notify McCAIN that unless such delay is cured and scheduled installation made within twenty-one (21) days after such counter notice, CITY may exercise the options afforded it as described in subsection 5.3 below. 5.2 Acceptance Test. The parties agree that acceptance of the Product shal! be a demonstration, to the CITY’s satisfaction, that the Product and each of its components perform, individually and as a whole, in accordance with the requirements set forth in Exhibits "A" and "C" and the plans and specifications attached hereto as Exhibit 5.3 Acceptance or Rejection. Acceptance shal! not occur unti! the Product has adequately passed the acceptance test set forth in the preceding subsection 5.2 and CITY has received al! of the deliverab!es associated with the purchase, installation and operation of Product. CITY shal! notify McCAIN in writing immediately upon completion of the final Product acceptance test. The payment associated with Product acceptance due from CITY wil! due and payable as set forth in section 3 upon satisfactory completion of the acceptance test and receipt of al! deiiverab!es. Yf McCAIN fails to prov!ae the Product or other deliverables meeting City requirements within the time lines set forth in this Agreement, or, if the Product does not function in a manner that is acceptable to CITY in the norma! daily operating environment within the acceptance test period, CITY shal! have the option,,upon notice to McCAIN, to: a. Cancel this Agreement, whereupon, McCAiN shall return to CITY al! sums heretofore paid by CITY and CITY shal! have no further obligations hereunder, in which event McCAIN shal! be entitled to return of any hardware, firmware, so~w=r~ and any documentation theretofore delivered to CITY; or 030522 sdl 0100064 or b o Acc~p~ the_P<oduct_ at its then _level of _~e<formance;-- c. Permit the acceptance phase ro be extended for such period as agreed upon by CITY in writing and assess liquidated damages as provided for in Part ii, section 3 of the RFP (page 39) attached as Exhibit "C"; or d. Accept those portions of the Product which pass the acceptance criteria and require McCAIN to correct the remaining portions, in which event CITY shall not be liable for any payments for such remaining portions until they have passed the acceptance tests and McCAIN shal! be subject to the assessment of liquidated damages as provided for in Part ii, section 3 of the RFP (page 39 attached as Exhibit "C"; or e. Pursue such remedies as may be avaJlab~ to CiTY law or in equity. Acceptance of the Product by the CITY will not release McCAIN from the requirements of correcting software/firmware/ hardware defects and defects in construction in accordance with the terms of the warranties and maintenance requirements set forth herein. SECTION 6.TRAINING, MAINTENANCE & SUPPORT McCAIN shall provide eight (8) four (4) hour training sessions for the Product, including operations and graphics. The cost of training is including in the cost proposa!. HcCAIN shall provide the maintenance and support services described in Exhibit "A". Such services shal! commence upon final acceptance of the Product and continue for a five-year period. McCAIN shall invoice those services in accordance with the rate schedule for those services contained in Exhibit "B" SECTION 7. WARRANTY McCAIN shal! provide the fol!owing warranties with respect to the Product and Construction Services. 7.1 Licenses. McCAIN warrants that it has the right to grant the licenses described in section 4 of this Agreement and that the licensed products are delivered and installed free of any claim of patent, trademark or copyright infringement. McCAIN shal! defend, at its expense, any action brought against CITY to the extent based 030522 sdl 0100064 5 on a claim that the use of the Product, within the scope of this Agreement, infringes any United States patent, trade secret or copyright or any intellectual property right granted by the State of California, and HcCAiN shall indemnify C!TY from any costs, damages and fees finally awarded against CITY in such action which are attributable to such claim; provided that CiTY notifies HcCAiN promptly in writing of the claim, permits HcCA!N to defend or settle the claim and provides all available information, reasonable assistance and authority to enable HcCA!N to do so, provided HcCAiN reimburses CiTY for such activity. CITY shall have no authority to settle any claim on behalf of HcCAiN. HcCAtN shall have no liability for any claim of patent, trade secret or copyright infringement based on the (i) use of other than the then-latest version of the Product from HcCAIN, if such infringement could have been avoided by the use of the latest version made available to CITY, but CITY, with knowledge of actua! or possible infringement, chose to retain the prior version; or (ii) use or combination of the equipment with software, hardware, or other materials not provided by McCAIN, unless such use has been agreed to by McCAIN and then only to the extent that such liability is based on the Products supplied by McCAIN and not for any such liability as may relate to such other products. de!~cr!ve¯~or7 2 Product warranty = materials for ~:om .... ¯workmanship and for items purchased ~ third party vendor HcCAIN warrants that during the warranty period, which shall be for a period of two (2) years from CITY’s acceptance, the Product will operate according to the Acceptance Criteria. if it is determined that the Product does not operate according to such specifications, McCAiN shal!, without further charge or cost to CITY, provide such additiona! or substitute Product or Product components or modification of whatever kind as is necessary to the Product or its gomponents in order to meet the Acceptance Criteria, or CITY may exercise whatever options are set forth in section 5 (within the acceptance period), at CITY’s sole option. HcCAiN warrants that the Product shall meet or exceed the Acceptance Criteria during the warranty period, and agrees to replace or repair al! defects at no charge during said period, provided it shall have received reasonable notice of such defects, and provided the damage shal! not have been caused by willfu! act or negligence of CiTY’s agents or employees. 7.3 McCAIN warrants that the 2070L Controllers will be Caltrans 16 August-2002 TEES Specifications compliant and will be on the approved QPL list. 7.4 HcCAiN warrants that its personne! and subcontractors assigned to function ’during the term of this 030522 sdl 0100064 6 Agreement shall be qualified to perform HcCAiN’s obligations under this Agreement. Al! personnel and any subcontractors (and any substitutes therefore) assigned to the performance of this Agreement shall be subject to approval of the CITY. Personne! or subcontractors whose conduct is incompetent, inefficient, or otherwise unsatisfactory to the C!TY shal! be replaced forthwith upon request. 7.5 McCAIN warrants that any labor and services rendered and materials and equipment used or employed in the Construction Services shall be free of defects in work~manship for a period of one year form CITY’s acceptance. 7.6 Any manufacturer’s war_an~y obtained by t,4cC’ITN shall be obtained or shall be deemed obtained by McCAiN for and on beha!f of CITY. 7.7 EXCEPT AS SET FORTH ABOVE, NO OTHER WARPD&NTiES, WHETHER EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, THE IMPLIED WARRu%NTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, ARE MADE BY McCAIN with respect to the Product AND McCAIN MAKES NO OTHER WARK&NTIES WITH RESPECT TO HARDWARE EQUIPMENT OR WITH THE LICENSED SOFTWARE OR FOR THE INSTALLATION THEREOF. IN NO EVENT WILL McCAiN BE LIABLE TO CITY OR ANY OTHER PARTY FOR ANY LOSS, INCLUDING TIME, MONEY, GOODWILL AND CONSEQUENTIAL DP~_GES, WHICH [~ghY ARISE FROM THE USE, OPEKhTION OR MODIFICATION OF THE HARDWARE OR SOFTWARE. 7.8 The foregoing limitations of paragraph 7.7 shal! not limit McCAIN’s liability for damages for persona! injury, including death, or tangible property damage, as set forth in section !0. Further, nothing contained in this Agreement shall limit any cause of action arising between the parties which is based upon wrongful acts that are independent of this Agreement. SECTION 8.TERM; ~i~_ENDMENTS 8.1 The initial term of this Agreement shall commence on the date of execution of this Agreement by CITY, and shall continue for five year(s) fol!owing the date of fina! acceptance by CITY of the Product. The parties may, by mutua! agreement, enter into subsequent agreements for extended maintenance of the Product. 8.2 The parties may, by mutual agreement, amend this ~ provide for additional hardware, software, or services~g_~em~n~ to hereto // // 030522 sdl 0100064 7 SECTION 9. TERMINAT!ON 9.1 This Agreement may be terminated by either party upon thirty (30) days mrior written notice if the other party has Ag_~m~numaterma!!y o_~ch=@ the provisions of this r=~ ~ ~ and has not cured such breach within such notice period. 