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plan that would transform the City’s aging signal controllers and outdated central signal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