HomeMy WebLinkAboutStaff Report 6794
City of Palo Alto (ID # 6794)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 6/6/2016
City of Palo Alto Page 1
Council Priority: Land Use and Transportation Planning
Summary Title: San Antonio Road SynchroGreen Adaptive Timing
Implementation
Title: Approval of Contract Number C16163554 for $206,056 With Trafficware
for San Antonio Road SynchroGreen Adaptive Timing System Implementation
and an Associated Amendment of the Budget Appropriation for the General
Fund and Capital Fund
From: City Manager
Lead Department: Planning and Community Environment
Recommendation
Staff recommends that Council:
1. Authorize the City Manager or designee to execute Contract No. C16163554
(Attachment A) with TrafficWare to provide SynchroGreen Intersection Software,
intersection video detection hardware, and professional services for the San
Antonio Road corridor in an amount not to exceed $206,056, and
2. Amend the Fiscal Year 2016 Budget Appropriation Ordinance for
a. the General Fund by:
i. Increase the transfer to the Capital Fund in the amount of
$206,056; and,
ii. Decrease the Transportation Contingency in the amount of
$206,056;
b. the General Capital Improvement Fund by:
i. Increase the estimated transfer from the General Fund in the
amount of $206,056
ii. Increase the appropriation to Traffic Signal and Intelligent
Transportation Systems (PL-05030) in the amount of $206,056.
Background
The City entered into an agreement with Trafficware Group, Incorporated, in October
2014 for the procurement, deployment, and integration support services of an
City of Palo Alto Page 2
Advanced Traffic management System (ATMS). Currently Trafficware is supporting city
staff with the on-going operation of the City’s traffic signal operation system, which
includes intelligent transportation systems (ITS) devices and remote operation and
maintenance of the City’s 101 signalized intersections, as well as for future
dissemination of operational traffic data. Trafficware is also the developer of adaptive
timing software, SynchroGreen. SynchroGreen was selected in 2014 as a preferred
software program for coordinated and adaptive traffic signal timing, and was
implemented along the Sand Hill Road Corridor as the City’s first corridor with adaptive
signal timing.
The proposed contract provides up to $191,056, which includes two optional tasks that
may not be used pending staff resources at the time of implementation. An additional
$15,000 is included for contingencies for a total of $206,056. The contract term is
through April 30, 2017, by which time the Department anticipates SynchroGreen to be
operational with an optimal corridor timing plan for San Antonio Road.
Summary of Key Issues
The proposed contract will allow TrafficWare to activate, configure, and troubleshoot
SynchroGreen adaptive traffic signing timing along San Antonio Road between East
Charleston Road and Nita Avenue, as well as at the East Charleston Road and Fabian
Way intersection. This will be the second corridor within the City of Palo Alto to utilize
adaptive traffic signal coordination.
SynchroGreen is one of several adaptive traffic signal timing programs available.
However, SynchroGreen was previously selected by Staff as the City’s preferred
program due to its integration and compatibility with the City’s new traffic signal
system. In addition, SynchroGreen has been in operation along the Sand Hill Corridor
since mid-2014, and Staff has observed reduced travel times along the corridor when in
operation.
For this project, Staff is recommending a contract directly with the product
manufacturer, TrafficWare, which was previously selected as the preferred provider
through a competitive process. Palo Alto Municipal Code 2.30.360(d) and (e) permit the
City to contract without further solicitation if the City has gone through a product
standardization process. The City went through this process in 2014 and has been using
SynchroGreen software manufactured by TrafficWare on other traffic adaptive
projects.TrafficWare has performed satisfactorily throughout the delivery of the capital
improvement project, effectively adhering to project budget and schedule. As a result,
Staff recommends entering a new contract with TrafficWare to provide the ATMS-
compatible SynchroGreen system for the San Antonio Road corridor. This corridor is in
need of operational improvements and the mix of land uses and irregular travel
patterns are ideal for adaptive traffic signal timing.
The tasks included this project are listed below. Staff recommends the inclusion of
City of Palo Alto Page 3
Optional Task #1 and Optional Task #2 in the contract in order to allow for flexible
allocation of resources.
Vehicle Detection Equipment Installation and Configuration
The contract includes specific hardware that will improve vehicle detection and
tracking capabilities, configured with the City’s current ATMS, and necessary to
operate the adaptive signal timing system. The base contract cost assumes that
City staff will install and configure the new video detection equipment and
reconfigure the existing vehicle detection system at San Antonio Road and
Middlefield Road to comply with SynchroGreen requirements.