9.2 This Agreement may also be terminated by CITY prior to acceptance of the Product, in accordance with the provisions of section 5. 9.3 This Agreement may also be terminated by Cityw~thout cause u~on uh~-.-~V (30) days ~)rior written notice to McCAiN. 9.4 In the event this Agreement is terminated due to a default by McCAIN, CiTY will be obligated to compensate McCAIN only for that portion of HcCAiN’s services that are of direct and i~mediate benefit to CITY, as such determination may be made by the city manager, in the reasonable exercise of his or her discretion. 9.5 in the event this Agreement is terminated and HcCAiN is not in default, CiTY shall pay McCAIN for work and services satisfactorily performed prior to the effective date of termination as fol!ows: McCAIN wil! be compensated for each item fully performed ~n the amount set forth in the cost schedule attached asit not fu!]vExhibit "B"; McCAIN wil! be compensa~ for each em -_ performed in an amount which bears the same ratio to the tota! fee otherwise payable for <_.e item as the quantum or service or work actually rendered bears to the services necessary for the full performance of that item. SECTION !0. INDEMNITY McCAiN agrees to protect, indemnify, defend and hold harmless CITY, its Counci! members, officers, employees and agents from any and all demands, claims, or liability for injury or d~=~h of any person, or property damage caused by or arising out of HcCAIN’s, its officers’, agents’, subcontractors’ or employees’ negligent acts or omissions, or willfu! misconduct in t.he ’~ ~under this Agreement~erformance of ~ts ob!_gations -- -" SECTION !i.!NSUK~.NCE !!.!HcCA!N, at its sole cost and expense, shall obtain and maintain, in ful! force and effect during the term of this hgreement, the insurance coverage described in Exhibit "E", insuring not only McCAIN, but also, with the excel<ion or workers’ compensation, and emp!oyer’s liability insurance, naming CiTY as an additiona! ~nsured concerning McCAYN’s merformance under this Agreement. 030522 sdl 0100064 11.2 Al! insurance coverage required hereunder wil! be provided through carriers with Best’s Key Rating Guide ratings of~_~:X or higher which.._ are a6mitted to transact insurance business in r..e State or California. Any and al! contractors of ~cC~TN retained to perform Services under this Agreement will obtain andof thimaintain, in fu!l force and effect during the t~_m s ~gr~emen~, identical insurance coverage, naming CiTY ~ an additional insured under such policies as required above. 11.3 Certificates of such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s City Clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Pa!o Alto is named as an additional insured except in policies of workers’ compensation and emp!oyer’s liability insurance. Current certificates of such insurance will be kept on file at al! times during the term of this Agreement with the City Clerk. 11.4 The procuring of such required policy or mo]ic~es of insurance wil! not be construed to limit McCAIN’s liability hereunder nor to fulfil! the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, McCAiN will be obligated for the full and tota! amount of any damage, injury, or !oss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the ~ .... ~=n~ is terminated or the term has expired. SECTION 12. WORKERS’ COMPENSATION McCAIN, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State 8f Califor- nia which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it wi!l comply with such provisions, as applicable, before commencing the performance of its obligations under the Agreement. SECTION 13.PERFORHiNCE AND MATERIALS BONDS HcCA!N shall provide, at the time of the execution of this Agreement, and at its own expense, a surety bond in an amount equal to at least One hundred percent (100%) of the contract price as security for the faithfu! performance of said agreement. McCAiN shal! also provide, at the time of the execution this Agreement, 030522 sd10100064 9 and at its own expense, a separate surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with this Agreement. Sureties on each of said bonds shall be executed by a corporate surety authorized to engage in such business in the State of California and shall be satisfactory to the City Attorney. The performance and materials bonds shall serve as additional security for the performance of McCAIN’s obligations and in no event should the existence of the Performance or Materials bond or the stated amount of therefore be construed to cap, !iquida<e or otherwise modify or limit McCAIN’s responsibilities for performance under this Agreement. SECTION 14. ASSIGNMENT McCAIN shall not assign or subcontract the services to be provided by it under this Agreement, and no assignment of this Agreement or subcontracting of the services to be provided under this Agreement or any right or interest therein by McCAIN shall be effective, without the prior written consent by CITY of such assignment or subcontract, which consent will not be unreasonably withheld. The performance of the Agreement by McCAIN is of the essence of the Agreement. in the event of any assignment or subcontract, McCAIN shal! remain primarily liable for all of its obligations under this Agreement. Notwithstanding the foregoing, it is the intent and understanding of the parties that at _eas~ some of the hardware provided by McCAIN under this Agreement will be manufactured by other entities, for which McCAiN will function as reseller and some of the Construct_on Services shall be performed by an electrica! contractor who shal! subcontract to McCAiN. SECTION 15. WAIVER No waiver of any breach of any term or condition of this Ag_eemen~ shall be consu:ued to waive any subsequent breach of the same or any other term or condition of this Agreement. SECTION 16. CONFLICT OF INTEREST 16.1 in accepting this Agreement, McCAIN covenants that it presently has no interest, and wil! not acquire any interest, direct or indirect, financia! or otherwise, which would conflict in any manner or degree with the performance of the Services. 16.2 HcCAIN further covenants that, in the performance of this Agreement, ~t wi]] not emm!ov any contractor or 030522 sdl 0100064 !0 person having such an interest. HcCAiN certifies that no person who has or will have any financia! interest under this Agreement is an officer or employee of C!TY; this provision wil! be interpreted in accordance with the applicable provisions of the Pa!o Alto Municipa! Code and the Government Code of the State of California. SECTION 17. NONDISCRIMINATION 17.1 As set forth in the Palo Alto Municipa! Code, no discrimination wil! be made in the emp!oyment of any person under this Agreement because of the age, race, co!or, nationa! origin, ancestry, religion, disability, sexua! preference or gender of that person, if the value of this Agreement is, or may be, five thousand dollars ($5,000) or more, McCAIN agrees to meet al! requirements of the Pa!o Alto Municipa! Code pertaining to nondiscrimination in emp!o2~ent, including completing the requisite form furnished by CITY and set forth in Exhibit "F". 17.2 McCAIN agrees that each agreement for services with an independent provider wil! contain a provision substantially as follows: "[Name of Provider] wil! provide HcCAiN with a certificate stating that [Name of Provider] is currently in compliance with all Federa! and State of California laws covering nondiscrimination in employment; and that [Name of Provider] will not discriminate in the emp!oy~ent of any person under this agreement because of the age, race, co!or, nationa! origin, ancestry, religion, disability, sexua! preference or gender of such person." 17.3 If HcCAIN is found in violation of the nondiscrimination provisions of the State of California Fair Emp!oyment Practices Act or similar provisions of Federa! law or executive order in the performance of this Agreement, it will be in default of this Agreement. Thereupon, CITY wil! have the power to cance! or suspend this Agreement, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breach of agreement, or both. Only a finding of the State of California Fair Emp!oyment Practices Commission or the equivalent federal agency or officer wil! constitute evidence of a breach of this Agreement. 17.4 if McCAIN is in default of the nondiscrimination provisions of this Agreement, McCAIN will be found in materia! breach of this Agreement. Thereupon, CITY will 030522 sd! 0100064 i! have the power to cancel or suspend this Agreement, in whole or in part or to deduct from the amount payable to McCAIN the smm of two-,--whichnu._dred fifty dollars ($250) for each calendar day during McCAIN is not in compliance with this provision as damages for breach of agreement, or both. SECTION 18. FORCE .