Loading...
#16-7034 (Control Technologies) MEMORANDUM Date: July 19, 2017 To: Barbara Lance for Brenda Brilhart Procurement Services From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #16-7034 "ATMS Software Controller Updates" Contractor: Control Technologies Attached for your records is one (1) original of the referenced contract above, (Item #16A2) adopted by the Board of County Commissioners on Tuesday, July 11, 2017. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-7240. Thank you. Attachment Contract#16-7034 ATMS Software and Controller Update PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this)Ieday of 0 2017, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and Control Technologies, Inc. authorized to do business in the State of Florida, whose business address is 2776 S. Financial Court, Sanford Florida 32773 hereinafter referred to as the "CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional services of the CONTRACTOR concerning the 16-7034 ATMS Software and Controller Update (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONTRACTOR has submitted a proposal for provision of those services; and WHEREAS, the CONTRACTOR represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONTRACTOR'S RESPONSIBILITY 1.1. CONTRACTOR shall provide to OWNER professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONTRACTOR hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONTRACTOR by the 11 Page Contract13-7034 ATMS Sofrware and Controller Update OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONTRACTOR agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONTRACTOR pursuant to this Agreement. 1.4. The CONTRACTOR agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONTRACTOR designates Bill Brown, Vice President as Project Manager, a qualified licensed professional to serve as the CONTRACTOR'S project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONTRACTOR with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONTRACTOR on all matters arising out of or relating to this Agreement. The CONTRACTOR agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONTRACTOR hereunder. The Project Coordinator shall not be removed by CONTRACTOR from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6. CONTRACTOR agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONTRACTOR, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONTRACTOR to provide and perform services or 2 I Contract 16-7034 ATMS Software and Controlicr Update work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONTRACTOR represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONTRACTOR agrees that all services to be provided by CONTRACTOR pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONTRACTOR hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of 3 I Page Contract 16:4)34 ATiv1S Software and Controller Update the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. In the event of any conflicts in these requirements, the CONTRACTOR shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONTRACTOR of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Contractor's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole t.) determination regarding deductions. After notification of deficiency, if the Contractor fails to correct the Coetract 16-7034 ATMs Software and Controller Update 4 I Page deficiency within the specified timeframe, these funds would be forfeited by the Contractor. The County may also deduct or charge the Contractor for services and/or items necessary to correct the deficiencies directly related to the Contractor's non-performance whether or not the County obtained substitute performance. 1.8. CONTRACTOR agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONTRACTOR'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONTRACTOR hereunder, and CONTRACTOR shall require all of its employees, agents, and subcontractors to comply with the provisions of this paragraph. CONTRACTOR shall provide OWNER prompt written notice of any such subpoenas. 1.9. As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement - EOP, etc), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONTRACTOR If authorized in writing by OWNER through a Change Order or Amendment to this Agreement, CONTRACTOR shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services (any changes will require prior approval from the granting agency). With respect to the individuals with authority to authorize Additional 61. 'o atrac 16-7Q34 ATMS Sof:./are ana Controller Update 5IF"ags Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONTRACTOR for such Additional Services and (ii) an admission by CONTRACTOR that such Work is not additional but rather a part of the Basic Services required of CONTRACTOR hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONTRACTOR in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONTRACTOR has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONTRACTOR knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONTRACTOR'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.1. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.2. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONTRACTOR'S control and fault. Contract 16-7034 ATMS Software and Controller Update 6 I Page 2.3. Providing renderings or models for OWNER'S use. 2.4. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.5. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONTRACTOR hereunder. 2.6. Services during travel outside of Collier and Lee Counties required of CONTRACTOR and directed by OWNER, other than visits to the Project site or OWNER's office. 2.7. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.8. Preparing to serve or serving as a CONTRACTOR or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.9. Additional services rendered by CONTRACTOR in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, 7 I Pape Contract 15-7034 ATMS Software and Controller Update interpret and define OWNER'S policies and decisions with respect to CONTRACTOR'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONTRACTOR that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONTRACTOR hereunder; (b) The time the CONTRACTOR is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONTRACTOR. 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONTRACTOR for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONTRACTOR as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; (c) Upon request from CONTRACTOR, assist CONTRACTOR by placing at CONTRACTOR'S disposal all available information in the OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (d) Arrange for access to and make all provisions for CONTRACTOR to enter the Project site to perform the services to be provided by CONTRACTOR under this Agreement; and (e) Provide notice to CONTRACTOR of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONTRACTOR hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONTRACTOR shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule 8 I Pace Contract 16-7034 ATMS Software and Controller Update 41) attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONTRACTOR be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONTRACTOR, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONTRACTOR shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONTRACTOR may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONTRACTOR'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR'S sole remedy against OWNER will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONTRACTOR, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONTRACTOR'S compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONTRACTOR, if any, as a result of such delays. 4.4. Should the CONTRACTOR fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONTRACTOR until such time as the CONTRACTOR resumes performance of its Contract 15-7034 ATMS Sof ware and Controller Update 9l obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONTRACTOR'S performance is or will shortly be back on schedule. 4.5. In no event shall any approval by OWNER authorizing CONTRACTOR to continue performing Work under this Agreement or any payment issued by OWNER to CONTRACTOR be deemed a waiver of any right or claim OWNER may have against CONTRACTOR for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONTRACTOR shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodology: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the Contractor; and, as a business practice there are no hourly or material invoices presented, rather, the Contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONTRACTOR shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONTRACTOR under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONTRACTOR. CONTRACTOR shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONTRACTOR, at its own expense, may retain copies of the Project Documents for its files and internal use. 10 I Dact•e Contract 16-7034 ATMS Software and Controitur Upd tAO 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONTRACTOR hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONTRACTOR warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONTRACTOR consents to OWNER'S use of the Project Documents to complete the Project following CONTRACTOR'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONTRACTOR also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONTRACTOR will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONTRACTOR for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONTRACTOR shall defend, indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONTRACTOR or anyone employed or utilized by the CONTRACTOR in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph 8.1. • 11 l Page Contract 16-7034 ATMS Software and Controtiur Update 8.2. The duty to defend under this Article 8 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONTRACTOR, OWNER and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to CONTRACTOR. CONTRACTOR'S obligation to indemnify and defend under this Article 8 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the OWNER or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. ARTICLE NINE INSURANCE 9.1. CONTRACTOR shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONTRACTOR to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, as an additional insured as to the operations of CONTRACTOR under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONTRACTOR. 9.3,.3. All insurance coverages of CONTRACTOR shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONTRACTOR shall not apply to any insurance or self- insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 12 I Page Contract 16-7034 ATMS So`tware and Central er Update 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONTRACTOR, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONTRACTOR obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONTRACTOR'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONTRACTOR'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONTRACTOR, as independent Contractor or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates or dates set forth in the Project Schedule. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. 13 I Page Contract 16-7034 ATMS Software and Controller Update 10.3. CONTRACTOR is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONTRACTOR shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONTRACTOR by the terms of this Agreement, and to assume toward the CONTRACTOR all the obligations and responsibilities which the CONTRACTOR, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONTRACTOR shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4. CONTRACTOR acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONTRACTOR and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONTRACTOR'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONTRACTOR as unsettled at the time of the final payment. Neither the acceptance of CONTRACTOR'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONTRACTOR. ARTICLE TWELVE TERMINATION OR SUSPENSION 0 14 I Page Contract"6-7034 ATMS Software and Control er Update 12.1. CONTRACTOR shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONTRACTOR'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONTRACTOR'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONTRACTOR or by any of CONTRACTOR'S principals, officers or directors, or (d) CONTRACTOR'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONTRACTOR'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may so terminate this Agreement, in whole or in part, by giving the CONTRACTOR seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONTRACTOR was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONTRACTOR provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONTRACTOR's remedies against OWNER shall be the same as and be limited to those afforded CONTRACTOR under paragraph 12.3, below. 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONTRACTOR. In the event of such termination for convenience, CONTRACTOR'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONTRACTOR that are directly attributable to the termination, but CONTRACTOR shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed. CONTRACTOR must mitigate all such costs to the greatest extent reasonably possible. �gp 15 I Page Contract 16-7034 ATMS Software and Controller Update 12.4. Upon termination and as directed by Owner, the CONTRACTOR shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONTRACTOR'S possession or under its control. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONTRACTOR hereunder upon giving CONTRACTOR two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONTRACTOR'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6 In the event (i) OWNER fails to make any undisputed payment to CONTRACTOR within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONTRACTOR under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONTRACTOR, then CONTRACTOR may stop its performance under this Agreement until such default is cured, after giving OWNER a second fourteen (14) days written notice of CONTRACTOR's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONTRACTOR or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONTRACTOR, the CONTRACTOR may terminate this Agreement by giving written notice to OWNER of CONTRACTOR'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONTRACTOR'S written notice, CONTRACTOR may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONTRACTOR be entitled to payment for Services not performed or any other damages from Owner. ARTICLE THIRTEEN 16 I Page Contract 16-7034 ATMS Software and Controller Update CONFLICT OF INTEREST 13.1. CONTRACTOR represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONTRACTOR further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FOURTEEN MODIFICATION 14.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE FIFTEEN NOTICES AND ADDRESS OF RECORD 15.1. All notices required or made pursuant to this Agreement to be given by the CONTRACTOR to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners, Collier County Florida c/o Traffic Operations Division, Growth Management Department 2885 S. Horseshoe Drive Naples, Florida 34104 Telephone: (239) 252-6066 Attention: Pierre Beauvoir, Signal Systems Network Specialist Email: PierreBeauvoirna,colliergov.net 15.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONTRACTOR shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONTRACTOR'S address of record: Control Technologies, Inc. 2776 S. Financial Court Sanford, Florida 32773 Telephone: (407) 330-2800 Attention: Bill Brown, Vice President Email: billbAct-west.com 17 I Pa0e Contract"0-7034 ATMS Software and Controller Update 15.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SIXTEEN MISCELLANEOUS 16.1. CONTRACTOR, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 16.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 16.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONTRACTOR without the prior written consent of OWNER. 16.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 16.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 16.6. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 18 I Pege Contract 15-7034 ATMS Software.and Control e r Update 16.7. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 16.8. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 16.9. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 16.10. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E CONTRACTOR'S PROPOSAL Schedule F RFP # 16-7034 ATMS Software and Controller Update Terms and Conditions (including Granting Agency provisions) ARTICLE SEVENTEEN APPLICABLE LAW 17.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE EIGHTEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 18.1. CONTRACTOR warrants that CONTRACTOR has not employed or retained any company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or secure this Agreement and that CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, 19 I Page Contract 16-7034 ATMS So`tware and Control er Update • commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. CONTRACTOR'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 18.2. By its execution of this Agreement, CONTRACTOR acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE NINETEEN DISPUTE RESOLUTION 19.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONTRACTOR with full decision- making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONTRACTOR with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Florida Statute. 19.