SynchroGreen Software Integration
SynchroGreen is a proprietary adaptive signal timing and coordination program.
This contract includes the initial licensing, activation, and integration of
coordinated timing programs along the San Antonio Road corridor for each of the
peak periods.
Warranty, Maintenance and Support
This contract includes a three-year warranty, maintenance and support period for
the SynchroGreen system along the San Antonio Road corridor and integration
with the City’s current ATMS.
Optional Task #1 – Vehicle Detection Equipment Installation and Configuration
This optional task includes the installation and configuration of the new video
detection equipment by TrafficWare or its local vendor, Columbia Electric, Inc.
TrafficWare or Columbia Electric, Inc will also reconfigure the existing vehicle
detection system at San Antonio Road and Middlefield Road to comply with
SynchroGreen requirements. Vehicle detection devices, which include video
cameras directed at oncoming travel lanes, will be designed, installed, and
operated in conformance with the City’s Policy on Video Management and added
to the City’s inventory of video cameras. These vehicle detection devices do not
record any captured video, nor are they monitored by staff.
Optional Task #2 – On-Site Training for SynchroGreen
This optional task includes the provision of a two-day training session for
SynchroGreen as it relates to the City’s ATMS. Training would occur at the City
of Palo Alto offices.
Resource Impact
The Transportation Contingency which has sufficient funding in FY 2016 is
recommended to be used to fund this contract ($206,056) for the installation of the
SynchroGreen system. It is recommended that funding from the Transportation
Contingency be allocated to the Traffic Signal and Intelligent Transportation Systems
capital project in the General Capital Improvement Fund (PL-05030). If approved, it is
City of Palo Alto Page 4
anticipated that funding will be made available in FY 2017 contingent on City Council
approval of a recommended reappropriation depending on the timing of the completion
of this transfer and year end closing proceedures.
This contract includes a three-year warranty, maintenance and support period for the
SynchroGreen system and integration with the City’s existing ATMS. Ongoing operating
costs are estimated to be roughly $500 per intersection per year, for a total post-
warranty annual cost of $2,000 for this project. These ongoing costs, which are
equivalent to the cost to maintain the existing signal system along San Antonio Road,
are primarly in staff resources and will be absorbed by the Planning & Community
Environment Department and Utilities Department, as part of the regular maintenance
and operation of the City’s traffic signal system. Periodic equipment upgrades and
replacement will also be required and budgeted as needed, some of which may qualify
as capital improvement projects. As additional SynchroGreen systems are added to the
City’s inventory, the departmental operating budgets may need additional resources.
Timeline
The installation and upgrade of vehicle detection capabilities is anticipated to occur
during the first two to four weeks of this project. Following the vehicle detection
upgrade, City Staff will work with TrafficWare to develop and implement a coordinated
corridor timing program that will serve as the basis for the SynchroGreen adaptive
timing coordination. Staff anticipates that implementation as well as on-site testing and
adjustments should occur after PAUSD is back in session in the fall of 2016. The
extended warranty and technical support would continue into mid-2019.
Attachments:
Attachment A: Trafficware Contract #C16163554 (PDF)
1 Rev. April 20, 2015
C:\ProgramData\activePDF\DC_ENT\Tmp\5dad4f\SandBoxGuestf0f1f6d3-6c34-4551-bfe7-bbcc79f71bed.doc
CITY OF PALO ALTO CONTRACT NO. C16163554
GENERAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into on the 27th day of May, 2016, by and between the
CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and TRAFFICWARE
GROUP, INC., a Texas corporation, located at 522 Gillingham, Sugar Land, Texas, 77478,
Telephone (281) 240-723 (“CONTRACTOR”). In consideration of their mutual covenants, the
parties hereto agree as follows:
1.SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described
in the Scope of Services, attached at Exhibit A.
2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement:
“A” - Scope of Services
“B” - Schedule of Performance
“C” - Compensation
“D” - Insurance Requirements
CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED.
3. TERM.
The term of this Agreement is from May 27, 2016 to June 30, 2017 inclusive, subject to
the provisions of Sections Q and V of the General Terms and Conditions.
4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the
term of this Agreement in a reasonably prompt and timely manner based upon the
circumstances and direction communicated to CONTRACTOR, and if applicable, in
accordance with the schedule set forth in the Schedule of Performance, attached at
Exhibit B. Time is of the essence in this Agreement.