~,k~_JEURE The parties will exercise every reasonable effort to meet their respective obligations hereunder, but either party shal! be excused from the performance of any of its covenants or agreements hereunder and such party’s nonperformance shall not be a default or grounds for termination of this Agreement for any period to the extent that such party is prevented, hindered or delayed for any period not in excess of thirty (30) days from performing any of its covenants or agreements, in whole or in part, as a result of an act of God, war, civil disturbance, court order, labor dispute or other cause beyond that party’s reasonable control, including without limitation, any denia! of access to the CITY’s facilities. The parties hereby agree to use their reasonable efforts to remedy the effect caused by the occurrence of the event giving rise to a party’s nonperformance of its covenants or agreements under this section. The parties agree to provide prompt notice to the other party to the extent that either party is relying on the provisions of this section for its failure to perform any of its covenants or agreements hereunder. SECTION 19. CONFIDENTIALITY 19.1.The parties acknowledge that in the course of performing the responsibilities under this Agreement, they each may be exposed to or acquire information that is proprietary to or confidential to the other party or its affiliated companies or their clients. Any and al! information of one party in any form obtained by the other party or its emp!oyees, agentsor berepresenza~-~es in the performance of this Agreement shal! deemed to be confidential and proprietary information of such party. The pa_~ies agree to hold such {nformation --- strict confidence and not to copy, reproduce, sel!, assign, license, market, transfer, give or otherwise disc!ose such information to third parties or to use such information for any purposes whatsoever, without the express written permission of the other party, other than for the provision of services under this Agreement. The par~_es agree to advise each of their emplovees agents, and representatives of their ob_iga~ions to keep such information confidentia!. Al! such confidential and proprietary information described herein and any deliverable provided hereunder, in whatever form, are hereinafter collectively referred to as "Confidentia! information." The parties shal! use their reasonable efforts to assist each other in identifying and 030522 sdl 0100064 12 preventing any unauthorized use or disc!osure of any Confidentia! information. Without limitation of the foregoing, the parties shall use reasonable efforts to advise each other immediately in the event that either learns or has reason to believe that any person who has had access to Confidential information has violated or intends to violate the terms of this Agreement, and wil! reasonably cooperate in seeking relief against any such person. 19.2 Notwithstanding the obligations set forth in section 19.1, the confidentiality obligations of the parties shall not extend to information that: is, as of the time of its disclosure, or thereafter becomes part of the public domain through a source other than receiving party; was known to the receiving party as of the time of its disc!osure; or is independently deve!oped by the receiving party; or is subsequently learned from a third party not under a confidentiality obligation to the providing party; or is required to be disclosed pursuant to court order or government whereupon the receiving party shal! provide notice to the other party prior to such disc!osure. SECTION 20. NOTICES All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as fol!ows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 with copies to:City Traffic Engineer, Division City of Pa!o Alto Post Office Box 10250 Palo Alto, CA 94303 Transportation To McCAIN:McCAIN T~hFFIC SUPPLY, INC. 2575 Pioneer Avenue Vista California 92083 ATTN: Peter Koh! SECTION 21.MISCELLANEOUS PROVISIONS 21.1 McCAIN represents and warrants that it has knowledge of the requirements of the ~<mericans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities 030522 sdl 0100064 13 for disabled persons. McCAIN will commlv with or ensure by its advice that comm]~ance with such orovisions wil! be effected in the performance of this Agreement. ~h21.2 This Agreement will be governed by ~..e laws of the State of California, excluding its conflicts of law. 21.3 In the event that an action is brought, the parties agree that tria! o{ such action wil! be vested exclusively in the state courts of California or in the United States DistrictCourt for the Northern District of California in the County o{ Santa Clara, State o{ California. 24 ~The Drevai]~ng party in any action brought to enforce the ~rovisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 21.5 if a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto wil! remain in ful! force and effect. 21.6 All exhibits referred to in this Ag_eemen~ and any addenda, appendices, aozachmenos, and scne@u_es which, {tom time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and wil! be deemed to be a part of this Agreement. ~ d21.7 This Agreement may be execute in any number ofchcounterpa_os each of which will be an origina!, but al! of whi mogether wil] const_uuoe one and ohe same instrument 21.8 This document represents the entire and ~nmegraoed agreemen~ between the parties and suoersedes ai] Orior negotiations, representations, and contracts, either wrLoo~, or ora!. If CITY is required to sign an order form or other preprinted document from McCAIN, the parties understand and agree that to the extent o{ any conflict between such other form or document and this document, this document shal! prevai!. This document may be amended only by a written instrument, which is signed by the parties. // // // // 030522 sd! 0100064 14 IN WITNESS WHEREOF, the parties hereto have by their duly e_resentatives executed th~s Agreement on the dateauthorized r first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO Hayor HcCAIN TP~hFFIC SUPPLY, iNC. _ A~uorne_Assistant City ~ Y APPROVED: Assistant City Manager Acting Director of A~ministrative Services insurance Review Director of Utilities Director of Planning and Community Environment Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "’D": EXHIBIT "E": EXHIBIT "F": Taxpayer Identification No. (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation, in the alternative, a certified corporate resolution attesting to the signatory authority of the individuals s~n~ ~n ~r respective capacities is acceptable) Scope of Work Cost Schedule RFP No. 149116, Plans and Specifications insurance Requirements Nondiscrimination Compliance Form 030522 sd! 0100064 15 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) ~~ ,2003, before me,0 ~ic in .and for said County and State personal!va Notary ~-~-,- appeared ~r~ ~L , personally known to me or proved to me on the basis of satisfactory evidence to be the person(~)whose name(~ is/~subscribed to the within instrument and acknowledged to me that he/<hc/ti~ executed the same in his/h~r/ti~’: authorized capacity(~, and that by ¯,enuluskgnature(~ on the instrument the person(~) or the =’=y upon behalf o{ which the person(~’acted, executed the instrument. WITNESS my hand and official seal. Slg~auure o, NouarV Pub]zc 030522 sdl 0100064 16 CERTIFICATE OF ACKNOWLEDGEMENT (Civi! Code § 1189) SS. a Nota<v Public in and for said Oountv~ _. _ and State, persona]Iv_ appeared ~&FF~4 ~.~d~/~ ~eTsona~]v known to me or proved to me o_.