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 20 I Page Contract'`6-7034 ATPv1S Software and Control ur Update �-g_ ARTICLE TWENTY IMMIGRATION LAW COMPLIANCE 20.1. By executing and entering into this agreement, the CONTRACTOR is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONTRACTOR to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. Signature page to following 21 rage Contract 16-7034 ATMS Software and Control or Update IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for the ATMS Software & Controller Update on the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Dwight E. Brock, Clerk By: Atti`. sAin 1Or Date: , 4 .. it AOBy: Attest as to ,irma y Penny Taylor airman sign ure only. pprove s t rmnd gality: Deputy County Attor y &IA— --G-A. lit-- Name Control Technologies, Inc. ilW C " =,k \ r \ By: 'I A W' Hess _` � _ `/ 1 l Name and Title Name and Title ALCS..... '1,23,1., ness cr C 1 tAA \ , 1 \ P Name and Title S9' 221 SCHEDULE A SCOPE OF SERVICES COLLIER COUNTY TRAFFIC OPERATIONS TRAFFIC MANAGEMENT CENTER (TMC) #433174-1 —ADVANCED TRAFFIC MANAGEMENT SYSTEM AND CONTROLLERS PROJECT SCOPE PROJECT INFORMATION A. Introduction The purpose of this exhibit is to describe the scope of work and the responsibilities of Contractor in providing Advanced Traffic Management System (ATMS) software and traffic signal controllers for Collier County Traffic Operations. Collier County has been awarded Federal funds for the implementation of this project. The project will be managed by Collier County Traffic Operations. As a result of the Federal funding, oversight of the project will be provided by the Florida Department of Transportation. B. Background The Traffic Management Center (TMC) is the command station that houses the Intelligent Transportation System (ITS) operations. It houses the staff that monitors traffic, disseminates traveler information, and provides on-going incident management services. It is the intent of the County to replace the current traffic management software and controllers with new traffic signal controllers and ATMS software in support of the County's planned expansion of its Intelligent Transportation System (ITS) to optimize traffic signal functions, coordination, as well as TMC operations. • C. Existing Conditions Traffic Signal Controllers Collier County currently operates and maintains 210 traffic intersections in the county. The traffic controllers are manufactured by Siemens and are configured for NEMA TS2-1 and TS2-2 depending on location of the intersection and the traffic cabinet wiring configuration. Traffic Management Software Collier County currently uses Siemens ACTRA ATMS traffic control software to manage the signalized intersections. D. Traffic Signal Controllers The manufacturer or Contractor shall provide 212 new NEMA TS2 Type 2 traffic controllers that meet or exceed industry NEMA and Advanced Transportation Controllers (ATC) Standards and 21 spares for a total of 233 controllers. All electronic components, workmanship, and functionality of the traffic signal controller shall A-11 Page Contract 16-7034 ATMS Software and Controller Update conform to the applicable standards for TS-2 traffic signal controllers mandated by the NEMA current edition NEMA Standards Publication TS2-2003 v02.06 for Traffic Controller Assemblies with National Transportation Communications for ITS Protocol (NTCIP) Requirements. The devices must be on the Florida Department of Transportation's Approved Product List (APL) prior to issuance of the Request for Proposal (RFP). The manufacturer or Contractor shall be responsible to ensure that all devices can operate independently. The manufacturer/Contractor shall provide the controllers and any equipment or cables required for installing the controllers into the Collier County traffic signal cabinets, and all required licenses. All controllers and equipment provided shall be fully updated and configured with the latest firmware version by the manufacturer/Contractor before installation by the County. All equipment provided shall support version 4 and version 6 Internet Protocol (IP) network communication addressing, access control, and security features. The controller shall also support Simple Network Management Protocol (SNMP) monitoring. The controller shall have the capability to display detailed status information on each main controller function including controller, coordinator, preemptor, time base, detectors, and malfunction management unit (MMU) status. A Microsoft Windows® based traffic signal controller emulation software package shall be supplied. The program shall allow the user to program a traffic signal controller on a Windows based computer, and shall be compatible with the latest version of the Windows operating system. Control and Coordination Features Control The controller shall be able to support these minimum standards: 1. A Power On Self-Test (POST) feature with continuous automatic diagnostics to verify the essential elements of the controller operation. 2. An alert feature when downloads fail, do not complete, or if errors are detected. 3. Shall support Flashing Yellow Arrow Operations. 4. Features for advance walk, pedestrian clear protect, exclusive pedestrian operations, bike minimum green, pedestrian clear times and second walk, and an extendable walk and pedestrian clearance feature. 5. Features for supporting adaptive red clearance. 6. Features which support the ability to turn pedestrian calls off during the exit from uniform code flash. A-2 i' i3ge Contract 16-7034 ATMS Software and Centroler Update 7. A feature to support Measures of Effectiveness (MOE) tools by providing data on volume, speed, and green utilization of phases. Coordination Features The controller shall be able to support these minimum standards: 1. Shall support fixed or floating force-off conditions. 2. Shall support automatic permissive periods. 3. Shall coordinate with crossing arterials and capable of a minimum of 32 coordination patterns. Controller Preemption Features The controller shall be able to support the following preemption features: 1. Transit Signal Priority/Preemption and Emergency Vehicle Priority/ Preemption o Emergency Priority/Preemption shall override Transit Signal Priority/ Preemption 2. A feature to allow Time of Day programs for preemption including for four (4) section flashing yellow left signal heads. It should allow for different preemption modes for protected and protected permissive coordination. 3. A minimum of six (6) high priority and six (6) low priority preemption sequences. The activation of a low priority preemption will not cause the controller to go out of coordinated operations. 4. A feature to support different preemption modes for protected coordination and protected permissive coordination. 5. A feature to support multiple exit preemption options. 6. A feature to support the custom naming of preemptions. 7. Railroad gate down input and timing features. Time-Based Features The controller at a minimum shall be able to support the following time based features: 1. Shall support a minimum of 100 event plans. 2. The ability to support a minimum of 100 fixed or floating exception days. 3. The ability to support a minimum of 100 scheduled programs, configurable for any combination of month(s), day(s), week(s). Each program name shall be customizable. 4. The controller shall contain a feature to schedule lead-lag phasing. A-3IPac; e Contract 16-7634 ATMS Software and Controller Update • Detector Features The controller shall be able to support the following minimum detector features: 1. A minimum of 64 vehicle detectors assignable to multiple phases by user. 2. A minimum of 24 system detectors. 3. Have the ability to map all detectors to lane assignments. 4. Capable of assigning custom labels to any detector. 5. Have the ability to distinguish between a vehicle detector and pedestrian detector fail. 6. Contain a minimum of four (4) or more detector diagnostic plans. 7. Contain a minimum of four (4) or more pedestrian detector plans. 8. The ability to utilize a variety of unique detector types Logging Features The controller shall be able to support the following minimum logging features: 1. Provide logging of controller, bus interface unit (BIU), MMU and detector failures with descriptive error messages. 2. County staff shall have the ability to view the logging data on the front panel of the controller and retrieve logging data via RS-232 serial port, Ethernet port or USB flash drive. 3. Ability to log, view and retrieve traffic volume/occupancy for a minimum of 24 system detectors. Additional Features 1. Status screens shall have the feature to customize the information displayed. 2. It is desirable for the controller to support digital short range communications (DSRC) protocols, providing Vehicle-to-Infrastructure (V21) interfacing with DRSC and connected vehicle road side equipment. E. ATMS Central Control Software Features The ATMS central control software is an integral part of the Traffic Management Center. The manufacturer or Contractor shall provide a new ATMS central control software package, licensing, and supporting ATMS central control software servers. The ATMS software will replace the current Siemens Actra ATMS traffic control software to command and control the signalized intersections within Collier County. The ATMS central control software shall be capable of supporting all deployed controllers regardless of firmware versions. A-4 IWage Contract 16-7034 ATMS Software and Controller Update • The ATMS program needs to be compatible with the County's Traffic Count Data System managed by Midwest Software Solutions (MS2). The count system software requires user defined count stations and an exportable SQL database or compatible real time count reports. The ATMS central control software provided is expected to be hosted on a Microsoft Windows Server® operating system with Microsoft Windows SQL Server® to support the database operations. Individual client logins shall be authenticated using Microsoft Windows®Active Directory. The ATMS central control software shall have a "Bring Your Own Device (BYOD)" mobile device access feature. All costs of software licensing, server, clients, and imagery services shall be included as part of the price for the ATMS central control software. The ATMS central control software provided is expected to contain features required for usability and effectiveness in managing the traffic control system (TCS) and ITS used in Collier County. ATMS Central Control Software Main Interface The ATMS central control software main interface shall be a graphical user interface and shall consist of a main map. The main menu should be easily accessible from the main interface window and consist of top level functions such as database editing, signal controls, logging, and alarms. ATMS Central Control Software main interface shall contain notifications of active alarms or alerts. The systems, sections, groups, and intersections within the database shall be visible, searchable, and clickable through a tree view menu from the main interface window and on the main interface map. An intersection shall be searchable by intersection name or by intersection number. Clicking the item once in the tree view shall locate and highlight the intersection on the main interface map and vice versa. Double clicking the intersection in the tree view or main map view shall allow the operator to quickly access a detailed intersection status, and to control, configure, or change intersection settings through a contextual menu. The individual users shall be able re-arrange their prospected tree view of intersections and/or have the ability to customize the location of their most commonly accessed intersections or "favorites" quickly without having to scroll through the entire tree view list of intersections. The customization shall be based at the individual client level and saved between the client sessions. ITS equipment and other ITS elements shall be listed within the tree view and system map to allow for interfacing with the ITS element from the ATMS central control software. Alerts Critical alarms or alerts should be prominently displayed on the ATMS central control software main interface and on all running workstations based on user profiles. The operator should be able to acknowledge, dismiss, prioritize, and filter alerts in the alert list. The system operator A-5Ii age Contract 16-7034 ATMS Software and Controller Update should be able to define alerts and alarms as low, moderate, high, and critical, as well as with highlighted colors. Operator alerts should be instantly searchable, filterable with either pre-defined values or a user-defined input string. Audible alerts shall have the ability to be system operator defined. System shall have the ability to send alerts/notifications to assigned email addresses. Logging and Reports Log reports shall be searchable using "key-words" to determine intermittent and recurring issues and generating a report showing the frequency of the issues. Changes made to any part of the ATMS database shall be logged and identifiable by the client operator that made them. Logging data shall also be accessible via the ATMS application from the TMC. The ATMS central control software shall be able to produce client customizable reports. At a minimum, the following reports should be available: • Device Configuration Reports • Scheduled Reports • Signal Changes Reports • Detector Event Reports • Split Monitoring Reports • System Event Reports • Upload and compare Reports using a Critical Record Check (CRC) to verify the data is correctly uploaded Detector Volume of Service (VOS) Data Reports should be available including but not limited to the following: • 15 minutes • 30 minutes • Hourly • Daily • Multi-date hourly • Multi-date Daily The ATMS central control software shall have the ability to provide, display, log, and report a Measure of Effectiveness (MOE). The operator shall have the ability to define the location of saved or exported system logs files and reports. The operator shall have the ability to schedule or automate the export of logging and system reports (e.g. Count Data) to multiple file formats including but not limited to Microsoft Excel®, csv, pdf formats. A-61Pace Contract 16-7634 ATMS Software and Controller Update 0 Controller Interfacing The ATMS central control software shall have the ability to fully interface with the traffic signal controllers running local control software. The ATMS central control software shall fully support all mandatory and optional objects for generic NTCIP 1201/1202 compliant traffic signal controllers. Features shall include efficient uploading and downloading of the controller database information and the complete set of NTCIP parameters. When communicating with controller software, the database editor menus and options shall be self-describing. The local traffic signal controller database editor menu structure and parameter/option names shall be configured similar to the corresponding controller software's front panel. The ATMS central control software should be able to manipulate High Definition Data from the traffic signals controllers. The ATMS central control software shall support "live editing" of database. The system database editor current table view should update continuously with a max refresh rate of less than 2 seconds with currently active data running in field. The ATMS central control software shall be able to schedule split time phasing for both coordinated and free operations. The ATMS central control software shall have ability to name special program days and weeks for intersections. (e.g. Sports event schedules, spring break, holidays, etc.) The ATMS central control software shall be capable of saving a full database and editing offline, uploading, or downloading the database to/from the field device. Uploaded or downloaded database integrity shall be verified by the ATMS central control software using a Critical Record Check (CRC). The ATMS central control software shall be capable of copying and pasting programming data from one intersection to another. The ATMS central control software shall be capable of automatically uploading and comparing local controller databases to the ATMS database at user configured times. Main System Map The ATMS central control software shall contain a main system map. The software shall support a variety of maps such as GIS based maps, Google based maps, Open Streets maps and Bing maps. Other maps may be supported, however, a minimum of three map sources shall be supported. The client operator shall have the ability to select between having the background reflect maps view, aerial view, street view, or a panoramic view (if available). The main map shall be capable of updating imagery and information without requiring user interaction. The main map shall have the ability to real time display incident and traffic data from traffic data feeds to provide real time status of incidents and traffic conditions. A-7 1 P a g e Contract 16-7034 ATMS Software and Controller Up The client operator shall have the ability to toggle the display of incident and traffic information on or off, and to select which types of traffic information is displayed. The main map shall display several levels of details based upon the zoom level of the map within each individual client window. Map zoom level shall be controlled by more than one user interactions i.e. mouse wheel scrolling, software interface slider bar, and magnifying glass selection. It shall be possible to select one or multiple intersections for display in a selected intersection view by clicking on one intersection, or "lassoing" multiple intersections. The user shall be capable of adding or removing single or multiple intersections to the dynamic group without having to reselect all intersections again. All intersections that are selected in this manner shall be visible in the selected intersection view at the same time. As the client zooms in on a particular intersection of the map, additional information shall be shown. At a minimum this shall include individual phase status, current operational status, and current pattern, pedestrian and/or overlap indication status. Clients should be able to toggle or select through a contextual menu device status displays such as main street greens, communications status, color coded signal coordination status, signal coordination pattern number (active), preemption status, and time clock/time drift status. The main map shall alert in the status window and pictorially any intersection where Emergency Vehicle Priority\Preemption is activated. The client operator shall have the ability to toggle the feature on or off. Selected Intersection Functions, Status, and Views The client operator shall have the ability to configure and modified the intersection view within the ATMS central control software without the need for separate graphics editor software. The intersection view background shall be automatically populated with aerials after the intersection/device is located on the main map. Client operators shall also have the ability to add custom static graphics or backgrounds. Intersection view graphics shall be stored in the system SQL database on the system server. The ATMS central control software system shall allow a user to save an existing intersection configuration or view as a "template" for new intersections. The selected intersection view shall display detailed configuration and operational status for the selected intersections. Each item shall be a single icon with a dynamic display. (i.e. Single phase movement status icon displays the Green, Yellow, and Red indications of the configured phase. The view windows at a minimum shall have the ability to show: • Phase Movement (Left, Right, Through, Left/Right 45 degree angles) • Pedestrian Movement (Single object displays walk, flashing don't walk, and don't walk) • Overlap Movement (Left, Right, Through, Left/Right 45 degree angles) • Flashing Yellow Arrow (Flashing Yellow Arrow must flash) • Protected Permissive Left-Turn (displays green ball and green arrow) • Preempt status (displays preempt states) A-8 1 P : e Contract 96-7034 ATMS Software and Contra ler Update Intersection status windows shall have the ability to be enhanced with client defined data; i.e., controller status window shall be able to display phase numbers and with client labels for approaches such as NB, NBLT, WB, etc. Intersection status windows shall have the ability to display individual detectors on a channel (e.g. 3 detectors coming back to 1 phase). Intersection status windows shall be client customizable to filter information as defined by the client operator. The client operator shall have the ability to view the MMU status in the intersection view window. The client operator shall have the ability to access real time, programmed and historical time space views, and manual and group plan controls from the selected intersection window. The client operator shall have the ability to set a Pedestrian Button "No Activity" period for up to 14 days. The client operator shall have the ability to view and control video sources associated with an intersection from the selected intersection window. The client operator shall have the ability to access other device software associated with the intersection such as uninterruptible power supply (UPS), conflict monitor unit (CMU), MMU, video image detection systems (VIDS), network switches, wireless radios, and ITS equipment. Time of Day Schedules (TOD) TOD schedules should be searchable and filterable. Duplicate or conflicting TOD entries shall be highlighted, flagged, or