5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to
accept as not-to-exceed compensation for the full performance of the Services and
reimbursable expenses, if any:
A sum calculated in accordance with the fee schedule set forth at Exhibit C, not
to exceed a total maximum compensation amount of One Hundred Ninety One
Thousand Fifty Six Dollars ($191,056.00).
CONTRACTOR agrees that it can perform the Services for an amount not to exceed the
total maximum compensation set forth above. Any hours worked or services performed
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C ATTACHMENT A
2 Rev. April 20, 2015
General Services Agreement
by CONTRACTOR for which payment would result in a total exceeding the maximum
amount of compensation set forth above for performance of the Services shall be at no
cost to CITY.
CITY has set aside the sum of Fifteen Thousand dollars ($15,000.00) for
Additional Services. CONTRACTOR shall provide Additional Services only by
advanced, written authorization from the City Manager or designee.
CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal
including a description of the scope of services, schedule, level of effort, and
CONTRACTOR’s proposed maximum compensation, including reimbursable
expense, for such services. Compensation shall be based on the hourly rates set
forth above or in Exhibit C (whichever is applicable), or if such rates are not
applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR
shall not perform any Additional Services for which payment would exceed the
amount set forth above for Additional Services. Payment for Additional Services
is subject to all requirements and restrictions in this Agreement.
6. COMPENSATION DURING ADDITIONAL TERMS. (Not Applicable)
7. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager
is: Rafael Rius, Planning & Community Environment Department, Transportation
Division: (650) 329-, Telephone: (650) 329-2305. Invoices shall be submitted in arrears
for Services performed. Invoices shall not be submitted more frequently than monthly.
Invoices shall provide a detailed statement of Services performed during the invoice
period and are subject to verification by CITY. CITY shall pay the undisputed amount of
invoices within 30 days of receipt.
GENERAL TERMS AND CONDITIONS
A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this
Agreement. This Agreement includes and is limited to the terms and conditions set forth
in sections 1 through 6 above, these general terms and conditions and the attached
exhibits.
B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and
qualifications to complete the services described in Section 1 of this Agreement, entitled
“SERVICES,” and that every individual charged with the performance of the services
under this Agreement has sufficient skill and experience and is duly licensed or certified,
to the extent such licensing or certification is required by law, to perform the Services.
CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge,
and certifications. CONTRACTOR shall perform all work in accordance with generally
accepted business practices and performance standards of the industry, including all
federal, state, and local operation and safety regulations.
C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of
this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
3 Rev. April 20, 2015
General Services Agreement
times be considered an independent CONTRACTOR and not an agent or employee of
CITY. CONTRACTOR shall be responsible for employing or engaging all persons
necessary to complete the work required under this Agreement.
D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services
under this Agreement unless CONTRACTOR obtains prior written consent of CITY.
CONTRACTOR shall be solely responsible for directing the work of approved
subcontractors and for any compensation due to subcontractors.
E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees,
contributions or charges applicable to the conduct of CONTRACTOR’s business.
F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services
comply with all applicable federal, state and local laws, ordinances, regulations, and
orders.
G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense,
repair in kind, or as the City Manager or designee shall direct, any damage to public or
private property that occurs in connection with CONTRACTOR’s performance of the
Services. CITY may decline to approve and may withhold payment in whole or in part to
such extent as may be necessary to protect CITY from loss because of defective work
not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s
performance of the Services. CITY shall submit written documentation in support of
such withholding upon CONTRACTOR’s request. When the grounds described above are
removed, payment shall be made for amounts withheld because of them.
H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this
Agreement shall be performed in a professional and workmanlike manner in accordance
with generally accepted business practices and performance standards of the industry
and the requirements of this Agreement. CONTRACTOR expressly warrants that all
materials, goods and equipment provided by CONTRACTOR under this Agreement shall
be fit for the particular purpose intended, shall be free from defects, and shall conform
to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or
correct any material or service not in compliance with these warranties, including
incomplete, inaccurate, or defective material or service, at no further cost to CITY. The
warranties set forth in this section shall be in effect for a period of one year from
completion of the Services and shall survive the completion of the Services or
termination of this Agreement.
I. MONITORING OF SERVICES. CITY may monitor the Services performed under this
Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory
manner and complies with the provisions of this Agreement.
J. CITY’S PROPERTY. Any reports, information, data or other material (including copyright
interests) developed, collected, assembled, prepared, or caused to be prepared under
this Agreement will become the property of CITY without restriction or limitation upon
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
4 Rev. April 20, 2015
General Services Agreement
their use and will not be made available to any individual or organization by
CONTRACTOR or its subcontractors, if any, without the prior written approval of the City
Manager.
K. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit,
at any reasonable time during the term of this Agreement and for three (3) years from
the date of final payment, CONTRACTOR’s records pertaining to matters covered by this
Agreement. CONTRACTOR agrees to maintain accurate books and records in
accordance with generally accepted accounting principles for at least three (3) following
the terms of this Agreement.
L. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance
by CITY shall operate as a waiver on the part of CITY of any of its rights under this
Agreement.
M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force
during the term of this Agreement, the insurance coverage described at Exhibit D.
Insurance must be provided by companies with a Best’s Key Rating of A-:VII or higher
and which are otherwise acceptable to CITY’s Risk Manager. The Risk Manager must
approve deductibles and self-insured retentions. In addition, all policies, endorsements,
certificates and/or binders are subject to approval by the Risk Manager as to form and
content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as
an additional insured under any general liability or automobile policy. CONTRACTOR
shall obtain an endorsement stating that the insurance is primary coverage and will not
be canceled or materially reduced in coverage or limits until after providing 30 days
prior written notice of the cancellation or modification to the Risk Manager.
CONTRACTOR shall provide certificates of such policies or other evidence of coverage
satisfactory to the Risk Manager, together with the required endorsements and
evidence of payment of premiums, to CITY concurrently with the execution of this
Agreement and shall throughout the term of this Agreement provide current certificates
evidencing the required insurance coverages and endorsements to the Risk Manager.
CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain
and provide to CITY separate certificates and endorsements for each subcontractor that
meet all the requirements of this section. The procuring of such required policies of
insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify
CITY under this Agreement.
N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the
provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and
hold harmless CITY, its Council members, officers, employees and agents from and
against any and all demands, claims, injuries, losses, or liabilities of any nature, including
death or injury to any person, property damage or any other loss and including without
limitation all damages, penalties, fines and judgments, associated investigation and
administrative expenses and defense costs, including, but not limited to reasonable
attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of,
or resulting in any way from or in connection with the performance of this Agreement.
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
5 Rev. April 20, 2015
General Services Agreement
CONTRACTOR’s obligations under this Section apply regardless of whether or not a
liability is caused or contributed to by any negligent (passive or active) act or omission of
CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising
from the sole negligence or willful misconduct of CITY. The acceptance of the Services
by CITY shall not operate as a waiver of the right of indemnification. The provisions of
this Section survive the completion of the Services or termination of this Agreement.
O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510,
CONTRACTOR certifies that in the performance of this Agreement, it shall not
discriminate in the employment of any person because of the race, skin color, gender,
age, religion, disability, national origin, ancestry, sexual orientation, housing status,
marital status, familial status, weight or height of such person. CONTRACTOR
acknowledges that it has read and understands the provisions of Section 2.30.510 of the
Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties
for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining
to nondiscrimination in employment.
P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that
it is aware of the provisions of the Labor Code of the State of California 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 will comply with such provisions, as applicable, before commencing and during
the performance of the Services.
Q. TERMINATION. The City Manager may terminate this Agreement without cause by
giving ten (10) days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails
to perform any of its material obligations under this Agreement, in addition to all other
remedies provided by law, the City Manager may terminate this Agreement immediately
upon written notice of termination. Upon receipt of such notice of termination,
CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR
for services satisfactorily performed up to the effective date of termination. If the
termination if for cause, CITY may deduct from such payment the amount of actual
damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material
obligations under this Agreement. Upon termination, CONTRACTOR shall immediately
deliver to the City Manager any and all copies of studies, sketches, drawings,
computations, and other material or products, whether or not completed, prepared by
CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such
materials shall become the property of CITY.
R. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and
assigns to all covenants of this Agreement. This Agreement shall not be assigned or
transferred without the prior written consent of CITY. No amendments, changes or
variations of any kind are authorized without the written consent of CITY.
S. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it
presently has no interest, and will not acquire any interest, direct or indirect, financial or
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
6 Rev. April 20, 2015
General Services Agreement
otherwise, which would conflict in any manner or degree with the performance of this
Contract. CONTRACTOR further covenants that, in the performance of this Contract, it
will not employ any person having such an interest. CONTRACTOR certifies that no CITY
Officer, employee, or authorized representative has any financial interest in the
business of CONTRACTOR and that no person associated with CONTRACTOR has any
interest, direct or indirect, which could conflict with the faithful performance of this
Contract. CONTRACTOR agrees to advise CITY if any conflict arises.