~ the basis of satisfactory evidence to be the person(ej whose name(~) is/~ subscribed to the within instrument and acknowledged to me that executed the same in authorized capacity(~, and that by his/~hziL- signature(-~ on the instrument the person~s~, or the entity upon behalf of which the person(-~4 acted, executed the instrument. WITNESS my hand and official sea!. Sig’nature of Notary Public 030522 sdl 0100064 17 Sc~pe ~f W~rk ~[mpltementat~on ~f an Advanced Transportation Management System (ATNIS) C~ty of Pal~ Alto 1 Introduction McCain Traffic Supply Inc. acknowledges that it has read RFP No. 149116 and its two (2) addendums. McCain understands that this project is to implement a central Advanced Transportation Management System (ATMS) for the City of Palo Alto. The City is planning on implementing this ATMS in four engineering and construction steps. This project is to be a complete "turnkey" implementation with construction management as part of the implementation. The ATMS system is also to provide "Adaptive Control" feature. QuicTRAC is a two-level hierarchical traffic adaptive control system with the tactical level implemented in the local controller and the strategic level implemented in the central system computer. QuicTRAC operates under the umbrella of the QuicNet/4 system, and provides adaptive features to an existing, proven, traffic control system. QuicTRAC will provide adaptive control for up to 35 intersections as specified by the City of Palo Alto. This System will be compliant with National/Regional architecture for ATMS Systems, NTCIP communications protocols (AB 3418E/BiTran Systems Protocol will be used as an interim standard). This system shall include technical support, maintenance support and software site license agreements to provide the City with a system that can expand into new technologies for traffic control and monitoring. McCain/BI Tran Systems is uniquely qualified to implement an "open architecture" Advanced Traffic Management System. McCain/BI Tran Systems has developed the most powerful, flexible system available based on our experience with many users throughout the country and realizes the commitment and support required to implement systems utilizing an array of different hardware. To implement the electrical construction part of this project, McCain will use St. Francis Electric of Hayward, CA. The contractor at present has projects within the city and is very familiar with all rules and regulations. After final acceptance of the project, McCain/BI Tran Systems will provide 5 years of maintenance for the central system software and computer equipment. Prime Contact:Peter Kohl McCain Traffic Supply Inc. 2575 Pioneer Ave Vista, CA 92083 Phone: (760) 727-8100 ext 5023 Fax: (760) 727-8264 E-mail: pkohl@mccaintraffic.com Page 1 2 Work Plan 2.1 Implementation steps/stages McCain/BI Tran Systems will furnish and install all of the necessary labor, tools, materials, equipment, software, hardware, testing, warranty and incidentals for the City of Palo Alto ATMS system in accordance with the Project Plans and Specifications, dated January 14, 2003, and the requirements of the Request for Proposals, RFP No. 149116, and this Technical Proposal, for a fully functional system. The following are the general steps involved in the deployment of the project: Step I involves upgrading 25 downtown signals to non-actuated NEMA TS-1 controllers. The new controllers will be installed in the existing F and M-S cabinets. The downtown non-actuated controllers will be connected to the central system via an existing TWP communications link to City Hall and then via Ethernet over the City’s existing fiber optic backbone. Stage I will also involve furnishing and installing ATMS hardware, software and communications equipment in the TMC and City Hall and ensuring that all components are installed, connected and working properly. Step II involves replacing 16 type G cabinets with type 336S cabinets and replacing 30 actuated controllers with 2070 lite controllers in the northern portion of the City. Of the 30 new controllers, 14 will be installed in existing type M, M-S or P cabinets with a NEMA interface module and 16 will be installed in the new 336S cabinets. Step III involves replacing 4 type G cabinets with type 336S cabinets and replacing 21 actuated controllers with 2070 lite controllers in the southern portion of the city. Of the 21 new controllers, 17 will be installed in existing type M, M-S or P cabinets with a NEMA interface module and 4 will be installed in new 336S cabinets. Step IV Step IV’ involves replacing five actuated signals controllers in the Sand Hill Road Area of the City with ATC 2070 lite controllers with a NEMA interface module. Stage IV also involves connecting the 12 existing Eagle 2070-1A traffic controllers in the Sand Hill Road Area of the City to the TMC signal system server via Ethernet over the City’s fiber optic backbone. Following the Notice to Proceed, McCain/BI Tran Systems, Inc. will meet with the City to define the structure and infrastructure of the downtown controllers and 2070 controller implementation with the ATMS system. This meeting will serve to review the current communication methods, VMS interface methods, and finalize changes that may have to be made to accommodate existing and new controllers (cables, phases, operations etc.). McCain/BI Tran Systems, Inc. will provide the QuicNet/4 ATMS with a citywide GIS map and the associated intersection bitmap user interfaces. The intersections will be controlled either with 2070NL and 2070L controllers with H233N, or the Vector controller. Page 2 The system will be fully installed, configured and tested in Sacramento before delivery and implementation in Palo Alto. 2.1.1 System Configuration Task This task involves the evaluation of the current system and interconnect, and modification of the interconnect scheme to add the 2070 and Vector controllers to the QuicNet/4 ATMS. This task shall also involve traffic signal phasing, traffic signal operation and implementation. The implementation of the 2070 and Vector controllers with regards to the implementation timing of QuicNet!4 ATMS is very important. These "cut-over" needs will be detailed by McCain/BI Tran Systems. McCain/BI Tran Systems wil! configure the QuicNet/4 system in Sacramento using existing configuration, timing and coordination information provided by the City. Also, city map, group and intersection graphics wilt be prepared based on geographic and geometric information provided by the City. Whenever possible the City will provide the drawings in an electronic format. If that is not possible, McCain/BI Tran System will create the intersection graphics using available electronic templates, using available drawings provided by the City as reference. The intersections will include phasing, striping, lane configuration and any other pertinent information. BI Trans will convert existing timing plans and will input the timings into the QuicNet/4 system. The System will then be shipped to the City for installation. McCain/BI Tran System, in conjunction with the electrical contractor will connect the System to the communications channels using applicable modems. QuicNet/4 will provide the coordination scheduling presently provided by the existing system. Once communications is established with the existing controllers and firmware, the existing timing data will be uploaded. At this point, QuicNet/4 will be controlling and monitoring the intersections. 2.1.2 Implementation Tasks Following is a list of implementation tasks. McCain/BI Tran Systems forces in Sacramento will implement all phases of these tasks. McCain/BI Trans Systems shall furnish and install QuicNet/4, a commercial off the shelf (COTS) Advanced Traffic Management System for this project. QuicNet/4 is a Windows NT/2000 program. QuicNet/4 supports many different controller objects including BI Tran’s 200 and 233 programs for Model 2070, Model 170 and 179 controllers and 210 and 245 field masters, Caltrans C8v3, McCain TSl NEMA and Monitron UTC-96 (British) controllers and 2070 controllers. The QuicNet/4 system will be staged and configured in Sacramento by McCain/BI Tran System’s staff. McCain/BI Tran Systems will configure the database for all traffic signals, produce all graphics from CAD drawings or non-electronic drawings obtained from the City. It will produce City Maps from maps made available from the City. All functions will be checked out as part of our Factory Acceptance Test before shipping to the city for installation. The City will be invited to view this procedure in Sacramento. Page 3 Installation in the City will involve connecting existing interconnect to the new system and setting up the changeover process for the minimal disruption to the public. We will install the new central system, install a new modem rack and begin control within the same day. There will be some preparatory work involved to setup the controllers into coordination groups and enter the time of day schedules for those groups into the QuicNet/4 database. Once the central computer is installed and controlling all the intersections, the local controller firmware will be changed out at a pace determined by the City. The City will provide intersection graphic and timing data. This data will be used by BI Tran to develop the timing and graphic databases. QuicNet/4 ATMS Implementation Process for Palo Alto System Configuration task- QuicNet/4 communications will use Ethernet communication over the existing city fiber optic network. All intersections will be operating on one fiber ring. Completion of this task shall define the interconnect channel for this part of the implementation. Hardware and Operating System (Windows Server) purchase task o Purchase hardware per requirements o Purchase equipment with 2 year warranty o Check out equipment for proper configuration Implementation Process Tasks by McCain/BI Tran Systems, Inc. The following are the general tasks involved in the implementation process. McCain/BI Tran Systems will be responsible for any additional steps and requirements to implement a full "turnkey" system. 