not allowed (input control). The ATMS central control software shall have the ability to group TOD schedules at a minimum, by time and event categories. The ATMS central control software shall have the ability to present TOD entries in a tabular format for simpler troubleshooting, modification and correction. TOD schedule edits shall be logged by the ATMS central control software system allowing client operators to review changes. The initial changes and revision history should be archived so that previous versions of TOD schedules can be rolled back. The ATMS central control software shall be capable of scheduling split monitoring reports by Time of Day for multiple pattern changes. Detection and Counts The ATMS central control software shall have the ability to map detectors for a minimum of 24 user-defined count stations and other count groupings with lane and direction assignment labels. The ATMS central control software shall have the ability to display count stations and intersection counts independent from each other. The ATMS central control software shall have the ability to export count data in standard formats. Any counter should be counted independently by the ATMS central control software to a A-9It' a „ e Contract 16-7034 ATMS Software and Controller Update minimum of 24 detectors. The ATMS central control software shall keep count station and counter log files and stored report data separate from the intersection configuration data and from detection logs, etc. The data log files should be capable of being automatically exported to a secondary database storage location. The data log files should be viewable with graphs. ATMS Central Control Software Communications At a minimum, the ATMS central control software shall support any combination of the following communications methods: • Ethernet • Fiber Optic • Wireless Ethernet • Cellular ATMS Central Control Intelligent Transportation System (ITS) Capabilities At a minimum, the ATMS central control software shall support interfacing of the following ITS technologies: • Closed Circuit Television (CCTV) Cameras • Microwave Detectors • Bluetooth Detectors • Dynamic Message Signs (DMS) • Video Image Detection (VID) F. Contractor Responsibilities All existing controller settings and signal timings shall be converted and/or transferred from the current ATMS and controllers by the manufacturer or Contractor prior to installation of equipment by the County. The manufacturer or Contractor shall submit a documented description of the intended process and procedure for transferring the current ATMS and controller data to the new equipment for County approval. The manufacturer or Contractor shall submit a quality assurance plan and quality assurance checklist to the County for approval. The manufacturer or Contractor shall verify that all software and equipment has been properly configured prior to installation by the County. The controller manufacturer or Contractor shall provide and document 48 hours of bench controller operational testing, at an agreed location, prior to field installation by the County. The manufacturer or Contractor shall be available 24 hours a day to provide product support and troubleshooting during the installation phase. The manufacturer or Contractor shall consider a ninety (90) work day installation phase. A-101Page Contract 16-7034 ATMS Sottvvare and Contro ler Updat- The manufacturer or Contractor shall supply and install redundant servers for the ATMS central control software that meet the requirements outlined in the Minimum Technical Requirements (MTR). The manufacturer or Contractor will be required to configure the new ATMS Central Control Software and new traffic signal controllers. The manufacturer or Contractor will be required to populate the provided ATMS central control software with all the initial intersection data, maps, graphics, and client information. The Contractor shall supply 16 intersections of MaxAdapt Adaptive Software Licenses for use as a Trial/Demo as well as set-up and support. The corridor chosen by the County shall have detection suitable for the proper operation of MaxAdapt. If a corridor can't be located that meets the detection requirements, than the County will provide at their cost the needed detection to meet the detection requirements. G. Training In addition to the training requirements described in the MTRs, the manufacturer or Contractor shall provide training and assistance to the County staff outlining the manufacturer's recommended procedures for installing the new controllers. The manufacturer or Contractor shall provide onsite assistance to County staff during the installation phase, until both agree that the staff understands the manufacturers recommended installation procedures. A project training plan for training the TMC staff in the operation of all systems under this RFP shall be provided. H. Testing A systems engineering test plan shall be provided to ensure that all systems meet their manufacturers' requirements once fully integrated and operational and prior to acceptance by the County. Prior to acceptance by the County all equipment and systems provided must be operational and functioning as required by the County and meet all criteria as set forth in this RFP and the MTRs. I. Contractor Responsibilities In addition to the above requirements: 1. The manufacturer or Contractor shall ensure proper coordination with County staff and other ongoing or planned projects that may be affected by this project. 2. The manufacturer or Contractor shall ensure all operations are maintained to the maximum extent practicable during the installation phase of the ATMS Central Control Software. TMC operations shall be closely coordinated with the County's project manager. J. County Responsibilities 1. County's Information: A-111Page Contract 16-7034 ATMS Software and Controller 1.}pf� a. Upon request, the County shall provide all known available information regarding the requirements for this project. 2. County's Representative: a. The County shall designate a representative who shall be fully acquainted with the project. The representative shall render decisions promptly and furnish information expeditiously. 3. County Access: a. The County shall provide access for the manufacturer or Contractor to the necessary facilities during normal business hours or as approved by the County's project manager. Neogtiated Deliverables: Phase I Description Quantity System Servers with SQL 2 Workstations 3 MaxView Centeral Software License 1 Countywide * Supply and Installation of"D" Cable 4 Intelight X3 Traffic Controllers with MaxTime 50 Software Intelight X3 Traffic Controllers (Spare) 5 MaxTime Software Training 2 days MaxView Software Training 2 days * MaxView Centeral Software License Countywide: This includes County License for a maximum of 315 Intersections. Pricing includes license rights for geographical extents of Collier County. Phase II Description Quantity Intelight X3 Traffic Controllers with MaxTime 50 Software Intelight X3 Traffic Controllers (Spare) 5 MS2 System Intergration 1 MaxAdapt Licenses 16 A-12II' c e Contract 16-7034 ATMS Sat'ware and Controller Upda CAS Phase III Description Quantity Intelight X3 Traffic Controllers with MaxTime 50 Software Intelight X3 Traffic Controllers (Spare) 5 Phase IV Description Quantity Intelight X3 Traffic Controllers with MaxTime 50 Software Intelight X3 Traffic Controllers (Spare) 5 Phase V Description Quantity Intelight X3 Traffic Controllers with MaxTime 12 Software Intelight X3 Traffic Controllers (Spare) , 1 Phase VI Description Acceptance Testing 5 days MaxAdapt Software Training 2 days Phase VII Description Observation Period 32 A-13� Conhact an1]Cc mm:le,lJndaf�. SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONTRACTOR shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONTRACTOR B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make the Milestone payments to CONTRACTOR in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed. Description Lump Sum Payment Schedule Phase I — Servers, Workstations, MaxView $ 292,915.00 Upon Percent Complete of Task Central Software, 4 each "D" Cables, 50 each X3 Traffic Controllers, 5 each Spare X3 Traffic Controllers, MaxView Training, and MaxTime Training. Phase II — 50 each X3 Traffic Controllers, 5 $ 109,775.00 Upon Percent Complete of Task each Spare X3 Traffic Controllers, and MS2 Integration and 16 MaxAdapt Licenses. Phase III — 50 each X3 Traffic Controllers and $ 104,775.00 Upon Percent Complete of Task 5 each Spare X3 Traffic Controllers Phase IV— 50 each X3 Traffic Controllers and $ 104,775.00 Upon Percent Complete of Task 5 each Spare X3 Traffic Controllers Phase V— 12 each X3 Traffic Controllers and $ 24,765.00 Upon Percent Complete of Task 1 Spare X3 Traffic Controller Phase VI —Acceptance Testing and $ 8,500.00 Upon Percent Complete of Task MaxAdapt Training Phase VII — Observation Period $ 8,500.00 Upon Percent Complete of Task TOTAL COST for Phases I-VII $654,005.00 B.2.2. The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONTRACTOR for the performance of the Basic Services, including all cost associated with travel and per diem. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER agrees to pay CONTRACTOR a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.4. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONTRACTOR for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. C-1 I P a g e Contract 16 7034 AIMS Software and Controller Update CAC' B.2.5. Notwithstanding anything in the Agreement to the contrary, CONTRACTOR acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONTRACTOR shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONTRACTOR all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. CONTRACTOR shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONTRACTOR shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONTRACTOR for correction. Invoices shall be submitted on CONTRACTOR'S letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONTRACTOR as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Reimbursable Expenses associated with Additional Services must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.2. Other items on request and approved in writing by the OWNER. C-2 I P a p e Contract 16 7034 AIMS Software anc Controller Upo' ® SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days For Completion from Date Phase of Notice to Proceed Description for Services under this Agreement (*Some Phases Overlap) Phase I Delivery of Servers, Workstations, MaxView 7 - 14 days Central Software, 4 each "D" Cables, 50 each X3 Traffic Controllers, 5 each Spare X3 Traffic Controllers, MaxView Training, and MaxTime Training. Phase II Delivery of 50 each X3 Traffic Controllers, 5 45 Days each Spare X3 Traffic Controllers, MS2 Integration and 16 MaxAdapt Licenses. Phase III Delivery of 50 each X3 Traffic Controllers and 5 75 Days each Spare X3 Traffic Controllers Phase IV Delivery of 50 each X3 Traffic Controllers and 5 105 Days each Spare X3 Traffic Controllers Phase V Delivery of 12 each X3 Traffic Controllers and 1 135 Days Spare X3 Traffic Controller Phase VI Acceptance Test and MaxAdapt Training 145 Days Phase VII Observation Period — 30 Days 190 Days Total Project Timeline 190 Calendar Days *Phases of the Project are meant to be sequential, but some overlap (due to parallel activities) or gaps between phases may occur C-3 I P a g e Contract 16.7034 Al MS Software and Coy}troll .r Rc to Q< SCHEDULE D INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONTRACTOR has any self-insured retentions or deductibles under any of the below listed minimum required coverage, CONTRACTOR must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONTRACTOR'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverage shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance are acceptable to the OWNER shall be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONTRACTOR evidencing the fact that CONTRACTOR has acquired and put in place the insurance coverage and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverage afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONTRACTOR shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by CONTRACTOR from its insurer, and nothing contained herein shall relieve CONTRACTOR of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONTRACTOR hereunder, CONTRACTOR shall D-11Pa0 Contract 16-7034 ATMS Software and Cantro":.Inr Update immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverage of the CONTRACTOR shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONTRACTOR shall require each of its subcontractors to procure and maintain, until the completion of the subcontractor's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONTRACTOR not maintain the insurance coverage required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage and charge the CONTRACTOR for such coverage purchased. If CONTRACTOR fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONTRACTOR under this Agreement or any other agreement between OWNER and CONTRACTOR. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverage shall in no way be construed to be a waiver of any of its rights under the Agreement. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONTRACTOR shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the D-2 ' Page Contract 16-7034 ATMS Software and Contro ler Upda 9p OWNER with such renewal certificate(s) shall be deemed a material breach by CONTRACTOR and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONTRACTOR during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) X $500,000 Each Accident (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. COMMERCIAL GENERAL LIABILITY Required by this Agreement? _X_Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONTRACTOR. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: X Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $1,000,000 Aggregate $2,000,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided D-3 I a g e Contract 13-7034 ATMS Software and Controller Update under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONTRACTOR. Deductibles or self-insured retentions carried by the CONTRACTOR shall be subject to the approval of the Risk Management Director or his/her designee. (3) The OWNER, Collier County Board of County Commissioners, Board of County Commissioners in Collier County, or Collier County Government, shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Automobile Liability Insurance shall be maintained by the CONTRACTOR for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: X Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONTRACTOR and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverage required herein and shall include all coverage on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. OTHER INSURANCE Required by this Agreement? X Yes No Technology Errors and Omissions X $1,000,000 per occurrence D-4IPage CAC Contract 15-7034 ATtv1S Software and Controller U ,to (1) Any deductible applicable to any claim shall be the sole responsibility of the CONTRACTOR. Deductible amounts are subject to the approval of the OWNER. (2) The CONTRACTOR shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. (3) The policy retroactive date will always be prior to the date services were first performed by CONTRACTOR or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONTRACTOR shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONTRACTOR shall also notify OWNER by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non- renewal or material change in coverage or limits received by CONTRACTOR from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONTRACTOR shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONTRACTOR shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. END OF SCHEDULE D D-5IPage Cor tract 13-7034 ATMS Software and Controller Updat wk SCHEDULE E CONTRACTOR'S AGREED UPON PROPOSAL (following this page) E-1IPage el, Collier County RFP# 16-7034 TITLE: ATMS Software and Controller Update DUE DATE & TIME: Tuesday, Jan. 24, 2017@ 3:00 PM LOCAL TIME Submitted By: Control Technologies, Inc. 2776 S. Financial Court Sanford, FL 32773 Ph: 407-330-2800 CONTROL TECHNOLOGIES Management Summary C-4C— CONTROL TECHNOLOGIES Tab I -Cover Letter J Management Summary Control Technologies, located in Central Florida,will be the Prime Proposer on this Project.Control Technologies is the exclusive Distributor of Intelight products in Florida.lntelight will supply the Model X3 NEMA TS2-2 Controller, MaxTime Controller Software, MaxView Central System Software with Optional Modules,and Software Training on this Project. Control Technologies will do the database conversions, provide the Servers and Workstations,and install and integrate the MaxView Central Software. Control Technologies has teamed with Intelight on several notable Projects recently that resemble the Collier County proposal requirements. In Tallahassee we recently assisted in the conversion of their legacy 170 Controller timing into 2070ATC compliant databases and installed the software on the Intelight 207OLDX Controllers.The 207OLDX Controller utilizes the exact same MaxTime Controller Software as we are proposing for the X3 Controller in Collier County.In Tallahassee we field swapped out the 207OLDX Controllers,with City personnel's assistance.This Project required 400 Controllers. In Arlington,Virginia we converted Siemens M50 databases to operate on NEMA X3 Controllers and installed the new Controllers in their existing Cabinets and integrated them into MaxView.We are In the final stages of this Project and we will have installed over 250 Controllers with MaxTime when complete. We believe the experience on these two Projects,which are very similar in scope of work to the requirements of Collier County,should demonstrate to the review committee our ability to provide technologically superior products on time and on budget. Signed: le* g 111110 Michael R. Day President Control Technologies 2776 S. Financial Court Sanford, Fl 32773 Ph: 407-330-2800 Fax: 407-330-2804 Page 1 Tab l W Cover Letter/Management Summary Contacts Control Technologies 1. Michael Day President 407-330-2800 rnike( cttraffic.corn 2. Bill Brown Vice President 407-330-2800 bi ll(c�cttraff ic.co m 3. Bryan Kaeser Senior Field Technician 407-539-4123 b ry a n(d3 cttraffi c.co rn 4. Howie Levings Local Technical Support 954-495-0044 hlathomeCa}bellsouth.net 5. Pete Ganci Sales Manager and Technical Support 407-488-2323 PGanci(a-}cttraffic.corn 6.Mike Travers Systems Management 202-642-0587 travers(cttraffic.corn 2776 S. Financial Court Sanford, Fl 32773 Ph: 407-330-2800 Fax: 407-330-2804 Page 2 Intelight Contact Information 1.Craig Gardner President 520-795-8808 craig.gardner@intelight-its.com 2. Grant Gardner Chief Technical Officer 206-853-0685 grant.gardner@intelight-its.com 3.Tom Stiles Vice President Sales and Services 801-440-1174 tom.stlles@intelight-its.com 4. Mike Clance Eastern Regional Manager 678-602-7962 mike.clance@intelight-its.com 5.Whitney Nottage, P.E. Senior Traffic Engineer 407-506-2565 whitney.nottage@intelight-its.com 6. Dave Lewis Local Technical Support 972-689-7353 dave.lewis@intelight-its.com 2776 S. Financial Court Sanford, Fl 32773 Ph: 407-330-2800 Fax: 407-330-2804 Page 3 Tab II ATMS Software Functionality & Compliance Tab II-ATMS Software Functionality and Compliance 2.1 Understanding of Scope of Work It is our understanding that Collier County is reviewing proposals to supply, install, configure and test a new Advanced Traffic Management System (ATMS)capable of supporting up to 300 controllers.As part of this proposal,the County will also procure new ATC traffic signal controllers for approximately 210 existing intersections.Traffic signal timings and parameters from existing Siemens controllers are to be extracted and loaded onto the new ATC controllers.The new ATC controllers will be integrated into the Collier County network which currently includes layer 2 Ethernet switches connected via broadband leased lines and possible wireless or fiber technologies to link them together as a system loop with a single broadband link. 1 2.2 Executive Summary In response to Collier County's RFP#16-7034 ATMS Software and Controller Update,Control Technologies and Intelight propose Intelight's MaxView Central Traffic Signal Controller System along with Intelight's ATC Traffic Signal Controllers using the MaxTime local controller software. Intelight has built Its central system software, MaxView,and local controller software,MaxTime,directly from the current NTCIP, NEMA,MUTCD,and FHWA standards as opposed to adapting older software to the newer standards. In addition to being fully NTCIP compliant,the MaxView system is the first true, thin- client system in the traffic industry built on an open,well proven framework,providing the newest technologies in one integrated solution,and developed to be user-friendly and easily scalable and adaptable. 