T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the
State of California.
U. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire
agreement between the parties with respect to the services that may be the subject of
this Agreement. Any variance in the exhibits does not affect the validity of the
Agreement and the Agreement itself controls over any conflicting provisions in the
exhibits. This Agreement supersedes all prior agreements, representations, statements,
negotiations and undertakings whether oral or written.
V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter
of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate
without any penalty (a) at the end of any fiscal year in the event that funds are not
appropriated for the following fiscal year, or (b) at any time within a fiscal year in the
event that funds are only appropriated for a portion of the fiscal year and funds for this
Contract are no longer available. This Section shall take precedence in the event of a
conflict with any other covenant, term, condition, or provision of this Contract.
W. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS.
CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies
which are available at CITY’s Purchasing Division, which are incorporated by reference
and may be amended from time to time. CONTRACTOR shall comply with waste
reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program.
Zero Waste best practices include first minimizing and reducing waste; second, reusing
waste and third, recycling or composting waste. In particular, CONTRACTOR shall
comply with the following zero waste requirements:
All printed materials provided by CONTRACTOR to CITY generated from a
personal computer and printer including but not limited to, proposals, quotes,
invoices, reports, and public education materials, shall be double-sided and
printed on a minimum of 30% or greater post-consumer content paper, unless
otherwise approved by CITY’s Project Manager. Any submitted materials printed
by a professional printing company shall be a minimum of 30% or greater post-
consumer material and printed with vegetable based inks.
Goods purchased by Contractor on behalf of CITY shall be purchased in
accordance with CITY’s Environmental Purchasing Policy including, but not
limited to, Extended Producer Responsibility requirements for products and
packaging. A copy of this policy is on file at the Purchasing Division’s office.
Reusable/returnable pallets shall be taken back by CONTRCATOR, at no
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
7 Rev. April 20, 2015
General Services Agreement
additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide
documentation from the facility accepting the pallets to verify that pallets are
not being disposed.
X. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties
represent and warrant that they have the legal capacity and authority to do so on behalf
of their respective legal entities.
Y. CONTRACT TERMS: All unchecked boxes do not apply to this Agreement.
Z. DIR REGISTRATION. In regard to any public work construction, alteration, demolition,
repair or maintenance work, CITY will not accept a bid proposal from or enter into this
Agreement with CONTRACTOR without proof that CONTRACTOR and its listed
subcontractors are registered with the California Department of Industrial Relations
(“DIR”) to perform public work, subject to limited exceptions. City requires
CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854.
CITY provides notice to CONTRACTOR of the requirements of California Labor Code
section 1771.1(a), which reads:
“A contractor or subcontractor shall not be qualified to bid on, be listed in a bid
proposal, subject to the requirements of Section 4104 of the Public Contract Code, or
engage in the performance of any contract for public work, as defined in this chapter,
unless currently registered and qualified to perform public work pursuant to Section
1725.5. It is not a violation of this section for an unregistered contractor to submit a bid
that is authorized by Section 7029.1 of the Business and Professions Code or Section
10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to
perform public work pursuant to Section 1725.5 at the time the contract is awarded.”
CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRCATOR is
required to post all job site notices prescribed by law or regulation and CONTRACTOR is
subject to SB 854-compliance monitoring and enforcement by DIR.
CITY requires CONTRACTOR and its listed subcontractors to comply with the
requirements of Labor Code section 1776, including:
Keep accurate payroll records, showing the name, address, social security number, work
classification, straight time and overtime hours worked each day and week, and the
actual per diem wages paid to each journeyman, apprentice, worker, or other employee
employed by, respectively, CONTRACTOR and its listed subcontractors, in connection
with the Project.
The payroll records shall be verified as true and correct and shall be certified and made
available for inspection at all reasonable hours at the principal office of CONTRACTOR
and its listed subcontractors, respectively.
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
8 Rev. April 20, 2015
General Services Agreement
At the request of CITY, acting by its project manager, CONTRACTOR and its listed
subcontractors shall make the certified payroll records available for inspection or
furnished upon request to the project manager within ten (10) days of receipt of CITY’s
request. CITY requests CONTRACTOR and its listed subcontractors to submit the
certified payroll records at the end of each week during the Project.