1.Kickoff Meeting with City- define final hardware specifications requirement. Also define the utilization of existing interconnect within the new system. 2. Stage hardware and software, and setup and test each device and ports to be utilized. o Configure communication processor/remote access computer for requirements. o Install multi-port serial card and module (digiboard 16 port serial card) o Test dial-out, dial in capabilities o Operating system acceptance test. 3.Install QuicNet software into all processors. 4.Install QuicNet onto dial-in remote access lap top and PDAs 5.Develop City Traffic Signal Map (Base Maps from the City) d.Assemble and integrate the system. 7.Check out communications to field devices on all ports. 8.Check out QuicNet operations for integrity of total system (network). !).Configure all intersections per infrastructure definitions 10. Configure system detectors for all intersections. 11. Set up system detector reports and archiving scheme per City’s instructions. 12. Ship system to City. 1.3. Assemble and install system in City, with modems as described. Page 4 14.Terminate interconnect per system interface plan. 15.Prepare controller modems. 16.Install new controllers per plan. 17.Prepare intersections for upload (configure & address locals) 18.Generate entire database (upload timing) 19.Intersection Graphics Training 20.Training for system- operation and graphics 21.System Acceptance 22.Any other modifications or equipments necessary for a fully operational system. Assistance from the City. 1.Provide information for database layout - city map with signal locations 2.Review project submittals and provide directions to McCain/BI Trans. 3.Provide intersection graphics 4.Provide intersection timing 5.Process hardware warranty repairs 2.1.3 C. System Hardware With the ATMS configured and checked out in Sacramento and delivered to the City fully operational, the task in the control room will include installation and cabling of the network from the interconnect panel. All interconnect hardware in the control room will be done according to the RFP requirements. The base networked system will include at a minimum the following: Communications Processor- with NT/MS 2000 Pro, interfaces to the traffic signals. The network will be capable of up to 10 workstations. Remote Access Service- interface to network and remote access interface. Workstations with 98/NT/MS 2000lXp Pro operating system with MS Office Pro. All workstations will be capable of QuicNet/4 and video image and control. Network will be setup to be 10/100MB capable. A test 2070N and Vector Signal controller, with modem, and connected to the ATMS for training and testing. Maintenance and Support for all hardware would be provided to the level desired. QuicNet!4 ATMS and 2070 and Vector supplied by McCain/BI Tran Systems, Inc. will be fully supported onsite by McCain/BI Tran Systems personnel. All ATMS Hardware will be purchased per City Requirements. 2.1.4 Electrical Contractor Work Plan The Electrical Contractor ("Contractor") will perform work per the Plans and Specifications, attached as part of the Contract. The Contractor is properly licensed to perform the required work. The Contractor will pay the prevailing Federal wages as required. Page 5 The Contractor will schedule and monitor training for completeness, provide written inputs of status as part of the monthly project progress reports, and produce the following: Technical memorandum at start of project; monthly project reports thereafter. As part of their responsibility, the Contractor will pick-up all the equipment that has been shipped to the City Corporation Yard, and install cabinets on the new cabinet bases., The Contractor may be asked to assist to do controller change outs and install Ethernet modules where required under the supervision of McCain personnel. McCain personnel will install the new controllers in the cabinets and work with BI Tran personnel to make the central system operational. 2.2 Project Schedule The key portions of this project are, to replace the downtown controllers with Vector controller, replace existing NEMA controllers with 2070LN controllers and install new 2070L controllers with 336S cabinets and connect to the communication infrastructure. The other tasks simply involve insuring that the central equipment operates as intended and entering data into the database. Consequently, the management effort need not be extensive, other than to assure that the schedule is maintained and to coordinate activities with others. As acknowledged in the Work Plan, the first phase is the replacement of the downtown controllers, then the installation of the ATMS in the City, then bringing the controllers online. The schedule for the installation of a QuicNet/4 ATMS is generally determined by hardware installations. Once the Central System Server and workstation is in Sacramento, the QuicNet/4 installation, graphics, and configuration of the system for the City takes about six weeks. The replacement of the controller’s hardware can be done in a few weeks before the installation of the Central. The BI Tran Team can do the controllers activation and total system commissioning with training the QuicNet/4 ATMS turn-on for Step I, in six months. As there may be several efforts going on at the same time, the schedule will take into consideration the level of effort required by all parties. To assure that activities are properly coordinated and that schedules are maintained, we shall coordiate project meetings to be held approximately monthly, between the Project Manager, Mr. Peter Kohl and the City. 2.2.1 Delivery Schedule The following is the delivery schedule for the project: 1. Central System and Installation - 6 months from notice to proceed, including Operation and performance testing 2 - 4 weeks after installation of hardware 2. Equipment and Installation for Step I 5 months after notice to proceed. Page 6 3.Equipment and Installation for Step II Completion 6 - 8 weeks after Step 1 4.Equipment and installation for Step Ill Completion 6 - 8 weeks after Step I1 5.Equipment and installation for Step IV Completion 4 - 6 weeks after Step I11. All four steps of the project will be completed, including all central and field hardware, testing and acceptance, within 52 weeks, or one-year, of the notice to proceed. 2.3 ATMS Team The ATMS project team was assembled for implementing a QuicNet/4 ATMS system. All members of the team are experienced in traffic systems. BI Tran Systems has done development of intersection controller logic for 20 years. The 2070 software to be provided is proven to be flexible and dependable. QuicNet/4 ATMS and 2070 controller software combination will provide the City with a turn-key system that will be easy to use and operate. This team also includes personnel whose experience in traffic systems, maintenance and applications support is excellent. Peter Kohl Overall Project Management Chad Forrester: Jerry BIoodgood: John Itagaki: Ray Chermak: Bruce Odelberg: Tom Deppe: Jeff Pearson: Peter Ragsdale: ATMS Implementation Manager - will coordinate the efforts of the team for the implementation of the QuicNet/4 ATMS. Will coordinate the various modules to be implemented as well as be involved on implementation strategies on infrastructure changes for the QuicNet/4 ATMS. Guidance to the system integration and support personnel. QuicNet/4 ATMS system software. Technical support and Applications Engineer. Senior System Programmer. Local support and maintenance. Will provide guidance on NTCIP standards and implementation details. The City shall be notified if any changes to the project team occur. Page 7 3 Qualifications 3.1 McCain Traffic Supply Inc. Through its wholly-owned subsidiary, BI Tran Systems Inc, McCain has provided QuicNet/4 ATMS installations that have the flexibility to conform to the users needs. The main differences have been in the areas of the video control, where depending on video equipment, configuration the control software has been different. BI Tran has done many projects of this size utilizing the "open architecture" controllers. 3.1.1 BI Tran Systems, Inq.~ BI Tran is the world’s leading provider of Model 170, 179 and 2070 traffic controller software, with an estimated 40,000 installed copies. BI Tran has also distinguished itself by its ability to create custom ITS software for the 170 hardware platform, which can be easily integrated into QuicNet!4. As a result, the same QuicNet/4 system can perform central traffic control and ITS functions such as freeway ramp metering, reversible lane control, and incident management. The applications below are an example of BI Tran’s ITS capabilities. BI Tran Systems, Inc. has extensive experience furnishing integrated traffic management systems including both central and local control software and equipment. To date, the QuicNet Traffic Management System has been installed in more than 125 locations. BI Tran Systems, Inc. has a very flat management structure befitting a firm of its size. Headquarters and all administration activities are performed in the Sacramento, CA office. Telephone, fax, a wide-area network, and the Internet support communications between Sacramento and the remote offices. 