2.2.1 ATC Hardware Platform We propose Intelight's ATC(Linux)platform with Intelight's MaxTime local controller software. Intelight's ATC compliant engine board (shown in the picture below) is the core of our controller platform and is used in all Intelight ATC NEMA and 2070 style controllers.The board(and 1C Carrier) is fully compliant with the Advanced Traffic Controller(ATC) 5.2b and 6.1(draft)specifications.Intelight's ATC framework provides a significantly faster platform that is capable of running a web-server user interface,betterit.fmitr,m44441intl wt. Ethernet communications switching,and has enough ;� „ ; �vosttf � memory and processor power to support future feature ret ,71 work in MaxTime controller software. In summary the boardI, offers the following features: ' . ▪ Embedded Linux operating system • Controller framework supports future expansion • Open hardware platform • Consistent user experience • Ideal for multi-agency jurisdictions "t " • Supports multiple manufacturers"ATC/Linux"traffic signal software • Supports Connected Vehicle Initiatives • Implements ATC API (Applications Programming Interface)compliant interfaces 2.2.2 MaxTirne Controller Firmware Using the Linux platform, Intelight's award winning MaxTime local controller software was built directly from the current NTCIP,NEMA,MUTCD,and FHWA(including NTCIP v2.06 and ATC v5.2)standards as opposed to adapting older software to the newer standards. In addition to establishing the most complete NTCIP compliant Linux based platform in the industry, MaxTime has been intuitively designed with logical menu structures and providing built in user functions that typically require complex logic strings or modified controller operations.A screen capture of the Web based user interface is shown below. 2 4t..t“or .C=1”/,+�... 4- 4 CI 169764.10310 t ..p. . Tet NTELIGHT I101**.101**.f S .v.lp .,;r.;t. «:'.;_xn. F -._.e� i9x,¢• Cl Front P.n.l 1np*tm iStaint 6etM Dq Pb PbtPd Dint Wm, Cmttn1 Curies 4516406 New gr Slade Ards Pb.. Anion Pb.,9l.. Ph.. C,a. crde Sate Pb. I`un.nw*n 11664069 kinurl I'xx Frei 1 0 t 1 1 0 C.motned 'Otf X WS 4Mo:rad:atm inn •..!Deaner veto. Owns,Som.• 22166oaw.d Spon An 14 Dana cera Ped Poi r.d [nue'aan vent p ,p,St.lua W.p Andre nun* TLne Thor C.nmaad Wen*tb Don.Sa9.ener Ant Toro Tinter Tan Prinlimi Nave I SRaGmn 0.9 4.1 0 0Wali 0.9 0.0 1.2.3.4 5 O Mie X A1.,. Matra I 6 m04x.O 09 ..1 0 dWalt 400 OA 266.0.4 1 0 M.. Si ammo(■*ma �P (iR Imut i outpct S*tnr 0nunt4aMn G*r*/St.tn. r c ldnat S*Wa n I X.9144 Slam* :ba°e G•^'er 1 P t 4 1 . 7 a V I. 11 IS 11 II II II • 1/.Ow S1Ptna lied+ • 6 5 b • #. •,.J Control*, Yelknm ,.!,lAminUtraLlan Gam, • Yeti Cank en:. r. ,Fr .R 4.• W 0.5.Call. 2 :8 P,ICdk 1.40 Cat* PMC I Gtr Ped Calk D.Yl W.RI .s k :t Figure 0-1—Sample MaxTime Status Display as viewed from Computer,Tablet orSmartphone (No App Required) MaxTime includes(but is not limited to)the following unique functionality: • Onboard web server- Monitor and configure timings wirelessly from a laptop, tablet,or smart- phone without database editor or 3rd party software • Runs Exclusively on Linux O/S • Supports Serial and/or Ethernet Communications • 40 Phases, 16 Rings, 20 Sequences, 32 Overlaps • 32 Phase Tables, 10 Detector Tables,10 Overlap Tables(Select by TOD) • Built-In Master/Closed Loop Functionality(Included) • Peer-to-Peer communications(Included) • Transit Prioritor(Included) • Full NTCIP MIB Supplied • Preconfigured or User Defined Cabinet Support(CalTrans 332,336,TS-1,TS-2, ITS) • Intuitive and advanced user logic programming • Monitor and modify timings from Windows and Apple computers, PAD, Tablets, Smart Phone without special software • Store and switch between hundreds of timing databases on controller • Easy, automated software updates via Network or USB flash drive(no need for terminal servers or proprietary installer programs) 2.2.3 MaxView System Description Intelight's MaxView®Advanced Traffic Management System(ATMS)software is a modern client/server application built using the Microsoft Silverlight and .NET Framework platforms and stores all configuration and logging data in a SQL server database..MaxView is designed from the ground up utilizing modern graphical user interface design standards. 3 By leveraging the Silverlight platform,Intelight is able to deliver a true web based thin-client platform with MaxView,while also delivering a rich client experience,including an incredibly responsive main map,multiple client windows and other rich client interactions. MaxView is not adapted from an older legacy system and as such is not constrained by legacy interaction models or design standards,but instead is reimagined to embrace the modern web and modern web technologies. Out of the box,intersection configuration and integration can begin within an hour of starting the MaxView System installation. Furthermore,MaxView can stream background image tiles from a City- based GIS server,or from Microsoft Bing maps.This feature allows an intersection to be configured in less than 10 minutes. MaxView's strict adherence to the NTCIP protocol enables the Agency to place any NTCIP compliant controllers on the system immediately,reducing the need to manage the legacy and new central systems together during the integration process. Furthermore,MaxView fully supports many legacy controllers(for example ASC/3 and ASC/2).Intelight will integrate additional NTCIP controller MIBs into MaxView at no cost if the agency or manufacturer requesting support provides the MIBs and documentation. 4 2.3 Detailed Description 2.3.1 Understanding of the County's Needs Our team understands the County's desires and needs to move to a modern,sustainable signal controller platform and central system software.To make this move successful the County needs a partner who can assist in converting and installing the central system and in converting the existing signal controller timings to the new platform.Our team is very well-positioned to provide the products and services required to meet the County's needs—now and in the future. Product's ability and approach to fulfilling the needs of the Agency Intelight proposes a state-of-the-art,fully integrated traffic management solution(local and central) ideally suited to meet and exceed the requirements of the City.Intelight's strong advocacy of standards- based, non-proprietary solutions protects agency investment. Under this contract,our solution will: • Update the agencies'existing central signal software with MaxView Central Traffic System o Provide installation and integration support with on-site customer service and support o Provide an easy to install,easy to configure system without the need for weeks of integration o Provide ongoing software updates and support including well-planned migration of the product to new technologies to guard against obsolescence • Provide the agency with three hundred(300) new ATC signal controllers o Provide ATC 6.1 Draft compliant ATC controllers with enough power to carry the City into the connected vehicle and multiprocessing era of traffic signal operations o Provide quality hardware backed by a strong warranty and effective and knowledgeable customer support staff to ensure that City staff are not spending time replacing or retrofitting equipment • Provide the City with the MaxTime Local Controller Software o Provide the industry's leading and open standards based local controller software o Provide ongoing feature support to ensure the software continues to meet the current and future needs of agency staff and ever changing intersection geometries and signal operations strategies o Provide ongoing updates and support including slow migration of the key product components to new technologies to guard against obsolescence o Provide tools and features which better help the agencies maintain BOTH on-system and off-system signals without the need for complex scripts,utilities,and special user permissions on staff computers • Provide support for system communications architecture and overall integration o Provide support to design and integrate communications with newly installed ATC controllers. o Provide support to City IT staff to troubleshoot any communications issues such as IP addresses and network settings. o Provide integration testing with City staff to verify successful system operation including proper signal corridor operation. • Provide support to help integrate third party devices into MaxView when possible including 5 o Using the hyperlink feature in MaxView to launch third party HTTP webpages minimizing the steps required to manage them(Clary BBS,Trafficware Valence Pods,Sensys) o Ability to display RTSP video directly in MaxView from FLIR thermal video detection systems and other video-based products(Aldis Gridsmart)and cameras(future CCN) where possible. • Effective product training o Provide immediate and useful training as the products are deployed. o Provide qualified training staff that are experts on our products AND traffic signal operations o Provide ongoing training and refresher courses to educate users on new features and ensure we are developing useful new features Additional Offerings Performance Measures of Effectiveness and Metrics Intelight is committed to the work performed by Purdue,the Indiana DOT,and Utah DOT regarding signal timing monitoring, health checks,and timing optimization using the performance metrics created by Mr. Darcy Bullock, PhD, P.E.The MOE diagrams and methods developed by Mr.Bullock provide an effective and useful look at real signal operations in the field without the need for labor intensive post processed turning movement counts and traffic modeling software generated timing plans. Our vision allows the user to log into the MaxView system from an office or remote location(with the correct VPN or other secure credentials)to triage the health of their signal corridors. In as little as 20 minutes a user can tune an existing timing plan using tools integrated into MaxView that reduce weeks of detector and signal timing data(collected at 1110th second resolution)into basic graphs and charts such as those shown below. Frog Flan 1 Flan 7 Flan 13 fan 7 32'x.AG 33%MG 5a Ac4 48%ADC, 63%MG 2 25 GT I 374 GT 1 40Y GT j 36%GT 4T..GT 191 178 PR 1 01F 1.45 PR '.33PR 1?:PP 00 01 02 03 D4 05 Co C7 08 09 10 11 12 13 14 15 16 17 1P 19 20 21 22 23 150 iiiiiirruNIiiMuiIf x�4 111111 2G CC 120 i�}� Si { I 1500 .1i it 3.th . I Ill 1 TIM 90 � aa-- I z � 1000 -0 �i 1x ,/� q ' r �Y s r ;'s1 Citi 5 eta�$ {11**111N ,..111„11 60 t 1111111111112110; 1111111 MI 0 Oti 01 02 D3 04 05 05 07 06 08 1C 11 12 13 14 15 16 17 18 15 20 21 22 23 Tine(Hour of Day) Figure 2-2—Sample Purdue Coordination Diagram showing Platoon Arrivals vs.Coordinated Phase Green To ensure current and future performance metrics analysis tools are used to their fullest extent, Intelight has formed strong customer relationships with the Utah and Georgia Departments of Transportation who are both industry leaders in traffic signal operations.Through these relationships, Intelight is integrating the best practices and workflow operations for monitoring and tuning a modern signal system without the need for time and cost intensive data collection practices. 6 Intelight considers the Performance Metrics as the platform for future timing optimization and signal operations monitoring enabling user or automated alerts and tuning.We also believe that to best manage a signal system,the user requires a complete integrated suite of features that are typically broken up and licensed into modules. For this reason,Intelight's MaxView system is all-inclusive and does not have a modular licensing model. System Integration Our team is excited to provide intuitive products that are easy to install,integrate,and configure.The MaxView Central System does not require complex hardware configurations,text based configuration files,or configuration of user workstations. Due to the ease of installation and configuration,our team can spend more time during integration providing hands-on training with agency staff instead of troubleshooting specialty SQL database scripts and complex hardware configurations. MaxTime was designed with a modern and intuitive interface.MaxTime was built on the NTCIP 1201 and 1202 standards from the ground up, not modified to the standards.Therefore MaxTime is easy to program and includes key troubleshooting tools to better help the user.MaxTime is also the most advanced signal software available providing advanced signal tuning features without using the advanced user logic. MaxTime is simple enough for the basic user and powerful enough for the advanced user to tweak,tune,and modify operations to increase capacity and throughput to its maximum capability. Our support staff is available with on-site support and by phone and remote computer support to help agency personnel troubleshoot and answer questions or concerns. Project Support CT and Intelight are well known for our innovation and our customer support model.We understand that the City is moving towards the latest traffic signal technology, but demands the highest quality, support,and stability of those products from their vendors. As the supplier,we are committed to providing the support,documentation,follow-ups,and other testing and project management communications required throughout the project. Our team's primary goal throughout this project is to work as an extension to City staff and their partners, providing a fully functional traffic signal system, effective support and the appropriate training to leave the system in competent hands whose abilities can be supplemented by qualified specialist. Unique Features • Intelight's 1C CPU module/firmware significantly exceeds the latest ATC 6.1 draft standards • Operating System firmware maintained to latest stable Linux release • Controller framework fully supports NTCIP 1201 and 1202 with REST interface web resource extension (XML based) • EVERY feature, parameter,and status object in the local controller software(MaxTime)is defined per the NTCIP protocol and included in our complete MIBs • Low level platform is ATC API standards based • Supports data interface for SPAT Vehicle to Infrastructure(V2l)Connected Vehicle Protocol- Signal Phase and Timing information • Modern and low overhead C2C data exchange subsystem • Ease-of-maintenance/support features: 7 • Web server with full function web user interface on each controller(See below) • Secure WiFi support • Integrated Conflict Monitor Interface • High Resolution Event Data Playback Controls—To aid troubleshooting and tuning • Remote Smartphone/Tablet application services • Extended training/support technical support features: o Full software Documentation located on each Controller and Central o Online Training Video Library on all Central Server(s) • Remotely upload controller databases via smart phone or internet connected laptop Unique Functionality(ATC Controller with MaxTime Local Software) Intelight strives to lead the industry with best-in-class products.Our goal is to continuously improve the most intuitive,yet most powerful central and local signal software available in the industry. Below is a summary of some features Intelight has implemented that are exclusive to MaxTime local controller software. User Interface • lntelight's Controllers with MaxTime feature an on-board web server that can be accessed via any Wi-Fl or Ethernet enabled device with a web-browser such as a laptop or a tablet. The web server provides a graphical, web-based user interface(Web UI)for the user to remotely configure and monitor controller operations in real time without the need for special pc software.In addition, using controls in the Web Ui the user can save databases from the controller to a computer and download databases from the pc to the controller via the web UI. Custom or pre- loaded database print templates can be uploaded to the controller and printed using the print feature in the Web UI. • MaxTime's menu structure is designed for intuitive use,ease of navigation and quick access of programming and status screens. The web Ul and controller front panel have identical menu structures so the user can switch between the two interfaces seamlessly. The'Status'menu contains all status screens such as phase timings, alarm status,and channel outputs while any timing or configuration parameters are modified in the "Controller"menus. Database management, time clock, and communications settings are located under the"Administration" menu. • Parameters are organized into common menus. For example, 'Phase Times,' 'Phase Options,'and 'Phase Configuration'are all located under the 'Phase'menu.Phase recalls and advanced options such as conditional service or dual entry are located within a single Phase Options menu instead of different locations. 'Phase Configuration'contains the phase startup and phase concurrency settings. • Screen captures of the web Ul and the controller front panel interfaces are shown below. INTELIGHT Home FAA Manual Mobile Front Panel Emulator F._I Status rt,J Controller :+t..rl Administration 8 Figure 2-3—MaxTime Web U! � aa Figure 2-4—MaxTime Front Pane!Interface • The Web U!features "mouse hover tips"with help descriptions of each feature. If the user cannot gain the information needed from the hover tip, a PDF of the software-programming manual is packaged with MaxTime on every controller. The PDF can be accessed/downloaded from the controller via the"Manual"hyperlink and viewed or saved on any device that supports wireless or wired Ethernet and PDF documents. Cabinet and Input/Output Configuration MaxTime has an extremely flexible Input/Output(I/O)configuration that is available from the front panel or Web UI.There is no need for additional software.However for the basic user,base I/O configurations are provided for many types of cabinets Including 332,336,TS-1 and TS-2 (Type 1 and 2). Once a basic configuration is loaded,the user can modify individual input and output pins. Each pin has a pull down menu that contains all of the standard NTCIP objects available in the controller.The figure below shows an example of configuring custom outputs. [almt Fouts id Immt.k: 1 - !spatPeist‘Drscnlwan l'apuvC:ntso#Type Index 1 4-f x 5 b ax Y:a fsl ;. f 2 I s8 V vehmlepetectot all I 3 s?`.