If the certified payroll records are not produced to the project manager within the 10-
day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty
of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker,
and CITY shall withhold the sum total of penalties from the progress payment(s) then
due and payable to CONTRACTOR.
Inform the project manager of the location of CONTRACTOR’s and its listed
subcontractors’ payroll records (street address, city and county) at the commencement
of the Project, and also provide notice to the project manager within five (5) business
days of any change of location of those payroll records.
IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives
executed this Agreement on the date first above written.
CITY OF PALO ALTO TRAFFICWARE GROUP, INC.
Approved as to form:
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
CFO
2 Rev. April 20, 2015
C:\ProgramData\activePDF\DC_ENT\Tmp\5dad4f\SandBoxGuestf0f1f6d3-6c34-4551-bfe7-bbcc79f71bed.doc
EXHIBIT A
SCOPE OF SERVICES
CONTRACTOR shall provide the following for the San Antonio Road SynchroGreen Traffic
Adaptive Signal System:
Task 1 – SynchroGreen Intersection Software - This contract includes the purchase of
Synchro Green Adaptive Intersection Software licenses for five intersections. The five
intersections include:
San Antonio Road and Charleston Road
San Antonio Road and Leghorn Street
San Antonio Road and Middlefield Road
Charleston Road and Fabian Way
San Antonio Road and Nita Avenue
Task 2 – SynchroGreen Project Integration – This task includes the configuration
SynchroGreen Software adaptive timing for the five intersections listed above, and
integration into the CITY’s currently operating Advanced Traffic Management System
(ATMS). Configuration will include the incorporation of three time-of-day (TOD) signal
coordination programs with coordination from City Staff (AM, PM, Off-peak).
Task 3 – Database Conversion and Installation: San Antonio Road/Middlefield Road – This
task involves converting and configuring the vehicle detection equipment at the intersection
of San Antonio Road at Middlefield Road necessary to operate Synchro Green Intersection
Software.
Task 4 – Detection Equipment for San Antonio/Charleston, San Antonio/Leghorn, San
Antonio/Nita, and Charleston/Fabian – This task includes furnishing video detection
equipment necessary to operate Synchro Green Intersection Software at the intersections
listed above. This task includes equipment only and general product support. Installation of
equipment in this task is assumed to be installed by City of Palo Alto Electric Utilities Staff or
other contractors.
Task 5 – Detection Installation for Charleston, Leghorn, Nita, Middlefield, and Fabian –
CONTRACTOR and/or its sub-contractor will provide installation and configuration services
for the equipment described previously in Task 4.
Task 6 – SynchroGreen Onsite Training – CONTRACTOR and/or its sub-contractor will
provide on-site training up to two consecutive days, for City of Palo Alto Staff. Training will
be held within the City of Palo Alto.
Task 7 – Warranty, Maintenance, and Support (3 years) – This task provides extended
project warranty, maintenance (updates), and technical support to City Staff for the
operation and maintenance of the Synchro Green Intersection Software for three years from
date of implementation.
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
3 Rev. April 20, 2015
C:\ProgramData\activePDF\DC_ENT\Tmp\5dad4f\SandBoxGuestf0f1f6d3-6c34-4551-bfe7-bbcc79f71bed.doc
EXHIBIT B
SCHEDULE OF PERFORMANCE
CONTRACTOR shall perform the Services so as to complete each task within the time
period specified below. The time to complete each task may be increased or decreased
by mutual written agreement of the project managers for CONTRACTOR and CITY so
long as all work is completed within the term of the Agreement.
Task Complete
From NTP
1. Task 1
SynchroGreen Intersection Software 1 Day
2. Task 2
SynchroGreen Project Integration 4 Weeks
3. Task 3
Database Conversion and Installation:
San Antonio Road/Middlefield Road 1 Day
4. Task 4
Detection Equipment for San Antonio/Charleston,
San Antonio/Leghorn, San Antonio/Nita,
and Charleston/Fabian 4 Weeks
5. Task 5
Detection Installation for Charleston,
Leghorn, Nita, Middlefield, and Fabian 4 Weeks
6. Task 6
SynchroGreen Onsite Training 1 Week
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
8 Rev. April 20, 2015
C:\ProgramData\activePDF\DC_ENT\Tmp\5dad4f\SandBoxGuestf0f1f6d3-6c34-4551-bfe7-bbcc79f71bed.doc
EXHIBIT C
SCHEDULE OF FEES
CONTRACTOR shall perform the tasks as described and budgeted below. CITY’s Project Manager may
approve in writing the transfer of budget amounts between any of the tasks or categories listed below
provided the total compensation for the Services including reimbursable expenses, does not exceed
$206,056.00. Any services provided or hours worked for which payment would result in a total exceeding
the maximum amount of compensation set forth herein shall be at no cost to CITY.