3.1.2 St. Francis Electric St Francis will provide interface between the project manager, traffic signal designer, subcontractor, and City’s construction engineering. St. Francis will oversee field element installation, verifying documentation and test results submitted by suppliers. The contact person for St. Francis Electric is Guy Smith. Page 8 4 Equipment Information 4.1 McCain Traffic Supply, Inc. Intersection Hardware All intersection hardware and related items will be either manufactured or supplied by McCain Traffic Supply, as shown below: Notes: Equipment NEMA Fixed Time Controller 17_ TWP Modem 2070L Controller 3 2070 NEMA Adapter 4 F Cabinet 336S Cabinet 6 10/100 Base TX Ethernet Switch ITS Blade for 2070 Controller 5 CPU 2070- 1B 3 Manufacturer McCain McCain McCain McCain McCain McCain GarrettCom GarrettCom McCain 1.If the Vector controllers that will be supplied for the downtown intersections do not conform as specified or be prone to malfunction, an alternate controller will be provided to replace the Vectors at no additional cost to the City. The alternate controller must be approved by the City. 2. The communication over hardwire to the downtown intersections will be at 1200 BAUD. 3.The City has requested that this equipment is to be furnished to the Caltrans 16 August 2002 TEES specifications. As of this date there are no 2070 manufacturers on the QPL for that specification. McCain is scheduled is scheduled to supply 2070L controllers to Caltrans in May 2003. If McCain has failed to obtain QPL approval by the scheduled delivery date, it will supply equipment from a vendor that is on the new QPL. If no vendors obtain QPL approval, 2070L controllers furnished to the 1999 TEES, at the City’s discretion, shall be provided. 4. The 2070 NEMA adapter will be a "hard wire" version. The ’D’ connector will be a 63 pin version, so it can interface directly to the 63 pin harness in the existing NEMA cabinets. 5. All NEMA cabinets will be supplied with the stand-alone version of the ITS Blade. 6.McCain will provide Model 2010 conflict monitors, manufactured by EDI, for all 336S cabinets 4.1.1 Testing All controller and cabinet hardware testing will be performed by McCain per Caltrans standard test specifications. McCain will furnish certification to the City that all testing has been performed to Caltrans requirements. Page 9 4.2 Hardware Specifications: Central Signal System Dell Poweredge 2600 2.4 GHz Pentium 4 Processor 512 MB DDR SDRAM 146 GB 10K RPM Ultra 320 SCSI Hard Drive (quantity 2, for Raid !) Windows 2000 Server DVD-ROM Intel Pro 100S Network Interface Card Redundant Power Supply 19 Inch Dell Ultrasharp Flat Panel LCD Local Workstation Dell Optiplex GX260T 2.4 GHz Pentium 4 Processor 19 Inch Dell Ultrasharp Flat Panel LCD City Hall Workstation Dell Optiplex GX260T 2.4 GHz Pentium 4 Processor 19 Inch Dell Ultrasharp Flat Panel LCD Computer/PDAs for Maintenance for up- and down- load Latitude C840 - quantity 1 MS Office XP Pro - quantity 1 ATMS Software Battery charger - quantity 1 Durable Case - quantity 1 Compaq IPAQ - quantity 5 Large Screen Display Hitachi CMP4121HDU 42-inch Plasma Display Video Splitter Black Box CAT5 VGA Splitter 2 Channel No external battery charger is available. McCain/BI Tran System will furnish and install a GPS unit w/antenna to provide an accurate clock. The City will be responsible for installing the antenna on the outside of the building. Page 10 5 Technical and Functional Criteria 5.1 QuicNet/4 ATMS BI Tran’s QuicNet/4 software shall be the baseline software platform. With this baseline, the Windows NT package meets all of the requirements in the City’s specification. 5.1.1 Mature Software System BI Tran Systems has developed the software to be a complete system: the central software (QuicNet/4), the field master software (Program 210FIV1), and the intersection software (Program 233) are all designed to operate under AB3418e, a communications protocol that is designed to be efficient and robust. This common protocol means that it is possible to mix and match individual controllers and local master controllers on the same communications channel. The overall central system is based on an open architecture approach using "state of the art" hardware from the vast PC market and the immense Microsoft Windows library of PC applications software. The host environment is Windows NT. 5.1.2 Open, Up.qradeable System. The system design uses an "open architecture" approach based on commercial, off-the- shelf hardware; and software developed by BI Tran Systems. Since the software at all levels of the system is a BI Tran Systems, Inc. product, it can be modified easily to incorporate advanced technological strategies. Upgrades shall be made available to the City at no cost. 5.1.3 Site License QuicNet!4 will be supplied with a site license for BiTrans 2070 intersection controller firmware for 120 intersections which will allow the City to add future intersections to the system without incurring additional firmware costs. 5.1.4 Escrow Software Account This requirement has been deleted. Page 11 A layout of a typical QuicNet/4 system is shown below. Ntaintenance Shop (Up to 60 channels) Figure 1 - Typical QuicNet/4 System 5.2 Controller 233/2070 Program Features The following features shall be provided as part of the 233/2070 Program: Four Fully Independent Phase Timin.q Banks Selectable By Time of Day, External Input, or Internal Logic Phase Timin.q Bank Features o Walk Time e Pedestrian Clearance (Don’t Walk) Time e Alternate Walk Time o Alternate Pedestrian Clearance (Don’t Walk) Time e Minimum Initial Time e Alternate Initial Time e Maximum Initial Time ~Type 3 Detector Limit e Variable Initial Period o Vehicle Extension (Gap) Time e Alternate Extension Time e Volume Density (Gap Reduction) e Maximum Phase Time Page 12 Second Maximum Phase Timing Delayed Walk Minimum Pedestrian Clearance Timing Conditional Service Minimum Timing Yellow Clearance Timing Red Clearance Timing Phase Functions o Permitted Phases e Red Detector Lock ¯Yellow Detector Lock e Vehicle Minimum Recall e Vehicle Maximum Recall ~Vehicle Soft Recall e Pedestrian Recall o Rest In Walk e Red Rest e Double Entry o Conditional Service e Selectable Manual Control Phase Calls e Selectable Yellow Start Phases e Selectable Green Start Phases o Red Startup e Green Interval Flash Phases e Green Interval Fast Flash Phases e Guaranteed Passage Time Phases o Simultaneous Gap Out e Sequential Timing Phases e Delayed Walk Phases o External Recall Phases e Inhibit Pedestrian Reservice Phases e External Phase Permits- 2 sets o Protected/Permissive Phases e Restricted Phases e Programmed Flash Phases - Red or Yellow Pedestrian Siqnal Features e 16 sets of Pedestrian Signals and Timings e Pedestrian Overlaps e Additional Exclusive Pedestrian Phase e Fully Assignable Pedestrian Outputs o Fully Assignable Pedestrian Inputs e Alternate Pedestrian Detector Inputs and Timing e Pedestrian Recall e Pedestrian Force Off Adjustment e Programmed Walk Time for Sync Phases e Pedestrian Re-service Selection o Pedestrian Re-service Timing Preemption Features e 4 Emergency Vehicle Preemption Sequences Page 13 Selectable Clearance Phases Adjustable Delay Time Adjustable Clearance Time 2 Railroad Preemption Sequences Flashing Operation Limited Service After Track Clearance 2 Special Event Preemption Sequences 16 Interval Sequence Providing Control of Following Controller Functions by Phase and Interval: Pedestrian Recall Phase Hold Phase Advance Phase Force Off Phase Recall Phase Permit Pedestrian Omit Phase Clearance Selectable Dwell Interval Interval Timing 8 Special Outputs Controllable by Interval Coordination o 32 Plans ~,Each TBC Plan has selectable sync phases e Phase sequence can be changed with each TBC Plan o Selectable Sync Phases for use with NEMA Coordinating Units e Selectable Hold Phases for use with NEMA Coordinating Units e Externally Selectable Lag Phases e Programmed Walk Time For Sync Phases o Pedestrian Force Off Adjustment o Minimum Phase Times During Transition e Interface to Following Coordination Strategies: Stand Alone TBC WWV Synchronized TBC Field Master Coordination via Telemetry NEMA Coordinating Units "F" Type Interconnect Master "F" Type Interconnect Slave Simplex Telemetry Master/Slave e Offset Interrupter Support e Automatic Daylight Savings Time Enable/Disable e Time d Day Central Control Override Time of Day Operation e 32 Event TBC Schedule e 32 Event HolidayTBC Schedule e 32 Holiday Dates o 32 Event Time