�e.eir :hese, e wes6 I I g EP-s .3-ERsc 6 e.eDre 7` 8iGt srrE7 'rti; t,-37 8 4A.-Q ;s:fi:-4: 1; 1 :as*r1:4J 118-P 1: ITS:11a1' nr:ts: ;.[:7119 4 e-o).17 ii 14fCT ,es �re5e':e1_ 1E - ! ese^,e,; 7 161(7-'F: eseo:e0 8 t,- F' -t 1 Figure 2-5—MaxTime Custom Output Configuration Furthermore, MaxTime has an advanced I/O status screen.The user can monitor the status of every individual input or output pin an, in addition,can place manual calls/actuations on each pin.This feature 9 is very useful when testing or troubleshooting database programming or I/O configurations.An example of the input status screen is shown below. rapt Pniuts Status IO Module_ 1 111,F,i.1DPUt P03'10131'1 I 1 3 ; 4 15 1.6-- t '- g I [ Status 1,i410I - Cotii I213l41 _ Figure 2-6—MaxTime input Status Screen Advanced User Logic Intelight's MaxTime local controller software has an advanced logic processor("User Programs")capable of providing standard industry logic such as detector and phase interval relationships using Boolean logic.However,MaxTime's logic processor also adds the ability to perform mathematical calculations and comparisons("<",">","<=","_",etc.)based on variables,phase interval timers, print custom user status screens,and much more. Superior Peer-to-Peer Functionality Intelight has developed a robust Peer-to-Peer system based on standard communications industry protocols that can transmit messages directly between Intelight controllers over an Ethernet network. MaxTime's Peer-to-Peer functionality is integrated into the advanced user programs(user logic).Any input/output function can be sent over the peer network to any other controller on the same Ethernet network(Routing required between different sub-nets). Database Management Using a Linux operating system, MaxTime supports advanced database storage and management.Users can store over one thousand databases on the signal controller and choose the currently running database from a populated list within the Web UI or front panel of the controller.In addition,MaxTime supports database transfers from USB Flash Drives.The flash drives can have multiple types of files on them(such as other windows files)and as opposed to legacy data-keys which store one database at a time,a single,one gigabyte flash drive can hold thousands of MaxTime databases. To load a different database(including modified I/O tables)the user can choose to power cycle the controller or switch the databases during a safe, all-red period at the end of the sequence. Software Updates All software upgrades,including maintenance and functionality upgrades will be provided to the Agency at no cost during the initial and extended warranty periods.The agencies will be automatically notified when a new software release is available.The notice will include a description of the changes to the new version and will provide a download web-site link(user account required)for the agency to obtain the software and release notes. To update the controller's software,the user places the software installer file on a flash drive,inserts the flash drive into the controller's USB hub,and re-boots/power cycles the controller.The new software can also be installed over Ethernet from a windows computer by double clicking the 10 "Instali.bat"file in the install package. No additional software is necessary.Also,using a laptop to execute the installation utility,the software can be automatically downloaded to the controller and installed at a user specified time.The user can select to install the update on a live intersection without requiring a power cycle or controller reboot.Once the update is complete,the controller will verify that the new version of MaxTime is safe to run the intersection,and will switch from the existing software version to the updated version during an all red period. MaxTime updates take approximately five minutes. MaxTime stores two previous versions of MaxTime software on the controller so the user can"roll-back"the controller to a previous version of MaxTime after an update. Software Licensing Intelight's business model is built on"all-inclusive pricing."Therefore, event recording(high resolution data logger),master/slave/closed loop,transit priority,advanced user program/logic,peer 2 peer,and future software modules are all included under one license, in one software version.In addition,all customers receive the same software build with all components and functionality. lntelight does not release custom software versions or lock or disable feature functionality between different customers. This allows us to serve all our clients with one unique version and provides easy management of all software updates across the board. Unique Functionality(MaxView Central System) Simple Installation and Deployment The MaxView server installation is contained in a single self-executing installer that verifies all pre- requisites and then installs the MaxView services and provisions an empty default database.The installer is also used to upgrade the MaxView services and to migrate any data as required. MaxView server installation can be completed and a fully functional system can be operational in less than 10 minutes from start to finish. Industry Standard Management Tools As described above MaxView is a modern ATMS system built on proven web technologies.As such the core components and services are simple to deploy,manage and troubleshoot using available off the shelf tools. All MaxView application and field communications services are hosted within Microsoft Internet Information Server. Microsoft IIS is a leading enterprise ready web server,which securely powers hundreds of thousands of websites every day.As such there are many deployment and monitoring tools that can be employed by a city or agency as desired.One such tool is Microsoft AppFabric,which provides real-time monitoring and reporting of the MaxView services,and is configured by default during deployment. No Client Installation As MaxView is a true thin client there is no need to install or configure any client software on the MaxView workstations.The only client requirement is a PC or Mac with a modern web browser and the Microsoft Silverlight plugin. If the Silverlight plugin is not already installed it will be downloaded and installed automatically when the MaxView client is loaded. 11 As MaxView is web based,there are no ports to configure or additional client application services or components to install or manage with all traffic between the client and server routed over port 80.This also enabled seamless remote connections over existing VPN networks without any advanced configuration. The MaxView client can also be"installed"onto any number of client machines with a single click from the Web Browser.Once installed the application functions in the same way but is available from the start menu on the client computer. Automatic Client Upgrades The MaxView thin client architecture enables a seamless auto-upgrade whenever a new server version is deployed.Whether the client is connected through the Web Browser or an installed Client,when a new server version of the data set is detected it is automatically downloaded and loaded in seconds.There is no installer to run and the new version of the client is available within seconds.As the deployed application version is maintained on the server there are no legacy clients to manage or worry about. In this way the IT requirements of managing a MaxView system are drastically reduced. Self-Describing Controller Metadata When connected to a controller running MaxTime,the MaxView service requests specific information about the set of database tables and objects available within the local firmware when the controller first comes online. In this way, the controller essentially self-describes the set of database tables and features that it has available when it is first connected to the system. This means that the MaxView system is future proof against additional database updates and changes in the field—whenever a new controller firmware is deployed the full set of database tables and editors are automatically available in MaxView without having to reinstall or update the MaxView®services to support the new database tables and new features in future local software versions. With this functionality,intersections in the field can be upgraded without the worry of coordinating an equivalent upgrade In the central system. Simple Intersection Configuration • Fully customizable drag and drop based intersection configuration with support for customizable user templates • Support for multiple status objects including vehicle phase status,pedestrian phase status, phase call status, ped call status, preempt status,detector status and many more. • Support for automatic detailed aerial photos for each Intersection view with support for custom backgrounds if required • Drag and drop intersection placement on main map for easy system configuration • Support for customizable intersection templates to easily add new intersections based on existing configurations Advanced Database Editor • Advanced database editor with support for a Live Front Panel editor that allows a user to see field operating signal timings and full status in real time • Support to upload and compare field databases on a recurring schedule or one time manually • Filterable event log of all database upload and download events with change tracking and user comments 12 • Support to seamlessly switch between an archived server databases and the Live Front Panel editor for a given intersection • Support to save an existing system database to another controller to easily copy timings and configurations to other intersections across the system. • Intuitive in line help for all database fields with range checking while entering data • Support for fully controller driven database editor configuration,which eliminates the need to configure the controller software version as the controller reports the set of available tables directly to MaxView® • Ability to view local controller stored databases in factory and user folders directly from MaxView® • Full support to copy and paste between multiple editors and outside programs such as Microsoft Office • Support to print or export the selected table with one click from the database editor Drag and Drop Calendar Based Scheduler • Advanced drag and drop calendar based TOD scheduler that supports single commands or commands with advanced recurrences • Simple drag and drop support to update or move commands to another day or time • Pre-programmed Quick Commands that can be dragged onto the schedule and moved as needed to simplify programming • Support for advanced command recurrence including: Daily,Weekly,Monthly and Yearly with configurable end date • Supports the ability to apply commands at the System,Section or Group level and then override commands at each child level—this allows a user to program the common schedule and then just set the exceptions as needed Support for Other ITS Devices • NTCIP-compliant Dynamic Message Sign(DMS)devices can be monitored and controlled • CCTV devices can be added to the system and,for those that support the ONVIF protocol, Pan- Tilt-Zoom (PTZ)operations can be performed directly within the MaxView video window • Ramp Meter controllers can be programmed, monitored and controlled 2.4 Project Approach CT and Intelight will make an initial visit to Collier County for a project kick-off meeting,and to perform site visits and an existing operations survey of the proposed Central System location.After the survey trip,we will discuss any variances from the assumptions made in this proposal.We will meet with the County's IT staff to ensure the proposed system configuration Is incorporated into the County's overall communications plan. Once all the necessary equipment(Server and TMC communications equipment,if any)have been procured,the Central System installation and configuration will begin. If resources are available,key County staff members should be available during the installation and configuration process for system exposure and familiarity prior to the formal training upon system completion. CT will work with the County to create a testing/acceptance procedure for the new system based on the requirements advertised.Prior to field deployment,the system will be tested according to the testing/acceptance procedure agreed upon by all members of the project team. 13 Controller integration will occur after the Central System has been installed and configured.Then, confirmation of system-controller communications,testing,and troubleshooting can be conducted as each controller is installed, reducing the number of repeat trips to each intersection.Also,the County can begin to monitor and use the system as each controller is placed online. Throughout the project,bi-weekly status updates and monthly meetings will be conducted with CT, Intelight, and the County to ensure the project tasks are completed in an accurate and timely manner. These meetings may be on-site, or via web or teleconferencing and will address any concerns, installation issues,or value added solutions that may be discovered during the integration process. The final system will be tested, evaluated,and operated for an acceptance period following the quality control and acceptance plan developed by CT and Intelight,with Collier County. Support and Maintenance CT and Intelight pride themselves on responsive and effective customer service.We work as a team to respond quickly to customer calls and inquiries and as an extension to the County's staff to provide realistic delivery dates and timely responses to critical issues. CT provides superior service and quality products in a timely manner.The County PM and appropriate staff will have access to the CT Project Manager's mobile phone number on a continuous basis. In special cases where the Project Manager is unavailable,the mobile phone number will be forwarded to a qualified person. We understand that although not directly related,issues may arise where our equipment interfaces with other manufactures' products and that our staff's time may be required to help troubleshoot or support those issues. Figure 2-7 shows how an issue will be tracked throughout the solution process.The process starts and ends with the Project Manager to minimize miscommunication and ensure the County has a single point of contact who will track support request from start to finish. 8ECi1N Y1....._ ,{ I 1=IMISH P.M. P.M. Issue P.fiss `' Issue Solution performs Lags issue Repllcated to n Follow-UpCloseo Iue Requites 1j i tntengrit ii ireFopers i ir►telight Logs issue , Solution Dat P M.Reports ._.a inteligtot Provides issue from '4:* s... e Smut n Dote *^ Solution to P.M. ,cI::ii.,Mte identified t i to A j . *I...t x i `r t__i€.r�., .,.ass i ,,`{'�,r.;' Figure 2-7:Customer Support Process Diagram Our on-call support and warranty is included for three years from the acceptance of the software.Our team is committed to quick response and will respond to service request within one business day.To promptly service the City,we can use phone or internet meeting technology to remotely support questions or problems that arise. In the event that a problem cannot be accurately diagnosed or fixed over the phone,one of our highly trained staff will provide on-site support to the City.Our support staff Is extremely flexible and responsive.Typically,critical software issues are fixed within days of diagnosing 14 the problem and major feature additions or changes are conducted in less than 30 days.While CT will make every effort to respond immediately, response to critical service or maintenance issues shall not exceed a 24 hour period. If an issue occurs,the Project Manager from CT will act as the primary contact and local representative to the County. Intelight will assist with field support and work to diagnose and solve the issue as fast as possible.Intelight and CT have a close partnership and work together seamlessly to address problems and fix critical software issues.The owners of both companies are very involved in day to day operations and will assist in re-prioritizing work in the case of critical issues that need to be addressed immediately. We realize the importance of providing accurate estimates for delivering updates,fixes,or support results and to meet those deadlines on time. After the initial warranty period,additional warranty service can be purchased for a reasonable cost. When purchased, Intelight's support and maintenance agreement will provide phone,email,webinar, and limited on-site support,software bug fixes, and new releases on an annual basis.The agency can choose to purchase a maintenance agreement at any time regardless of continuous support program purchases. If the agency does not require support,software upgrades can be purchased for a reduced price at any time after the warranty period has expired. 2.5 Project Schedule The preliminary schedule includes time to procure hardware and review major milestones as well as time spent troubleshooting or back checking work performed on typical projects of this type.Testing, training,and project management may extend beyond the initial installation task.If selected,we will work with the County to develop a detailed schedule in Microsoft Project that can track work and be referenced weekly in the progress reports and meetings. For a more efficient schedule,we will begin developing sample intersection graphics and the Testing and Acceptance Plans(including training documentation)shortly after the initial kick-off meeting.The agency will have time to review the documents and plans prior to beginning actual field integration. MaxView's main map is automatically configured as the user adds intersection graphics.Therefore, there is no need to create a separate main map with its own dynamic objects to represent intersection status.Therefore, intersections can be configured in MaxView as the field personnel are connecting the controllers.To account for problems which may arise early in the integration,we will start configuring graphics for a predetermined group of intersections in advance of connecting the controllers. We will submit the training plan to the agency early in the project so we can conduct basic system training prior to installing the system.In our experience,on the Job training is more effective when the information has been presented beforehand.Operator training will be completed prior to field integration so that operators can assist in integration and begin to manage the system immediately after the first controllers are integrated. Depending on the training facility,we can also combine the bench testing with the hands on training course to further compress the overall project schedule.Advanced training will be completed after the first 10 signals have been integrated and prior to Final Acceptance Testing. Performing detailed product training after a short time of on the job training and hands on experience is typically more effective than performing all training in the beginning of the project. 15 0 Q -o -.I : VN w WO, `II Qn d w N -a' M3 U 1 A. ' ; t. 3a et W 4 4 4 4 4 '+ 4 4 '�'gR.� 11s d c N 8 c f0�, v c a Kc m 9 a c X uu ; tu a. a — 3 g c 3 d g. 3 a 5 i. 3wg £ m �gpa m • B .. a 3 �' el o 3 S F .9.t. y^ g Cr. g N r • 3 d -+ 1 n @ R 3 r w r r w N V'I w O O Or.�2 ,0 r� „wj a. 8 d0 CO d d y p. O `Z 1 a.o N �a. -a 1, 0. < N N j N i7 ry S N I tl ro m m m UI w A ,El m O C re COVI . �. In A A N N �. \ \ A I W O `` 1\-.. A A A r . . u ` `i W r r O, .\a N N cll r V .r V V i,,, pp o o c c c o c c 3 > > s 2 $.. c o ' ' co CO ` tn ,n om.. .v', r ►' w r , a F, w 1 3 § V V V `4 V 7 , w i„ i r d 0 , a W. \ u. \ 3 m w ,n _, L 0 3 , _ 1 E 3 1 w / j y M r 0. 