DESCRIPTION OF TASK NOT TO EXCEED COMPENSATION PER TASK
INCLUDING REIMBURSABLES
Task 1 $67,500.00
SynchroGreen Intersection Software
P/N: 97500-0015, 5 EA @ $13,500.00
Task 2 $7,500.00
SynchroGreen Project Integration
P/N: 97500-0005
Task 3 $1,000.00
Database Conversion and Installation
Task 4 $56,426.00
Detection Equipment for
San Antonio/Charleston, San Antonio/Leghorn,
San Antonio/Nita, and Charleston/Fabian)
Task 5 $36,786.00
Detection Installation for Charleston,
Leghorn, Nita, Middlefield, and Fabian
Task 6 $5,000.00
SynchroGreen Onsite Training (2 Days)
P/N: 97500-0045
Task 5 $5,000.00
Warranty, Maintenance, and Support
(3 years) P/N: 97500-0055
Shipping $1,000.00
Taxes $10,844.00
SUBTOTAL $191,056.00
Contingency $15,000.00
TOTAL $206,056.00
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
12 Rev. April 20, 2015
C:\ProgramData\activePDF\DC_ENT\Tmp\5dad4f\SandBoxGuestf0f1f6d3-6c34-4551-bfe7-bbcc79f71bed.doc
EXHIBIT D
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM
OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE
SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR
HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF
CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED,
BELOW:
REQUIRED TYPE OF COVERAGE REQUIREMENT
MINIMUM LIMITS
EACH
OCCURRENCE AGGREGATE
YES
YES
WORKER’S COMPENSATION
EMPLOYER’S LIABILITY
STATUTORY
STATUTORY
YES
GENERAL LIABILITY, INCLUDING
PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE BLANKET
CONTRACTUAL, AND FIRE LEGAL
LIABILITY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED.
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
YES AUTOMOBILE LIABILITY,
INCLUDING ALL OWNED, HIRED,
NON-OWNED
BODILY INJURY
- EACH PERSON
- EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND PROPERTY
DAMAGE, COMBINED
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
NO
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE
ALL DAMAGES $1,000,000
YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT
ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND
EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND
ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’
COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS
ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
I. INSURANCE COVERAGE MUST INCLUDE:
A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE
IN COVERAGE OR OF COVERAGE CANCELLATION; AND
B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE
FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY.
C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL.
II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED
COVERAGE.
III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO
“ADDITIONAL INSUREDS”
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
13 Rev. April 20, 2015
C:\ProgramData\activePDF\DC_ENT\Tmp\5dad4f\SandBoxGuestf0f1f6d3-6c34-4551-bfe7-bbcc79f71bed.doc
A. PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED,
INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR
CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE
ADDITIONAL INSUREDS.
B. CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE
POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED
AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS,
SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
C. NOTICE OF CANCELLATION
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY
REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING
COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-
PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT
LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF
CANCELLATION.