of Day Scheduler with following functions: Phase Permit Red Lock Yellow Lock Page 14 Minimum Recall Maximum Recall Soft Recall Pedestrian Recall Second Maximum Conditional Service Alternate Lag Phases Local Override Disable Detector Monitoring Detector Count Recording Split Monitoring Time Of Day Outputs Additional TOD Functions as Configured By Internal Logic Detector and Input Features o 44 Inputs Total o Detector Monitoring for No Volume and Locked Calls e Detector Monitoring May be Disabled By Time Of Day (Low Volume Periods) Each Detector May Be Assigned The Following Functions Individually or in Combination: Full Time Delay Pedestrian Call Detector Calling Detector Count Detector Extension Detector Type 3 Detector Alternate Timing Detector o Each detector may be associated with an individual phase or a combination of phases e Three sets of detector mappings may be implemented by Time of Day, Internal Logic, or External Inputs e Each detector input may be designated to be placed on maximum or minimum recall in the event the detector fails. o Detector Failure Reporting may be enabled or disabled by detector. Other Features o Three permissive each for Pedestrian and Vehicle Phases e Signal Dimming Selectable By Phase and Signal o Output Redirection e Input Redirection - By Time of Day, External Inputs, or Internal Logic e Internal Custom Programmable Logic, Including 4 AND Gates 2 NAND Gates 4 NOT Gates 6 OR Gates 6 DELAY Gates 3 FLASHER Outputs - 2 Alternating Outputs and 1 Fast Flasher Output Assignable Inputs for the Following Functions. (May be used in conjunction with Internal Logic) Page 15 System Detector Maximum Inhibit Force Off A Force Off B Call to Non Actuated NEMA Hold Maximum Recall Minimum Recall Pre-timed Input TBC Plan Selection Day of Week Reset/Sync Time of Day Reset/Sync Two Permissive Selects Stop Time Cabinet Flash Manual Control Enable and Advance External Alarms Phase Timing Bank Select Overlap Set Select Detector Set Select Dial/Offset Select Flash/Free Select Exclusive Pedestrian Omit 4 Emergency Vehicle Preemption 2 Railroad Preemption 2 Special Event Preemption Sequences Lag Phase Select Assignable Output Functions:(May Be Used In Conjunction with Internal Logic) 8 Special Event Preemption Special Outputs 8 TOD Special Function Outputs Exclusive Pedestrian Signals 2 Advance Warning Beacons 3 Flasher Outputs NEMA Coordinator Status TBC Plan Select/Status 4 Emergency Preemption Sequences Select/Status 2 Railroad Preemption Sequences Select!Status 2 Special Event Preemption Sequences Select/Status Dial/Offset Select/Status Free/Flash Select/Status Common Preemption Status 5.3 Protocol Implementation Conformance Statement (PlCS) The following apply to the included Protocol Implementation Conformance Statement (PICS). The PICS provided in the Request for Proposals is based on version 1 .x of the NTCIP standards, Page 16 Version 2.x of the standards have numerous changes to the PICS, objects definitions, etc, McCain is working towards implementing version 2.x with no regard to version 1 .x standards, The 2070 software currently deployed uses the open protocol standard AB3418e, which is commonly referred to as a "lite" version of NTCIP, McCain is in the process of migrating from AB3418e to NTCIP version 2.x for a full implementation, The included PICS represent McCain’s AB3418e implementation and form the basis for the upcoming NTCIP implementation (with the exception of modifications required for NTCIP 2.x), NTCIP 1202 was not developed to support NEMA TS 1 controllers, and similarly TS 1 controllers are not expected to support NTCIP. Only NEMA TS 2-1998 or later references NTCIP. McCain/BI Tran Systems will implement all applicable NTClP standards noted in Section 2.3.3. of the Specifications, including both mandatory and optional features, as related to controller, firmware, and system software, including but not limited to the list below. McCain/BI Tran Systems will implement 1201 based on version 2.23 or later and 1202 based on version 2.17a or later o NTClP 1101 (approved version) o NTCIP 1102 (approved version) o NTCIP 1103 (approved version) o NTCIP 1201 version 2.20 or later_ o NTCIP 1202 version 2.17a or later o NTCIP 2104 (approved version) o NTCIP 2202 (approved version) o O NTCIP 2301 (approved version) NTCIP 1210 will not be provided since no sub-masters are called for as part of this project and the fact that the DRAFT standard is under tremendous, highly volatile change. McCain/BI Tran System will furnish and install, at no additional cost to the City of Palo Alto, a fully NTCIP compliant system within 9 months after the approval of any and/or all NTCIP standards by the appropriate Committees. If standards are not approved by the completion of Step IV of the project, McCain McCain/BI Tran System will furnish and install, at no additional cost to the City of Palo, a system compliant with all provisional and approved standards as available at by the time of completion of Step IV of the project. Once all standards are approved, McCain/BI Tran System will modify the system with the applicable approved standards at no additional cost to the City. Any hardware and software modifications required to meet new standards shall occur at no additional cost to the City. McCain/BI Tran Systems will test and validate the NTCIP compliance with any DOT or FHWA approved test procedure. These test results will be furnished to the City. Page 17 6 Traffic Adaptive Module McCain/BI Trans will furnish and install the QuicTRAC traffic adaptive software for 35 intersections in the City of Palo Alto. QuicTRAC operates under the umbrella of the QuicNet/4 system. The services will include technical support to assign system detectors, calibration of detectors, and implementation of the traffic adaptive system. The QuicTRAC local controller software operates in the Model 2070 environment and is a modification and extension of the Model 170 traffic signal control software, Program 233. The QuicTRAC system level logic operates in the QuicNet/4 Communications Processor, the hub of the QuicNet/4 system. BI Tran Systems, Inc. shall provide an interface to "Synchro" and a two-way data exchange between "Synchro" and QuicNet/4. Controller timing plus traffic count data generated by the controller and system detectors can be exported to "Synchro". When the "SYNCHRO" optimization is completed, the "Synchro" output data (cycle, split offset, phase sequence) can be exported to the QuicNet/4 system. Page 18 7 Advanced Transportation Management System Functionality "/.1 Closed Circuit TV (CCTV) McCain will provide its existing CCTV control sof~are module at no additional cost to the City. The City will be responsible for all related central and field hardware, cables, CCTV cameras, installation, etc. Such software will be provided during a regular software installation visit and no acceptance testing will be performed. Desired changes to our standard product will be quoted as required. 7.2 Dynamic Message Signs (DMS) McCain will provide its existing DMS software module at no additional cost to the City. The City will be responsible for all related central and field hardware, cables, DMS si~s, installation, etc. Such so,rare will be provided during a regular software installation visit and no acceptance testing will be performed. Desired changes to our standard product will be quoted as required. "/.3 Highway Advisory Radio (HAR) McCain will provide an HAR software module that is capable of communicating and controlling a single make/model of liAR for one manufacturer only. The City has the option to purchase this module for an additional $50,000. The City will be responsible for the following items: All voice recording services, Provision to McCain on a free-issue basis of all tectmical (e.g. protocol) information required to interface with the chosen HAR, Supply, installation, configuration of liAR equipment including its communication infrastructure, and Provision and configuration of any additional central ATMS system equipment required. Parking Guidance System (PGS) McCain will provide a PGS software module that is capable of communicating with a single PGS system composed of a single make/model of PGS for one manufacturer only. The City has the option to purchase this software module for an additional $50,000. The McCain software will use the McCain DMS module to control the parking information Page 19 sig-ns and the City must provide for all items listed under section 7.2 Dynamic Message Signs (DMS). The City will be responsible for the following items: Provision to McCain on a free-issue basis of all technical (e.g. protocol) information required to interface with the chosen PGS, Supply, installation, configuration of PGS and DMS equipment including their communication infrastructure, and Provision and configuration of any additional central and field/remote ATMS system equipment required. 