1. p N CI t 6 6 4 u~ E ,c 3 3 w a a it n K. .g o J Q O N : !4.....—._ CI i as tc.:1 5r.w `�3, S"' t3 0 •Z N,,.+$ 0 m g m` 'c r_g 2.6 Sample Reports 1. Intersection Controller Status Report 2. System Alarms 3. Split Monitor Cycle Data 4. Event Timeline 16 Intersection Controller Status Report-,1/23/2017 4:47 PM Number Name Device Group Online Pattern Status Time Cycle Cycle Cycle Offset. Free Offset 1 Jefferson Davis Hwy&S Glebe Rd Jefferson Davis Hwy Online Pattern 3 Coord 2 secs 1.40 140 1.33 64 64 2 Jefferson Davis Hwy&27th St S Jefferson Davis Hwy Online Pattern 3 Coord 2 secs 140 140 110 40 40 3 Columbia Pike&S Jefferson St Columbia Pike 0ifline Unknown Unknown Unknown- 120 - - 4 Jefferson Davis Hwy 1023rd St S Jefferson Davis Hwy Online Pattern 3 Coord 2 secs 140 140 168 128 128 5 Jefferson Davis Hwy&20th St S Jefferson Davis Hwy Online Pattern 3 Coord 2 secs 140 140 153 4 4 6 Jefferson Davis Hwy&33rd St S Jefferson Davis Hwy Online Pattern 3 Coord 2 secs 140 140 152 27 27 7 Jefferson Davis Hwy&15th St Pending Installaboi, Disabled Unknown Unknown Unknown- - - - - 9 Army Navy Dr&S Eads St Army Navy Dr Online Pattern 3 Coord 2 secs 0 100 90 14 14 10 Army Navy Dr&S Fern St Army Navy Dr Online Pattern 3 Coord 2 secs 100 100 107 20 20 11 Army Navy Dr&S Hayes St Army Navy Dr Online Pattern 3 Coord 2 secs 100 100 133 90 90 12 Army Navy Dr&S Joyce St Army Navy Dr Online Pattern 3 Coord 2 secs 100 100 106 - 0 13 Columbia Pike&S Carlin Springs Rd Columbia Pike Online Pattern 3 Coord 2 secs 1.30 130 1.31 46 46 14 Columbia Pike&S Greenbner St Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 8 8 15 Columbia Pike&S Dinwiddie St Columbia Pike Online Pattern 3 Cnord 2 secs 1.30 13D - 122 122 16 Columbia Pike&S Four Mile Run Columbia Pike Online Pattern 3 Coord 2 sea 130 130 - 124 124 17 Columbia Pike&5 Buchanan St Columbia Pike Online Pattern 3 Coord 2 sacs 130 130 - 123 123 18 Columbia Pike&S Wakefield St Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 129 1.29 1.9 Columbia Pike&S Thomas St Columbia Pike Offline Unknown Unknown Unknown- 100 - - 21 Columbia Pike&5 George Mason Dr Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 12 12 22 Columbia Pike h$Quincy St Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 116 116 23 Columbia Pike&S Monroe St Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 66 66 24 Columbia Pike&S Glebe Rd Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 68 68 25 Columbia Pike&S Highland St Columbia Pike Online Pattern 3 Coord 2 sea 130 130 91 65 65 26 Columbia Plke&S Walter Reed Dr Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 59 59 27 Columbia Pike&5 Barton St Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 34 34 28 Columbia Pike&S Courthouse Rd Columbia Pike Online Pattern 3 Coord 2 secs 130 130 - 19 19 29 Columbia Pike 8.5 Queen St Columbia Pike Online Pattern 3 Coord 2 sea 130 130 90 81 81. 30 Columbia Pike&S Scott St Columbia Pike Online Pattern 3 Coord 2 secs 130 1.30 - 112 112 32 Columbia Pike&S Joyce St Columbia Pike Online Pattern 3 Coord 2 sacs 1.70 170 110 21 21 33 Arlington Blvd&Olin Dr Midesco Fiber Contract Disabled Unknown Unknown Unknown- - . - - 34 Arlington Blvd&Montague St Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - 35 Arlington Blvd&Manchester St Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - - 36 Arlington Blvd&Carlin Springs Rd Midasco Fiber Contract Disabled Unknown Unknown Unknown- 37 Arlington Blvd B.Patrick Henry Dr Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - • 38 Arlington Blvd&Edison St Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - - - 39 Arlington Blvd&Perk Dr Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - Intersection Controller Status Report-11/23/2017 4:47 PM Number Name Device Group Online Pattern Status Time Cycle Cycle Cycle Offset Offset 40 Arlington Blvd&Henderon St Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - - - 41 Arlington Blvd&George Mason Dr Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - 42 Glebe Rd&Arlington Blvd Glebe Rd Online Pattern 3 Coord 2 secs 130 130 117 85 85 43 Arlington Blvd&Irving Sr Masco Fiber Contract Disabled Unknown Unknown Unknown- - - - - 44 Arlington Blvd&Fillmore St Midasco Fiber Contract Disabled Unknown Unknown Unknown- - - - 45 Arlington Blvd&Pershing Dr Masco Fiber Contract Disabled Unknown Unknown Unknown- - - - - 46 Wilson Blvd&N McKinley Rd Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 106 48 48 47 Wilson Blvd&Patrick Henry Or Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 74 88 88 49 Wilson Blvd&N Lammore St(Midblock) Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 546 51 51 50 Wilson Blvd&N Lexington St Wilson Blvd Online Pattern 3 Coard 2 secs 130 130 17756 - 0 51 Wilson Blvd 8,N Jefferson St Wilson Blvd Online Pattern 3 Coord 2 secs 130 130 300 99 99 53 'Wnson Blvd&N Edison St Wilson Blvd Online Pattern 3 Coord 2 secs 130 130 740 66 66 54 Wilson Blvd&N George Mason Dr Wilson Blvd Online Patterns 3 Coord 2 sea 130 130 119 59 59 55 Wilson Blvd&N Abingdon St Wilson Blvd Online Pattern 3 Coord 2 sea 130 130 235 62 62 56 N Glebe Rd&Wilson Blvd Glebe Rd Online Pattern 3 Coord 2 secs 130 130 129 30 30 57 Wilson Blvd&N Stuart St Wilson Blvd Online Pattern 3 Coord 2 sea 90 90 0 0 58 Wilson Blvd&Mid Block Pad Crossing Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 2 2 59 Wilson Blvd&N Randolph St Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 0 0 60 Wilson Blvd&N Quincy St Pending Installation Disabled Unknown Unknown Unknown- - . - 61 Wilson Blvd&N Monroe St Wilson Blvd Online Pattern 3 Coord 2 sea 90 90 . 54 54 52 Wilson Blvd&10th St N Wilson Blvd Online Pattern 3 Coord Z secs 100 100 - 60 60 63 Wilson Blvd&Washington Blvd Wilson Blvd Online Pattern 3 Coord 2 sea 100 100 - 21 21 64 Wilson Blvd&N Hudson St Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 . - - 54 65 Wilson Blvd&N Highland St Wilson Blvd Online Pattern 3 Coord 2 secs 90 9Q - 52 52 66 Wilson Blvd&N Garfield St Wilson Blvd Online Pattern 3 Coord 2 sea 90 90 - 52 52 67 Wilson Blvd&N Fillmore St Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 - 43 43 58 Wilson Blvd&N Edgewood St Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 - - 36 69 Clarendon Blvd&N Adams St Clarendon Blvd Online Pattern 3 Coord 2 sea 90 9D - 9 9 71 Wilson Blvd&N Vetch St Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 - fi4 64 72 Wilson Blvd&N Courthouse Rd Wilson Blvd Online Pattern 3 Coord 2 secs 90 30 - 78 78 73 Wilson Blvd&N Rhodes St Pending Installation Disabled Unknown Unknown Unknown- - - 74 Wilson Blvd&N Quinn St Wilson Blvd Online Pattern 3 Coord 2 sea 90 90 - 23 23 75 Clarendon Blvd&N Pierce St Clarendon Blvd Online Pattern 3 Coord 2 sea 90 90 - 61 61 77 Lynn St&Fairfax Dr Rosslyn Onine Pattern 3 Coord 2 secs 90 90 - 31 31. 78 Wilson Blvd&N Pierce St Wilson Blvd Online Pattern 3 Sitio 2 secs 90 90 - 10 10 79 Wilson Blvd&N Oak St Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 62 62 80 Wilson Blvd&N Nash St Wilson Blvd Online Pattern 3 Coord 2 secs 90 90 - 86 85 System Alarms-,1/23/2017 4:01 PM Alarm Time Alarm Name ledex Device Severity Alum Value Notified!leers 1/2/201711.40 Detector Fault 7269-SR 1410 Asteroid Dunwoody Road Warning Cleared 1/2/2017 11 40 Veh Det•Max Presence 6 7269•SR 141 @ Ashford Dunwoody Road Waming Cleared kemonryamery 1/2/2017 11 39 yell Det-Mas Presence 5 7269-SR 141 @ Ashford Dunwoody Road Waming Cleared kemontgomery 1/2/201711 07 Detector Fault 7269-SR 14I 0 Ashford Dunwoody Road Waming Received 1/2/2017 11 07 Veil Det-Max Presence 5 7269-SR 141 0 Ashford Dunwoody Rood Waming Realvad kemontgomery 1/7/2017 11 07 Veh Det-May Presence 6 7269-5R 141 4 Ashford Dunwoody Road Warning Received kamantsomery 1/1/2017 1421 Detector Fault 7269-SR 141 9 Ashford Dunwoody Road Warning Conrad 1/1/2017 14 21 Veh let-Max Presence 5 7269-5R 141 0 Ashford Dunwoody Road Winning Cleared kementgomery 1/1/2017 1421 Veil Det-Moo Presence 6 7269•SR 141 0 Ashford Dunwoody Road Waming Dared kemontlumery 1/1/2017 14 19 Vah Det•Max Presence 21 7269-5R 141 9 Ashford bunwoody Road Waming Cleared kensuntgomery 9/1/2017 14:19 Veh Dec•Max Presence 72 7269•SR 141 0 Ashford Dunwoody Road Warning Cleared keinemg4:nary 9/12017 13:24 Veh Det•Ma.Presence 21 7269-SR 141 D Ashford Dunwoody Road Warning Received kemontlomery 9/1/2017 13.24 Veh Det-Max Presence 22 7269•5R 147 0 Ashford Dunwoody Road Waming Recalved kemontgomsry 1/1/2017 13 13 Detector Fault 7269-5A 141 O Ashford Dunwoody Road Waming Received 1/1/2017 13117 Veh Det•Max Presence 1 7269-SA 141 0 Ashford Dunwoody Road Warning Received keinant9omery 1/1/2017 13 13 Veh Det•Max Presence 8 7269•SR 141 0 Ashford Dunwoody Road Warning Received kamoot0omery 12/20/2016 646 lime Drift 7269•SR 14i 4 Ashford Dunwoody Road Warning Cleared kemeregomery 12/20/2014 1.45 Time 0116: 7269-5R 141 0 Ashford Dunwoody Road Waming Received kemnntgamery 12/16/20163:32 lime Drift 7269-SR 1410 Ashford Dunwoody Road Waming Cleared kamontgomery 12/16/2016 3:32 Time Drift 7269-5R 141 0 Ashford Dunwoody Road Waming Received kemontlomery 12/17/2016 23:35 Time Drift 7269-SR 1410 Ashford Dunwoody Road Waming geared kemomgamery 12/17/2016 23:34 Time Or*ft 7269-SR 141 9 Ashford Dunwoody Road Waming Rocelved kemontgamery 12/17/2016 2:57 Time Dolt 7269-SR 141 9 Ashford Donwnody load Wannng Cleared kemontgomery 12/17/2016 2:56 Time Drift 7269•SR 141 0 Ashford Dunwoody Road Waming Received kement9omery 12/17/2016 1 59 Time Drift 7269-5R 141 O Ashford Dunwoody Road Warning amend kamont9omery 12/17/2016 1.57 lime Drift 7269-SR 111 9 Ashford Dunwoody Road .Yarning Received kemontgomery 12/15/2016 731 Time Drift 7269•SR 141 9 Ashford Dunwoody Rood Warning Cleared kemonglamary 12/15/2016 7 49 Time Deft 7269-SR 1419 Aanmrd Dunwoody Rood Warrong Received kemontgomery 12/13/2016 3 19 lime DMR T250-SR 141 0 Ashford Dunwoody Road Warning Cleared kemant0omery 17/15/2016 3.15 Time Drift 7269•SR 141 0 Ashford Dunwoody Road Warning Received kemantgomery dbylorkemonegomerydteylerkemonegomerydtaylorimenont0omerydlaylorkemo ntgomerydbyivrkemontgomerydt 12/12/201616.46 Date base Ganged 7269-5R 141 9 Ashford Dunwoody Road Waming Received aylorkemontgomerydtayiorkemontgomerydtaylorkemanipomerydtaylorkemontgomerydbaylarkemoatgemeryddy Iorkamontgomery 12/12/2016 10-47 Database Changed 7269•SR 141 0 Ashford Dunwoody Road Warning Received dbylorkemontgumerydrayiorkvmontmumerydnylark on merydnyforkementgomerydtayterkemot9omerydt aylorkamantgomw ydtaytvrkamontgomerydbyRnkanwnt9oomumerydbylorkeinontgomerydtaylorkamantlomory 12/17/2016 1647 Dete6aae Changed 7269-SR 141 9 Ashford Dunwaody Road Warning Received dtaylolkenlontgomerydtaylorkemontgomerydtaylorkemonormier trylorkbnmetgomarydbrylarkementgomerydt aylorkemon toamerydtaytariiemen tgomarydbylorkantvmomerydtayiollcemontgomarydtayiorkemonkgomery 12/12/2016 1617 Database Clanged 7269•SR 141 m Ashford Dunwoody Road Warning Received dray)Deka!nontgomerytlb14orkemontgomerydtaylorkemotkgomerydraylorkemontgomerydtaylorkemont00mervdr aybrkemontgomerydta yforkemon tgomerydtaylo rkementgomerydbyio rkamonmemerydbylorkamantgomery 32/12/201616-45 Database Larged 7269-SR 141 @Ashford Dunwoody Road Warning Receiveddbylorkemontgomerydbybrkemontmomerydtavlorkemontgomerydtaylorkomontgomar eltaylorkemoM9omeredt aylorkomontgomerydbylorkemenegemay 12/12/2016 1609 Database Ganged 7269-SR 141 0 Ashford Dunwoody Road Waming Received dr ylor n non mw dtaylorkem0ntSomerydbyiorkemontgomerydnylorkemontgomerydbylork emoldyonmrydt 12/122016 1603 Database Ganged 7269-SR 141 O Mhfold Dunwoody Road Waming Received dnylerkenwnntgomerydtaylorkemantyomerydtaylorl¢montgomerydbyl0rkamonlyamerydnylorknnentlomery 12/12/2016 14 43 Detabau Ganged 7269-SR 141 @ Ashford Dunwoody Road Waming Received dby orkamontgomerydnylorkemontonmerydtayM0rkem0ntSomerydtaytorkamont0omery 12/12/2016 6 31 Dab9ase Ganged 7269-5R 141 0 Ashford 0xtwody Road Waming 6ecerva0 Itayio to montgonrerydtaylorkemontgomorydtxyloMoreontRomery 12/112016 14 19 Database Changed 7269-SR 141 4 Ashford Dunwoody Road Waming Received dtaykokemont0omerydtaylorkemontgomery 12/112016 3:22 De0ba0e Ganged 7269-SR 141 0 Ashro/d Dunwoody Rood Wemmg Received dtaylwncamonegomery 17/10/2016 20.52 lime Drift 7269-SR 141 4.Ashford Dunwoody Road Wammg Cleared kemontgumery 12/10/2016 20:50 Time Dolt 7269-SR 1410 Ashford Dunwoody Road Warning Received kemont90mery 12/7/201614:00 Time Drift 7269-SR 141 9 Ashford Dunwoody Road Warning Deared kemontgomay 12/7/201613.59 lime Drift 7269-SR 141 @ Ashford Dunwoody Road Warning Received kament4omery 17/4/201617.33 lime DMR 7269•SR 141 9 Ashford Dunwoody Road Warning Cleared 4emontgomery 12/4/2016 17-33 Time DMR 7269-SR 141 9 Ashford Dunwoody Road Waming Received kemontgomery 12/4/2016 15.24 Time deft 7269-SR 141 @ Ashford Dunwoody Road Waming Dared kemontgomery 12/4/2016 15 22 Time Drift 7269-SR 141 4 Ashfoi d Dunwoody Road Warning Received kemontgomery 17/4/2016 1503 Time Drift 7269-5R 141 4 Ashford Dunwoody Road Waning Reared kennordg0mer7 12/4/2016 14:59 Time Drift 7269-SR 141 0 Ash1Ord Dunwoody Road Warning Received komontgonlery 17/4/201613:03 Time Dnft 7269-SR 141 0 Ashford Dunwoody Road Warning Cleared kemont9amery 12/4/201613:02 Time Drift 7264-5R 141¢Ashford Dunwoody Road Warning Received keonontgamery 12/4/2016 3:29 lima Drtft 7269-SR 141 Q Ashford Dunwoody Road Warning Cleared kemantg0mery 12/4/2016 3'27 Time Drift 7269-SR 141 Q Ashford Dunwoody Road Warning Received kemont0omery 12/2/2016 9.44 Time DAR 7269-SR 141 Q Ashford Dunwoody Road Warning Cleared kernontgomery 1712/2016 0 14 Time Dolt 7269-SR 141 Q Ashford Ounwaody Road Warning Received kemont9omery 12/7/2016 8 10 Database Changed 7269-SR 141 C Ashford Ounwoody Read Warning Cleared dtaylarkernan19amery 12/2/2016 7 16 Database Oronged 7269-SP 141 Q Ashford Dunwoody Road Warning Rammed duylarkanontgomerydtaylorkamontgomerydtayiorkemontgomory 17/212016 609 Database Changed 7269-SR 141.9 Ashford Dunwoody Azad Waning Received dtaylorkemontgomerydtaylmkemmn9omery 12/2/2016 3.14 Database Changed 7269-SR 141 Q Ashford Pumroody Road Warning Recaved dtaykrrkemwd9orrtery 11/30/201618.16 Time Drift 7269-SR 141 Q ACMord Dunwoody Read Warning Oared komontgvmary 11/30/2016 18 15 Tim.Onit 7269-SR 141 Q Ashford Dunwoody Road Warning Received kamantoomery 11/29/2016 11:02 Time DAR 7269-SR 141®Ashford Dunwoody Road Warning Cured kemont9amery 11/29/3016 11.02 Ti,..Drift 7269-SR 141.Q Ashford Dunwoody Road Warning Regarded kemantgumery 11/29/2016 3:25 lime DNR 7269-9R 141 Q Ashford Dunwoody Road Warning awed kamontgomery 11/29/2016 3:25 Tone Dolt 7269-SR 141 0 Ashford Dunwoody Road Warning Received kemontyome:ry 11/26/2016 18:44 Time DAR 7269-SR 141 Q A6hfard Dunwoody Road Warning Oared kemontgomery 11/26/2016 19:42 Tana Drift 7269-SR 141.9 Ashford Dunwoody Road Warning Received kemontgomary Split Monitor Cycle Data: 7268 - SR 141 @ N Druid Hills Road-,1/23/2017 4:27 PM Cycle 1 - Start: 1/22/2017 6:45:55 PM, End: 1/22/2017 6:48:25 PM Split# Start End Patt. Set/Act Term. Set/Act , Utii. Gm. Yet. Red Cycle Split 1/22/2017 1/22/2017 2 6:46:51 6:48!25 0 0/0 Force Off 0/94.2 --% 88.7 3.7 1.8 PM PM _ 1/22/2017 1/22/2017 4 6:45:55 6:46:51 0 0/0 Gap Out 0/ 55.8 --% 50.3 3.1 2.4 PM PM 1/22/2017 1/22/2017 5 6:46!51 6:47:08 0 0/0 Force Off 0/17 --% 10.8 3 3.2 PM PM 1/22/2017 1/22/2017 6 6:47:08 6!48:2S 0 0/0 Force Off 0/77.2 --% 71.7 3.7 1.8 PM PM 1/22/2017 1/22/2017 7 6:45.55 6:46.24 0 0/0 Max Out 0/29.3 --% 23 3 3.3 PM PM 1/22/2017-1/22/2017' 8 6:46'24 6:46:51 0 0/0 Max Out 0/ 26.5 --% 21 3.1 2.4 PM PM Cycle 2 - Start: 1/22/2017 6:43:25 PM, End: 1/22/2017 6:45:55 PM Split# Start End Patt. Set/Act Term. Set/Act Util. Gm. Yel. Red Cycle Split 1/22/2017 1/22/2017 2 6:44:21 6:45:55 0 0/0 Force Off 0/94.2 --% 88.7 3.7 1.8 PM PM 1/22/2017 1/22/2017 4 6:43:25 6:44;21 0 0/0 Gap Out 0/55.8 --% 50.3 3.1 2.4 PM PM 1/22/2017 1/22/2017 5 6:44:21 6:44:38 0 0/0 Force Off 0/17 --% 10.8 3 3.2 PM PM 1/22/2017 1/22/2017 6 6:44:38 6:45:55 0 0/0 Force Off 0/ 77.2 --% 71.7 3.7 1 8 PM PM 1/22/2017 1/22/2017 7 6:43:25 6:43:54 0 0/0 Max Out 0/29.3 --% 23 3 3.3 PM PM _ 1/22/2017 1/22/2017 8 6:43:54 6:44:21 0 0/0 Max Out 0/26.5 --% 21 3.1 2.4 PM PM Cycle 3 - Start: 1/22/2017 6:40:55 PM, End: 1/22/2017 6:43:25 PM Split# Start End Patt. Set/Act Term. Set/Act Util. Gm. Yel. Red Cycle Split 1/22/2017 1/22/2017 2 6:41.51 6:43:25 0 0/0 Force Off 0/94.2 --% 88.7 3.7 1.8 PM PM 1/22/2017 1/22/2017 4 6;40:55 6:41:51 0 0/0 Gap Out 0/55.8 --% 50-3 3.1 2.4 PM PM 1/22/2017 1/22/2017 5 6:41:51 6:42:08 0 0/0 Force Off 0/17 --% 10.8 3 3.2 PM PM 1/22/2017 1/22/2017 6 6:42:08 6:43:25 0 0/0 Force Off 0/77.2 --% 71.7 3.7 1.8 PM PM 1/22/2017 1/22/2017 7 6:40:55 6:41:24 0 0/0 Max Out 0/29.3 --% 23 3 3.3 PM PM 1/22/2017 1/22/2017 8 6:41:24 6:41:51 0 0/0 Max Out 0/26.5 --% 21 3.1 2.4 PM PM Cycle 4 - Start: 1/22/2017 6:38:25 PM, End: 1/22/2017 6:40:55 PM Split# Start End Patt. Set/Act Term. Set/Act Util. Gm. Yel. Red Cycle Split 1/22/2017 1/22/2017 2 6:39:08 6:40:55 0 0/0 Force Off 0/ 106.8 --% 101.3 3.7 1.8 PM PM 1/22/2017 1/22/2017 4 6:38:25 6:39:08 0 0/0 Gap Out 0/43.2 --% 37.7 3.1 2.4 PM PM 1/22/2017 1/22/2017 5 6:39:08 6:39:25 0 0/0 Force Off 0/17 --% 10.8 3 3.2 PM PM 1/22/2017 1/22/2017 6 6.39:25 6:40:55 0 0/0 Force Off 0/89.8 --% 84.3 3.7 1.8 PM PM 1/22/2017 1/22/2017 7 6:38:25 6:38:43 0 0/0 Gap Out 0/ 18.4 --% 12.1 3 3.3 PM PM 1/22/2017 1/22/2017 8 6:38:43 6:39:08 0 0/0 Gap Out 0/24.8 --% 19.3 3.1 2.4 PM PM t Cycle 5 - Start: 1/22/2017 6:35:55 PM, End: 1/22/2017 6:38:25 PM Split# Start End pati. Set/Act Term. Set/Act Util. Gm. Yel. Red Cycle Split 1/22/2017 1/22/2017 2 6:36:37 6:38.25 0 0/0 Force Off 0/ 108.4 --% 1019 3.7 1.8 PM PM 1/22/2017 1/22/2017 4 6:35:55 6:36:37 0 0/0 Gap Out 0/41.6 --% 36.1 3.1 2.4 PM PM . 1/22/2017 1/22/2017 5 6:36:37 6:3631 0 0/0 Gap Out 0/ 14.7 --% 8.5 3 3.2 PM PM 1/22/2017 1/22/2017 6 6:36:51 6:38!25 0 0/0 Force Off 0/93.7 --% 88.2 3.7 1.8 PM PM • 1/22/2017 1/22/2017 7 6:35:55 6:36:10 0 0/0 Gap Out 0/15.1 --% 8.8 3 3.3 PM PM 1/22/2017 1/22/2017 8 6:36:10 6:36:37 0 0/0 Max Out 0/ 26.5 --% 21 3.1 2.4 PM PM Event Timeline: 7269 - SR 141 © Ashford Dunwoody Road-11/23/2017 4:22 PM T Selected Events ,i,.^.7-' un..3.,?,..4)—;...,4..."-r-,lit-I : 5;; i,..,:.4.04.,:trC'......F.?,I o. R *., ,,,,,at..., "•' I L'a-.1 •••, .3 ..., 4. 1.4o .:,.V.., i 1#41.! .nt=CCtrU SI t14P1 L 2 ; ,* * > --1 ! I Split 3 •i *.tifit i • r *,,fk, 4,0 yet ii , 4 t. vfoe- _________ , tvIJ ReoPrded Split 4 4 ;Ml_..:.______.....,.. .._______..., ..-......._.....:•_._ •_ ---.- .;Ill: C, Ci c:-.4)., C, ',---• i—o. '7., 0 C, C, -Z—", ,C... )--4 ..'".', 0 0 L..''''''''-'' -- UT ',4 Q.,''. 0 :••..t. i—a. c.j '.1 ,t7,' cr., ,r, 1.-, .-.,- ,.`.1 .;,,S.1 VT ",i- 9 .b. ....7 P.%1 •Z".) !'• I rlsr.;:-)rded Split 6 ---i ,r •:, ,..,:, ,-....7. -, -.71 ,.-, •-,1 k.J3 , 0 0 0 (a '0 0 0 0 0 0 0 0 C 0 0 C .c....,:-..,-..; 0.,a• i" " ,...,, i" 1" I" I" 1" i" i"; int ir,:.",:7'r.,:::,flied. .:.11.,.. , NI kJ Y.,:f rs.i IQ t•J 1,J NI l',.:7 ......,.3 NJ h.) t;;-i ;";,3; C.'