NOTICES SHALL BE MAILED TO:
PURCHASING AND
CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303
DocuSign Envelope ID: 38ADEE41-818B-4ADA-BAFB-EEFCE28D511C
Certificate Of Completion
Envelope Id: 38ADEE41818B4ADABAFBEEFCE28D511C Status: Completed
Subject: Please DocuSign this document: C16163554 Trafficware Contract.pdf
Source Envelope:
Document Pages: 13 Signatures: 1 Envelope Originator:
Certificate Pages: 5 Initials: 0 Christopher Anastole
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
250 Hamilton Ave
Palo Alto , CA 94301
chris.anastole@cityofpaloalto.org
IP Address: 199.33.32.254
Record Tracking
Status: Original
4/20/2016 2:30:41 PM
Holder: Christopher Anastole
chris.anastole@cityofpaloalto.org
Location: DocuSign
Signer Events Signature Timestamp
Joe Custer
JoeCuster@trafficware.com
CFO
Security Level: Email, Account Authentication
(None)Using IP Address: 71.29.218.138
Sent: 4/20/2016 2:39:33 PM
Resent: 4/26/2016 8:45:58 AM
Resent: 5/2/2016 6:59:55 AM
Viewed: 4/26/2016 10:58:52 AM
Signed: 5/2/2016 1:21:22 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Robin Ellner
robin.ellner@cityofpaloalto.org
Admin Associate III
City of Palo Alto
Security Level: Email, Account Authentication
(None)
Sent: 4/20/2016 2:39:33 PM
Electronic Record and Signature Disclosure:
Accepted: 2/11/2015 9:51:24 AM
ID: efb775a7-f39e-4c9f-817a-5ec939666ecf
Sherry Nikzat
Sherry.Nikzat@CityofPaloAlto.org
Sr. Management Analyst
City of Palo Alto
Security Level: Email, Account Authentication
(None)
Sent: 5/2/2016 1:21:23 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Carbon Copy Events Status Timestamp
Robin Ellner
robin.ellner@cityofpaloalto.org
Admin Associate III
City of Palo Alto
Security Level: Email, Account Authentication
(None)
Sent: 5/2/2016 1:21:24 PM
Electronic Record and Signature Disclosure:
Accepted: 2/11/2015 9:51:24 AM
ID: efb775a7-f39e-4c9f-817a-5ec939666ecf
Notary Events Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 5/2/2016 1:21:24 PM
Certified Delivered Security Checked 5/2/2016 1:21:24 PM
Signing Complete Security Checked 5/2/2016 1:21:24 PM
Completed Security Checked 5/2/2016 1:21:24 PM
Electronic Record and Signature Disclosure
CONSUMER DISCLOSURE
From time to time, City of Palo Alto (we, us or Company) may be required by law to provide to
you certain written notices or disclosures. Described below are the terms and conditions for
providing to you such notices and disclosures electronically through your DocuSign, Inc.
(DocuSign) Express user account. Please read the information below carefully and thoroughly,
and if you can access this information electronically to your satisfaction and agree to these terms
and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of
this document.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. For such copies, as long as you are an authorized user of the
DocuSign system you will have the ability to download and print any documents we send to you
through your DocuSign user account for a limited period of time (usually 30 days) after such
documents are first sent to you. After such time, if you wish for us to send you paper copies of
any such documents from our office to you, you will be charged a $0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. To indicate to us that you are changing your mind, you must
withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your
DocuSign account. This will indicate to us that you have withdrawn your consent to receive
required notices and disclosures electronically from us and you will no longer be able to use your
DocuSign Express user account to receive required notices and consents electronically from us
or to sign electronically documents from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through your DocuSign user account all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or
made available to you during the course of our relationship with you. To reduce the chance of
you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
Electronic Record and Signature Disclosure created on: 10/1/2013 3:33:53 PM
Parties agreed to: Robin Ellner, Robin Ellner
How to contact City of Palo Alto:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: david.ramberg@cityofpaloalto.org
To advise City of Palo Alto of your new e-mail address
To let us know of a change in your e-mail address where we should send notices and disclosures
electronically to you, you must send an email message to us at
david.ramberg@cityofpaloalto.org and in the body of such request you must state: your previous
e-mail address, your new e-mail address. We do not require any other information from you to
change your email address..
In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected
in your DocuSign account by following the process for changing e-mail in DocuSign.
To request paper copies from City of Palo Alto
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an e-mail to david.ramberg@cityofpaloalto.org and
in the body of such request you must state your e-mail address, full name, US Postal address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Palo Alto
To inform us that you no longer want to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your DocuSign account, and on the subsequent
page, select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an e-mail to david.ramberg@cityofpaloalto.org and in the body of such request
you must state your e-mail, full name, IS Postal Address, telephone number, and account
number. We do not need any other information from you to withdraw consent.. The
consequences of your withdrawing consent for online documents will be that transactions
may take a longer time to process..
Required hardware and software
Operating Systems: Windows2000? or WindowsXP?
Browsers (for SENDERS): Internet Explorer 6.0? or above
Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,
NetScape 7.2 (or above)
Email: Access to a valid email account
Screen Resolution: 800 x 600 minimum
Enabled Security Settings:
•Allow per session cookies
•Users accessing the internet behind a Proxy
Server must enable HTTP 1.1 settings via
proxy connection
** These minimum requirements are subject to change. If these requirements change, we will
provide you with an email message at the email address we have on file for you at that time
providing you with the revised hardware and software requirements, at which time you will
have the right to withdraw your consent.
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC CONSUMER DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
• Until or unless I notify City of Palo Alto as described above, I consent to receive from
exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to me by City of Palo Alto during the course of my relationship with you.