7.5 Advanced Traveler Information System (ATIS) McCain will provide a simplistic ATIS that is capable of publishing traffic system status maps and CCTV images to the internet. The City has the option to purchase this system for an additional $200,000. Further requirements need to be defined at a later date and will affect the project price. Any interfacing to third party products will require the City to provide all technical information such as protocols on a free-issue basis. The City will be responsible for the following items: Provision to McCain on a free-issue basis of all technical (e.g. protocol) information required to interface with the external third party products/systems, Supply, installation, configuration of ATIS and CCTV equipment including their co~rmmnication infrastructure, and Provision and configuration of any additional central and field!remote ATIS system equipment required. 7.6 Silicon Valley ITS (SV-ITS) Program Interface McCain’s will provide software which interfaces to a DEN server to be located at the City of Palo Alto. The City has the option to purchase this item for an additional $100,000. The City will be responsible for purchasing the DEN server and any required interfacing hardware, acquiring a DEN license from IBI Group, and hiring the services of IBI Group to configure, install, and commission the DEN server. Additionally, the City is responsible providing McCain with all technical infomaation such as protocols, interface documents, etc on a free-issue basis. Page 20 8 Maintenance Program McCain Traffic/Bi Trans Systems will provide maintenance for a five-year period starting on the date of project acceptance. Maintenance will cover the central system software and hardware. Maintenance will not apply to controller/cabinet hardware or electrical contracting items. The agreement will be based on an hourly rate of $125.00/hour (including travel time) for the first year. That rate will increase 5% per year, based on the prior year hourly rate. Billing will be done on a per hour call-out basis and not based on a yearly minimum. Repair for hardware will be a pass-through from the equipment manufacturer plus a 15% surcharge for overhead and profit. Maintenance rates will not apply warranty work, or to software upgrades which are covered under the City’s site license. The City will have access to a hotline operating 24 hours per day, 7 days per week for emergency maintenance, routine preventative maintenance and software updates as detailed in the project specification. Additionally, a qualified representative from McCain Traffic/Br Trans Systems or the hardware manufacturer as appropriate shall respond to signal system emergencies within two hours of notification for a period of two years after project acceptance. Signal emergencies are defined as a condition related to the malfunctioning of the signal hardware or software that impedes normal operation of the signal timing plans. Page 21 9 Warranty All equipment furnished under the contract will be warranted for two years from the date of project acceptance. All field construction furnished under this contract will be warranted for one year from the date of project acceptance. Page 22 COSTSCHEDULE ITEM EST. NO.QTY.DESCRIPTION UNIT PRICE TOTAL COST o o ° 10. 11. 12. 12@. 25 2 2 25 8 2 5 Furnish and install non-actuated NEMA controller assembly in existing NEMA cabinets Furnish non-actuated NEMA controller assembly (spares) Furnish F cabinet assembly (spares) Furnish Type 336S cabinet assembly (spares) Furnish 2070L controller assembly (spares) Furnish and install TWP Modem in non-actuated NEMA controller assembly Furnish and install TVVP Modems in City Hall MUX Furnish TWP Modems (spares) Furnish and install Central Signal System Server in TMC Furnish and install local workstation in TMC Furnish and install remote workstation in City Hall Furnish notebook computers for maintenance operations Furnish PDA for Maintenance Operators 2,646.71 1,894.38 2,706.25 5,412.50 2,830.74 378.88 811.88 324.75 1 O,77O.88 5,141.88 5,141.88 3,978.19 795.70 66,167.75 3,788.76 5,412.50 10,825.00 5,661.48 9,472.00 6,495.O4 649.50 10,770.88 5,141.88 5,141.88 3,978.19 3,978.50 McCai~dBI Tran Systems ITEM t EST. NO.QTY. 13.1 13a.1 13b.4 14.1 15.1 16.t 1 17.1 18.I 1 19.1 20.1 21.1 22.1 23.16 24.16 DESCRIPTION Furnish and install ATMS software, including license fees Adder for GIS Map GIS License :urnish and install 10/100 BASE TX Ethernet Switch in TMC :urnish and install 100 BASE FX Ethernet Switch in TMC Furnish and install 100 BASE FX Ethernet Switch in City Hall Furnish and install Serial Concentrator in City Hall Furnish and Install large Screen Display in TMC Furnish and Install Video Splitter in TMC Furnish and Install modular Furniture in TMC Hardware and Software Testing for Phase 1 2-year Warranty for Phase 1 ATMS equipment Furnish and install new cabinet foundation (incl. conduits into foundation) UNIT PRICE 146,137.50 2,165.00 324.75 703.63 6,440.88 3,626.38 2,002.63 6,007.88 1,363.95 14,722.00 24,897.50 20,567.50 3,734.63 TUIAL COST 146,137.50 2,165.00 1,299.00 703.63 6,440.88 3,626.38 2,002.63 6,007.88 1,363.95 14,722.00 24,897.50 20,567.50 59,754.08 Furnish and install Type 336S cabinet assembly 8,443.50 135,096.00 on new foundation McCai~dBI Tran Systems ITEM NO.EST. QTY.DESCRIPTION 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36 17 LS LS 14 16 31 5 Furnish and install #6 pull box Furnish and install conductors and cables in new conduits from pull boxes to new cabinet as necessary to restore traffic operation Furnish and install temporary controller cabinet assemblies at 4 locations Furnish and install 2070L controller assembly with NEMA interface module in existing NEMA cabinet Furnish 2070L controller assembly with NEMA interface module (spares) Furnish and install 2070L controller assembly in Type 336S cabinet Furnish and install Ethernet switch in 2070L controller Furnish and install 2070-1B module in existing 2070L controller. Upgrade/modify controller software to make compatible with ATMS software (if necessary). Furnish Ethernet switch (spares) Hardware and Software Testing for Phase 2 2-year Warranty for Phase 2 ATMS equipment UNIT PRICE 649.50 109,278.37 23,815.00 4,351.65 3,355.75 3,810.40 1,948.50 1,786.13 1,840.25 7,577.50 8,660.00 TOTAL COST 11,041.50 109,278.37 23,815.00 60,923.10 6,711.50 60,966.40 60,403.50 1,786.13 9,201.25 7,577.50 8,660.00 Furnish and install new cabinet foundation (incl. conduits into foundation) 3,734.63 14,938.52 McCai~dBI Tran Systems ITEM NO.EST.UNIT TOTAL QTY.PRICE COST 336S cabinet 8,443.50 33,774.0037. 38. 39. 40. 41. 42. 43. 44. 45. 46. 47. 48. 4 LS 17 4 2 23 5 12 17 DESCRIPTION Furnish and install Type assembly on new foundation Furnish and install #6 pull box Furnish and install conductors and cables in new conduits from pull boxes to new cabinet as necessary to restore traffic operations Furnish and install 2070L controller assembly with NEMA interface module in existing NEMA cabinet Furnish and install 2070L controller assembly in Type 336S cabinet Furnish and install 2070-1B module in existing 2070L controller. Upgrade/modify controller software to make compatible with ATMS software (if necessary). Furnish and install Ethernet switch in 2070L controller Hardware and Software Testing for Phase 3 2-year Warranty for Phase 3 ATMS equipment Furnish and install 2070L controller assembly with NEMA interface module in existing NEMA cabinet Furnish and install 2070-1B module in existing 2070L controller. Upgrade/modify controller software to make compatible with ATMS software (if necessary). Furnish and install Ethernet switch in 2070 or 2070L controller 649.50 40,052.50 4,351.65 3,810.40 1,786.13 1,948.50 7,577.50 2,165.00 4,351.65 1,786.13 1,948.50 3,247.50 40,052.50 73,978.05 15,241.60 3,572.26 44,815.50 7,577.50 2,165.00 21,758.25 21,433.56 33,124.50 McCaia/BI Tran Systems ITEM NO.EST.DESCRIPTION UNIT TOTAL "QTY.PRICE COST 49.1 Hardware and Software Testing for Phase 4 7,577.50 7,577.50 50.1 2-Year Warranty for Phase 4 ATMS 0.00 0.00 equipment Complete ATMS Training (8 separate 4-hour 6,495.04 6,495.0451.1 sessions) 52.1 Furnish GPS Time Source 1,082.50 1,082.50 53.1 Site License for up to 120 intersections 19,485.00 19,485.00 54. 55 Furnish and install traffic adaptive software module for ATMS for up to 35 intersections in four corridors. The cost shall include software, licensing, central hardware and any other special controller hardware, excluding any field detection costs. (Provide a detailed breakdown of the costs in your Technical Proposal) For a maximum of 35 intersections 5-year maintenance, per hour (to increase 5% per year after first year) 48,712.50 125.00 48,712.50 75,000.00 (not to exceed) Grand Total Cost for all 4 Phases Plus Additional Items 1,396,662.82 McCain/BI Tran Systems