-.1 i'‘J; I LI 6:;: 114111J , 4 4 i ,1 4 1 1 '!,,,4.:Recorded Split 8 ,....., FA ....4. ,....... t,....1. i.J. t..... 4...i. ”L i.4 i.J twak Pis' :rot, :-.4. i..1 :::,. -4. --,2; '4 •••••3 '.,4 •••••1 . I -...1 ftd ...,;: '...4 '-si ".4 Date , t .....1 2.7 Technical Requirements 2.7.1 Minimum Technical Requirements(MTR) 2.7.1.1 Traffic Sianal Controller Meets It Requirement Requirement tYzs/Nol MTR 3.1 System Central Control Processing MTR 3.1.1 The controller board shall be fully compliant with the ATC Standard version 5.2b and draft Yes ATC Standard 6.10. MTR 3.1.2 The CPU shall have a processor speed of 233 MHz or better Yes MTR 3.1.3 System Memory shall consist of a minimum of 64 MB of DRAM,1 MB of SRAM,and 64 MB o Yes SDRAM. MTR 3.2 Dimensions and form Factor The enclosure size shall be no larger than 15 inches wide, 10.5 inches high,and 10.5 inches! Yes MTR 3.2.1 deep. MTR 3.2.2 All controllers shall be in a shelf mount configuration. Yes MTR 3.3 Electrical Power MTR 3.3.1 The controller shall operate 89 VAC to 135 VAC,60 Hz. Yes MTR 3.4 Operating System MTR 3.4.1 The controller shall use an open architecture Linux based operating system. Yes MTR 3.5 Environmental • The controller shall meet or exceed NEMA TS2-2003 specifications for environmental! Yes conditions including: MTR 3.5.1 • -35°F to+1657 • -37'C to+74`C • 0-95%relative humidity MTR 3.6 Communications The controller shall contain the following communications ports. • A minimum of 4 Ethernet Ports • A minimum of 2 USB Ports MTR 3.6.1 Yes • One 9-pin serial port • A Data Module Socket • SD Memory Card Socket 17 2.7.1.2 ATMS Central Software-Functionality Matrix Meets it 1 Requirement Requirement Yes/No) MTR 4.1 'Description ATMS Central Software shall have the ability to interface fully with controllers running local MTR 4.1.1 intersection control software including capability for efficient upload and download of the Yes complete set of NTCIP parameters. MTR 4.2 Standards ' MTR 4.2.1 The ATMS Central Software shall support all NTCIP 1201 and 1202 Mandatory and Optional Yes Objects. MTR 4.2.2 The ATMS Central Software shall support all Mandatory and Optional objects for Generic Yes NTCIP 1.201/1202 Compliant Controllers—NTCIP(IP/Serial/Serial over IP)in any combination. MTR 4.2,3 The ATMS Central Software shall support any Generic AB3418E Controller that supports, Yes GetStatus,SetTime,and SetCommand. MTR 4.3 Communications , At a minimum,the ATMS Central Software shall support any combination of the following, Yes communications methods: • Ethernet • Fiber Optic * Wireless Ethernet MTR 4.3.1 , Cellular * Ethernet over Copper • Serial over IP i • Ethernet over Dialup(PPP) • Direct Serial MTR 4.4 ATMS Central Software Servers The manufacturer or vendor shall furnish and install a minimum of two(2)ATMS Central Yes Software servers,one primary and one backup.The servers shall meet the minimum technical requirements:In addition,3 workstations will be provided.The MaxView configuration database of the primary server will be replicated to the backup server on a timely basis,such that the MaxView system on the backup server will present a mirror copy of the primary server.In the event of a failure of the primary server,the backup server can MTR 4.4,1 be called into service by activating the MaxView application on the backup server.The activation of the MaxView application on the backup server will be an operator initiated action and can be accomplished either locally or remotely.This action will require simply starting up the MaxView application through Internet Information Services(Ills)running on the backup server. MTR 4.5 Central Processing Unit MTR 4.5.1 The central processing unit shall have an Intel 17 or equivalent with a processing speed of 3.5 Yes GHz or better. MIR 4.5.2 1The central processing unit shall have an onboard minimum 8MB cache. Yes MTR4.6 System Memory MTR 4.6.1 The ATMS central software servers shall consist of a minimum of 32 GB DDR4 RAM. Yes MTR 4.7 Chassis and Form Factor MTR 4.7.1 The ATMS central software servers shall be rack mountable in a standard EIA-TIA 19 inch Yes rack configuration. MTR 4.8 Electrical Power , MTR 4.8.1 The ATMS Central Software servers shall contain two(2)hot plug redundant power supplies. Yes 18 Meets, ifigqu(remen r Recpiirernee (Yes/,No) failure or removalof one power supply snail not effect server operations. MTR 4.8.2 The ATMS Central Software servers shall accept 100-240VAC 50/60Hz. Yes MTR 4.9 Operating System MTR 4.9.1 The ATMS Central Software servers shall run on the Windows Server'2012 operating Yes system. MTR 4.10 Environment The ATMS Central Software servers shall be able to operate within the following environmental tolerances: MTR 4.10.1 • Operating temperature:50°to 95°F(10°C to 35'C) Yes • Storage temperature:-40°F to 149°F(-40°C to 65°C) • Relative humidity non-operating:10%to 80%(noncondensing) MTR 4.11 Communications The ATMS Central Software servers shall contain a minimum of two(2)redundant gigabit Ethernet ports. Redundant communications will be achieved using a new feature of MTR 4.11.1 Windows Server 2012 known as NEC Morning.This feature will allow for the utilization of Yes multiple NICs to provide the Ethernet communications from the server to field devices and workstations. MTR 4.12 Data Storage MTR 4.12.1 The ATMS Central Software servers shall be capable of a minimum two(2)Terabytes of hard Yes drive space. MTR 4.12.2 The ATMS Central Software servers shall contain hard drives capable of 7500 RPM or more. Yes MTR 4.12.3 The ATMS Central Software servers'hard drives shall have redundancy in a RAID 5 Yes configuration. MTR 4.13 Warranty and Support The ATMS Central Software servers shall come with the manufacturer's three(3)year MTR 4.13.1 warranty that includes Next Business Day(NBD)delivery of replacement of hardware where Yes available and three(3)years of technical support. MTR 4.14 Testing Requirements The manufacturer or vendor shall perform the following additional ATMS Central Software server tests: For each network interface card,the Ethernet link between each ATMS Central Software servers and switch shall be disconnected,demonstrating network redundancy. In the event MTR 4.14.1 of a failure of one of the NICs,the other NICs comprising the team can automatically be Yes called into service.This feature can provide not only fail-over,but can also be used to provide load-balancing if needed. MTR 4.14.2 For each ATMS Central Software servers,a power supply will be disconnected separately to Yes demonstrate the redundant power requirements of this MTR. MIR 4.14.3 The manufacturer or vendor shall notify the Engineer at least 14 calendar days prior to Yes testing of the communications. 19 2.1.2 General Technical Requirements 2.7.2.1 Traffic Signal Controller Meets 4i Requirement' Require . (Yes/No) 1 General i The manufacturer or vendor shall provide 300 new NEMA TS2 Type 2 traffic controllers that meet 1.1Yes or exceed industry NEMA and Advanced Transportation Controllers(ATC)Standards. All electronic components, workmanship, and functionality of the traffic signal controller shal Yes 12 conform to the applicable standards for TS-2 traffic signal controllers mandated by the NEM• current edition NEMA Standards Publication TS2-2003 v02.06 for Traffic Controller Assemblies with National Transportation Communications for ITS Protocol(NTCIP)Requirements. The devices must be on the Florida Department of Transportation's Approved Product List (APL Yes 1.3 prior to issuance of the Request for Proposal (RFP). The manufacturer or vendor shall b- responsible to ensure that all devices can operate independently. The manufacturer/vendor shall provide the controllers and any equipment or cables required fo Yes 1.4 installing the controllers into the Collier County traffic signal cabinets,and all required licenses. All controllers and equipment provided shall be fully updated and configured with the lates Yes 1.5 firmware version by the manufacturer/vendor before installation by the County. All equipment provided shall support version 4 and version 6 Internet Protocol (IP) netwon Yes 1.6 communication addressing,access control,and security features.The controller shall also suppo Simple Network Management Protocol(SNMP)monitoring. The controller shall have the capability to display detailed status information on each main Yes 1.7 controller function including controller, coordinator, preemptor, time base, detectors, an. malfunction management unit(MMU)status. A Microsoft Windows°based traffic signal controller emulation software package shall be supplied. Yes 1.8 The program shall allow the user to program a traffic signal controller on a Windows based; computer,and shall be compatible with the latest version of the Windows operating system. 2 Control and Coordination Features 2.1 Control he controller shall be able to support these minimum standards: I 2.1.1 A Power On Self-Test(POST)feature with continuous automatic diagnostics to verify the essential Yes elements of the controller operation. 2.1.2 An alert feature when downloads fail,do not complete,or if errors are detected Yes 2.1.3 Shall support Flashing Yellow Arrow Operations. Yes 1 Features for advance walk,pedestrian clear protect,exclusive pedestrian operations,bike 2.1.4 minimum green,pedestrian clear times and second walk,and an extendable walk and pedestrian Yes clearance feature. 2.1.5 Features for supporting adaptive red clearance. Yes Features which support the ability to turn pedestrian calls off during the exit from uniform code Yes 2.1.6 flash. 2 17 A feature to support Measures of Effectiveness(MOE)tools by providing data on volume,speed, Yes and green utilization of phases. . 2.2 Coordination Features he controller shall be able to support these minimum standards: 2.2.1 Shall support fixed or floating force-off conditions. Yes 2.2.2 Shall support automatic permissive periods. Yes 2.2.3 Shall coordinate with crossing arterials and capable of a minimum of 32 coordination patterns. Yes 3 Controller Preemption Features he controller shall be able to support the following preemption features: 3.1 'Transit Signal Priority/Preemption and Emergency Vehicle Priority/Preemption [ Yes 20 Meets 11 1 Resiuir nwnt Requfrernent (Yes/No)' • Emergency Priority/Preemption snail override transit Signal Priority/Preemption A feature to allow Time of Day programs for preemption including for four(4)section flashing Yes 3.2 yellow left signal heads.It should allow for different preemption modes for protected and protected permissive coordination. 3.3 A minimum of six(6)high priority and six(6)low priority preemption sequences.The activation of Yes a low priority preemption will not cause the controller to go out of coordinated operations. 3.4 A feature to support different preemption modes for protected coordination and protected Yes permissive coordination. 3.5 A feature to support multiple exit preemption options. Yes 3.6 A feature to support the custom naming of preemptions. Yes 3.7 Railroad gate down input and timing features. Yes 4 Time-Based Features The controller at a minimum shall be able to support the following time based features: 4.1 Shall support a minimum of 100 event plans. Yes 4.2 The ability to support a minimum of 100 fixed or floating exception days. Yes 4.3 The ability to support a minimum of 100 scheduled programs,configurable for any combination of Yes month(s),day(s),week(s).Each program name shall be customizable. 4.4 The controller shall contain a feature to schedule lead-lag phasing. Yes 5 Detector Features The controller shalt be able to support the following minimum detector features: 5.1 A minimum of 64 vehicle detectors assignable to multiple phases by user. Yes 5.2 A minimum of 24 system detectors. Yes 5.3 Have the ability to map all detectors to lane assignments. Yes 5.4 Capable of assigning custom labels to any detector. Yes 5.5 Have the ability to distinguish between a vehicle detector and pedestrian detector fail, Yes 5.6 Contain a minimum of four(4)or more detector diagnostic plans. Yes 5.7 Contain a minimum of four(4)or more pedestrian detector plans. Yes 5.8 The ability to utilize a variety of unique detector types. Yes 6 Logging Features The controller shall be able to support the following minimum logging features: Provide logging of controller,bus interface unit(BIU),MMU and detector failures with descriptive Yes 6.1 rror messages. ounty staff shall have the ability to view the logging data on the front panel of the controller and Yes 6.2 retrieve logging data via RS-232 serial port,Ethernet port or USB flash drive. 6.3 bility to log,view and retrieve traffic volume/occupancy for a minimum of 24 system detectors. Yes 7 ddttional Features 7.1 tatus screens shall have the feature to customize the information displayed. Yes It is desirable for the controller to support digital short range communications (DSRC) protocols, 7.2 providing Vehicle-to-infrastructure (V21) interfacing with DRSC and connected vehicle road side Yes quipment. 21 2.7.2.2 ATMS Central Control Software Meets' a 1 Requirement Requirement (Yes/No) 1kGeneral' The ATMS central control software Is an Integral part of the Traffic Management Center.The manufacturer or vendor shall provide a new ATMS central control software package,licensing,and 1.1 supporting ATMS central control software servers,The ATMS software will replace the current Yes Siemens Actra ATMS traffic control software to command and control the signalized intersections within Collier County. 12 The ATMS central control software shall be capable of supporting all deployed controllers Yes regardless of firmware versions. The ATMS program needs to be compatible with the County's Traffic Count Data System managed Yes 1.3 by Midwest Software Solutions (MS2). The count system software requires user defined count stations and an exportable SQL database or compatible real time count reports. The ATMS central control software provided Is expected to be hosted on a Microsoft Windows Yes 1.4 Servers operating system with Microsoft Windows SQL Server® to support the database operations. 1.5 Individual client logins shall be authenticated using Microsoft Windows*Active Directory. Yes 1.6 The ATMS central control software shall have a "Bring Your Own Device (BYOD)" mobile device Yes access feature. 1.7 All costs of software licensing,server,clients,and imagery services shall be included as part of the' Yes price for the ATMS central control software. 18 The ATMS central control software provided is expected to contain features required for usability Yes and effectiveness in managing the traffic control system(TCS)and ITS used In Collier County. 2 ATMS Central Control Software Main Interface 2 1 The ATMS central control software main interface shall be a graphical user interface and shall Yes consist of a main map. 2 2 The main menu should be easily accessible from the main interface window and consist of top level Yes functions such as database editing,signal controls,logging,and alarms. 2.3 ATMS Central Control Software main interface shall contain notifications of active alarms or alerts. Yes The systems,sections,groups,and intersections within the database shall be visible,searchable, and clickable through a tree view menu from the main interface window and on the main Interface map.An intersection shall be searchable by intersection name or by intersection number.Clicking 2.4 the item once in the tree view shall locate and highlight the intersection on the main interface map Yes and vice versa.Double clicking the Intersection In the tree view or main map view shall allow the operator to quickly access a detailed intersection status,and to control,configure,or change intersection settings through a contextual menu. The individual users shall be able re-arrange their prospected tree view of intersections and/or 2 5 have the ability to customize the location of their most commonly accessed intersections or Yes "favorites"quickly without having to scroll through the entire tree view list of intersections.The customization shall be based at the Individual client level and saved between the client sessions. 2 6 ITS equipment and other ITS elements shall be listed within the tree view and system map to allow Yes for interfacing with the ITS element from the ATMS central control software. 3 Alerts Critical alarms or alerts should be prominently displayed on the ATMS central control software main interface and on all running workstations based on user profiles.The operator should be able 3.1 to acknowledge,dismiss,prioritize,and filter alerts in the alert list.The system operator should be Yes able to define alerts and alarms as low,moderate,high,and critical,as well as with highlighted colors. 3.2 Operator alerts should be Instantly searchable,filterable with either pre-defined values or a Yes user-defined input string. 3.3 Audible alerts shall have the ability to be system operator defined. Yes 3.4 System shall have the ability to send alerts/notifications to assigned email addresses. Yes 22 Meets Reguiretrre€et Regr iren t 'fife's/NO 4 togging and Reports Log reports shall be searchable using"key-words"to determine intermittent and recurring Issues Yes 4.1 and generating a report showing the frequency of the issues. 4.2 Changes made to any part of the ATMS database shall be logged and identifiable by the client Yes operator that made them. 4.3 Logging data shall also be accessible via the ATMS application from the TMC. Yes The ATMS central control software shall be able to produce client customizable reports.At a Yes minimum,the following reports should be available: • Device Configuration Reports • Scheduled Reports • Signal Changes Reports 4A • Detector Event Reports • Split Monitoring Reports • System Event Reports • Upload and compare Reports using a Critical Record Check(CRC)to verify the data is correctly uploaded Detector Volume of Service(VOS)Data Reports should be available including but not limited to the Yes following: • 15 minutes • 30 minutes 4.5 • Hourly • Daily • Multi-date hourly • Multi-date Daily 4.6 The ATMS central control software shall have the ability to provide,display,log,and report a Yes Measure of Effectiveness(MOE). 4.7 The operator shall have the ability to define the location of saved or exported system logs files and Yes reports. The operator shall have the ability to schedule or automate the export of logging and system Yes 4.8 reports(e.g.Count Data)to multiple file formats including but not limited to Microsoft Excel°,csv, pdf formats. 5 Controller Interface The ATMS central control software shall have the ability to fully Interface with the traffic signal Yes 5.1 controllers running local control software.The ATMS central control software shall fully support all mandatory and optional objects for generic NTCIP 1201/1202 compliant traffic signal controllers. 5.2 Features shall include efficient uploading and downloading of the controller database information Yes and the complete set of NTCIP parameters. When communicating with controller software,the database editor menus and options shall be Yes 5.3 self-describing.The local traffic signal controller database editor menu structure and parameter/option names shall be configured similar to the corresponding controller software's front panel. 5.4 The ATMS central control software should be able to manipulate High Definition Data from the Yes traffic signals controllers. The ATMS central control software shall support live editing"of database. The system database Yes 5.5 editor current table view should update continuously with a max refresh rate of less than 2 seconds with currently active data running in field. 5.6 The ATMS central control software shall be able to schedule split time phasing for both Yes coordinated and free operations. 5.7 The ATMS central control software shall have ability to name special program days and weeks for Yes intersections.(e.g. Sports event schedules,spring break,holidays,etc.) The ATMS central control software shall be capable of saving a full database and editing offline, Yes 5'$ uploading,or downloading the database to/from the field device.Uploaded or downloaded 23 .Mee M Requitement 8e ffulr ien[ (Yes/No.) database Integrity shall be verified by the ATMS central control software using a Critical Record Check(CRC). 5.9 The ATMS central control software shall be capable of copying and pasting programming data from Yes one intersection to another. 5.10 The ATMS central control software shall be capable of automatically uploading and comparing local Yes controller databases to the ATMS database at user configured times. 6 Main System Map The ATMS central control software shall contain a main system map.The software shall support a 6.1 `variety of maps such as GIS based maps,Google based maps,Open Streets maps and Bing maps. Yes Other maps may be supported,however,a minimum of three map sources shall be supported. The client operator shall have the ability to select between having the background reflect maps Yes 6.2 view,aerial view,street view,or a panoramic view(if available). 6 3 The main map shall be capable of updating imagery and information without requiring user Yes interaction. 6 The main map shall have the ability to real time display incident and traffic data from traffic data Yes feeds to provide real time status of incidents and traffic conditions. 6.5 The client operator shall have the ability to toggle the display of incident and traffic information on Yes or off,and to select which types of traffic information is displayed. , The main map shall display several levels of details based upon the zoom level of the map within Yes 6.6 each individual client window.Map zoom level shall be controlled by more than one user interactions i.e.mouse wheel scrolling,software interface slider bar,and magnifying glass selection. It shall be possible to select one or multiple intersections for display in a selected intersection view Yes by clicking on one intersection,or"lassoing"multiple intersections.The user shall be capable of 6.7 adding or removing single or multiple intersections to the dynamic group without having to reselect all intersections again.All intersections that are selected in this manner shall be visible In the selected intersection view at the same time. As the client zooms in on a particular intersection of the map,additional information shall be Yes 6.8 shown.At a minimum this shall include individual phase status,current operational status,and current pattern,pedestrian and/or overlap indication status. Clients should be able to toggle or select through a contextual menu device status displays such as Yes 6.9 main street greens,communications status,color coded signal coordination status,signal coordination pattern number(active),preemption status,and time clock/time drift status. Clients should be able to toggle or select through a contextual menu device status displays such as Yes 6.10 main street greens,communications status,color coded signal coordination status,signal coordination pattern number(active),preemption status,and time clock/time drift status. 7 Selected Intersection Functions,Status and Views 7.1 The client operator shall have the ability to configure and modify the intersection view within the Yes ATMS central control software without the need for separate graphics editor software. The intersection view background shall be automatically populated with aerials after the 7.2 intersection/device Is located on the main map. Client operators shall also have the ability to add Yes custom static graphics or backgrounds. 7.3 Intersection view graphics shall be stored in the system SQL database on the system server. Yes 7 4 The ATMS central control software system shall allow a user to save an existing intersection Yes configuration or view as a"template"for new intersections. The selected Intersection view shall display detailed configuration and operational status for the selected Intersections. Each item shall be a single icon with a dynamic display. (I.e. Single phase 7 5 movement status icon displays the Green,Yellow,and Red indications of the configured phase.The Yes view windows at a minimum shall have the ability to show: • Phase Movement(Left,Right,Through,Left/Right 45 degree angles) • Pedestrian Movement(Single object displays walk,flashing don't walk, and don't 24 8 Requirement. meets RequPp n4 walk) • Overlap Movement(Left,Right,Through,Left/Right 45 degree angles) • Flashing Yellow Arrow(Flashing Yellow Arrow must flash) • Protected Permissive Left-Turn(displays green ball and green arrow) • Preempt status(displays preempt states) Intersection status windows shall have the ability to be enhanced with client defined data; i.e., 7.6 ontroller status window shall be able to display phase numbers and with client labels fo Yes -pproaches such as NB,NBLT,WB,etc. 7 7 Intersection status windows shall have the ability to display individual detectors on a channel(e.g. Yes 3 detectors coming back to 1 phase). 7 8 Intersection status windows shall be client customizable to filter information as defined by the Yes client operator. 7.9 he client operator shall have the ability to view the MMU status In the intersection view window. Yes 7.10 he client operator shall have the ability to access real time,programmed and historical time space' Yes lews,and manual and group plan controls from the selected intersection window. 7.11 he client operator shall have the ability to set a Pedestrian Button "No Activity"period for up to Yes 14 days. 712 he client operator shall have the ability to view and control video sources associated with an Yes intersection from the selected Intersection window. he client operator shall have the ability to access other device software associated with the 7.13 intersection such as uninterruptible power supply(UPS),conflict monitor unit(CMU),MMU,vide. Yes image detection systems(VIDS),network switches,wireless radios,and ITS equipment. 8 ime of Day Schedules(TOD) 00 schedules should be searchable and filterable.Duplicate or conflicting TOD entries shall be 8.1 highlighted,flagged,or not allowed(input control).The ATMS central control software shall have Yes he ability to group TOD schedules at a minimum,by time and event categories. 8 2 he ATMS central control software shall have the ability to present TOD entries in a tabular forma' Yes or simpler troubleshooting,modification and correction. OD schedule edits shall be logged by the ATMS central control software system allowing client. 8.3 •perators to review changes.The initial changes and revision history should be archived so the, Yes previous versions of TOD schedules can be rolled back. 8 4 he ATMS central control software shall be capable of scheduling split monitoring reports by Time Yes if Day for multiple pattern changes. 9 •etection and Counts he ATMS central control software shall have the ability to map detectors for a minimum of 2• 9 1 Yes user-defined count stations and other count groupings with lane and direction assignment labels. 9 2 he ATMS central control software shall have the ability to display count stations and Intersection Yes ounts independent from each other. 9.3 he ATMS central control software shall have the ability to export count data in standard formats. Yes 9 4 •ny counter should be counted independently by the ATMS central control software to a minimu Yes of 24 detectors. he ATMS central control software shall keep count station and counter log files and stored repo ,, 9.5 data separate from the intersection configuration data and from detection logs,etc.The data lo: Yes Iles should be capable of being automatically exported to a secondary database storage location. 9.6 he data log files should be viewable with graphs. Yes 10 Intersection Inventory he ATMS central control software shall have the ability to store,search,filter,and sort invento 10.1 rem the traffic controller such as type, make, model, serial numbers, firmware and software Yes revisions,service history etc.,in the database. 11 ,TMS Central Control Software Communications 11.1 •t a minimum,the ATMS central control software shall support any combination of the followin; Yes 25 Meets g ftegvir€Ment Requirement c(aIPJol' ommunications methods: • Ethernet • Fiber Optic • Wireless Ethernet • Cellular 12 •TMS Central Control Intelligent Trans.•rtation System(ITS)Capabilities •t a minimum, the ATMS central control software shall support interfacing of the following IT echnologies: • Closed Circuit Television(CCTV)Cameras 12.1 • Microwave Detectors Yes • Bluetooth Detectors • Dynamic Message Signs(DMS) • Video Image Detection(VID) 26 Tab III Technical Experience with Contoller Deployments & .TMS Deployment Tab III- Technical Experience with Controller Deployments and ATMS Deployment 3.1. History of Company and Software Intelight was founded in 2006 by President Craig C.Gardner, PE.Since then,the company has grown to over 30 employees and supplements its full-time staff with seven full solution distribution partners throughout the world. Intelight's corporate office and manufacturing facilities are located In Tucson,AZ, with the systems development and services office being located in Seattle,WA. Regional offices in Atlanta, GA, Phoenix,AZ, and St. Louis,MO, provide local field support. Intelight Inc. manufactures and supplies innovative traffic management products including advanced traffic controllers,traffic control cabinets,arterial systems masters, NTCIP compliant local software,and web-based central software systems.The company mission is to provide customers with the highest quality and most innovative technology along with exceptional service and cost-effectiveness. Intelight's primary business focus is software and firmware for central and local traffic signal management and control. In our 10 years of business,we have helped advance the industry with the following innovations: • First Linux based Local Traffic signal Firmware in North America-Also first to develop exclusively on the ATC platform • Largest Deployment of Linux Based ATC Compliant Controllers - 9 years of continuous in-field Linux controller service with over 3000 Linux based controllers deployed world-wide • First Cost Effective ATC Compliant Controllers — Cost comparative to legacy OS-9 and custom hardware based controllers • First Embedded Controller Web Server with first full function web based controller interface y First Touch-Screen Controller • First Embedded Android Processing System on Controller • First Fully Web-Based Central System (True Thin-Client, not requiring any application specific software to be loaded on operator or client workstations) • Full Support for Open Standards-First traffic signal Software Company to provide full NTCIP MIBS to customers with no restrictions,additional fees,or licensing restrictions. By establishing a diverse and innovative product line and assembling a handpicked staff of experts from the traffic signal industry,Mr.Gardner has built the foundation for a long lasting, reliable and industry- leading corporation. 3.1.1.1 Evolution of MaxView The MaxView software is a modern ATMS platform originally developed in 2011 to support the Intelight business model of providing open standards that reduce the proprietary nature of our industry. From its inception,MaxView has been developed as a modular, robust and modern system whose major components(i.e.Center to Field Communications,Server Framework,User Interface, Logic,etc.) can be independently upgraded to stay current with modern technology. During the first two years of deployment MaxView underwent significant development to make the system feature complete when 1 compared to other legacy systems.During that time,multiple agencies selected the MaxView system through competitive proposal processes based on its modern interface and true,thin-client framework as well as Intelight's excellent customer service, dedication to open standards,and passion for traffic signal operations. In the following years,Intelight focused on enhancing the operations and usability features of MaxView to make this system the most modern traffic signal control system available. For a detailed explanation of the features that make MaxView superior choice for a central traffic signal control system, please see the Further Technical Description document. 3.1.1.2 Future of MaxView Intelight believes that the future of traffic signal operations monitoring and tuning relies heavily on real- time data. For this reason,we have built the entire MaxView data collection framework using the standards and philosophies governing the Purdue/Indiana DOT high resolution data collection and analysis. Over the next two years, MaxView will evolve into a semi-autonomous, robust data analysis package, helping agencies monitor,tune, and respond to issues in their signal network.This will be achieved by incrementally integrating the following tools*: • Visual representation of high resolution data for Traffic Signal Timing Health and Analysis including, • System Health Dashboard with ability to "drill down" into system and quickly identify issues related to Signal Timings, Communications, Detector Status, Cabinet Health, and Maintenance issues, • Timing Compliance and Health Monitoring. In addition to enhancing MaxView to include a complete analysis tool-package, Intelight will also give the system a new HTML5 user interface over the next year.Given MaxVlew's modular framework,the user interface is being upgraded to leverage the benefits of modern,web-based display tools and to ensure users will not be burdened with the need for specific web browsers or operating system versions which may become obsolete over time. 3.2 Qualifications Our diverse team of talented staff has the availability and experience to provide Collier County with a complete turn-key ATMS solution.We will provide all services from initial system integration and training to on-going support and future development to ensure a long-lasting ATMS system that can grow with the County's needs.Our team has over 35 years of experience in the traffic signal industry and includes Professional Traffic Operations Engineers,Licensed Professional Engineers,Systems Integration Specialists, network experts,licensed electricians,and experienced IMSA certified Traffic Signal Technicians. To date, Intelight has shipped over 6,000 traffic signal controllers worldwide and,through competitive evaluation processes,installed twenty new(not upgrading existing customers)Central Traffic Management Systems in just under three years. Furthermore,we continue to be shortlisted in the top three scoring providers for all publically posted requests for proposals across North America.Although Intelight is a relatively new provider in the North American traffic signal industry we have decades of direct experience amongst our key staff. 2 Intelight's President Craig C.Gardner,PE,has been providing traffic management and operations solutions in the form of local controller software and central systems for over 30 years.Our highly qualified software/hardware engineering and support services staff has significant experience in both local and central control software and the ability to apply innovative and unique,cost effective solutions in an efficient time frame.Specifically,Mr.Gardner's career experience in software design and development has included primary responsibility for several large signal system projects including: • New York City(10,000 int.) • City of Los Angeles(3,500 intersections) • Las Vegas, Nevada (1,600 int.) • Beijing,China (6,000 int.) 3.2.1 Supporting Office(s) The current office locations and total number of staff for each team member are listed below: Company Office Locations Total No, Employees Sanford,Florida(Corp HO.) Annapolis,MD Atlanta,Georgia Dulles,Virginia Control Technologies, Harrisonburg,Virginia 52 Total Inc. Houston,Texas Virginia Beach,VA Subsidiaries; Salem,Oregon(KarGor,Inc.) Temecula,California(CT West) Tucson,AZ(HQ), Seattle,WA Intelight,Inc. Atlanta,GA 31 Total Phoenix,AZ St Louis,MO 3.2.1.1 Control Technologies Control Technologies(CT)will be the Prime Bidder on this Project and the primary point of contact.CT has been involved in the Traffic Signal and Intelligent Transportation Systems(ITS)arena for over 36 years.CT,including it's subsidiaries Kargor and CT-West,cover a large portion of the United States and in many of those areas we are the Distributor of Intelight Products.CT offices include sales representatives and technical personnel to insure customers'long term product support. Many of our 3 employees have over thirty years experience in the traffic industry,as you will see from resume's included in Tab V. 3,2.1.2 Intelight, rc. Intelight will provide the first level of manufacturer support and troubleshooting from its regional office in Atlanta,GA.This office is staffed by Mike Clance, Intelight's Eastern Regional Manager with over 30 years of experience,and Whitney Nottage,PE,a Senior Traffic Engineer with more than 8 years of experience in the traffic industry. Additional Intelight hardware support will be provided by the engineering staff located at the corporate office and manufacturing facility located in Tucson,AZ.Additional software support will be provided by the systems development and services staff located in Seattle,WA. 3.3 Relevant Experience 3.3.1 Control Technologies The Projects listed in Section 3.5.1 below have many similarities with the requirements of the Collier County ATMS Software and Controller Update Proposal and are therefore extremely relevant.They all require the following features or capabilities: 1.Modem ATC Controllers to replace older legacy equipment. 2.Conversion of older Controller databases to the ATC Standard MaxTime Software. 3.Installation and integration of MaxView Central ATMS Software,with the exception of Tallahassee. 4.Technical familiarity and comfort with the Intelight hardware and software to facilitate assistance to the maintaining agency. 5.Technical training of software and hardware training including"hands on" programming. 3.3.2 Intelight, Inc. We proudly present the following projects showing our capability to provide large-scale,world-class, modern solutions to agencies that strive for world class operations. 3.3.2.1 Georgia Department of Transportation:Supply of MaxView Central System,207010 CPU hardware with MaxTime Software, Database Conversion,and Integration Support - Intelight is supplying the Georgia Department of Agencies I Georgia Department of Transportation transportation(GDOT)and local agencies with (and all agencies statewide) multiple MaxView central traffic management Contact (Alan Davis,PE,PTOE Title (State Signal Engineer systems to support over 9,000 traffic signal Phone 1404-635-2832 controllers statewide.The project is also upgrading Email 1 Aladavis@dot.ga.gov the existing controller CPU's to an Intelight 1C CPU module with a turn-key deployment including full database conversions, CPU programming,testing,and installing;and MaxView system configuration.We are providing a complete solution that modernizes the State's traffic signal controller hardware and software along with the central system software. 4 The GDOT system being provided requires usability by several local agencies and consultants alike.The system will be configured such that users will see all signals,agencies will have editing rights on their signals,and consultants the state contracts for maintenance will have editing rights on the signals they operate and maintain,while the state will have editing and administration rights on all signals.Being a statewide deployment, Intelight is assisting the state in stakeholder coordination—reaching out to all local agencies around the state to educate the agencies on the system being provided and coordinating the installation. Intelight will be doing the intersection configurations within MaxView including intersection graphics,intersection phasing, intersection grouping,user groups and permissions,alarm configuration, etc. :.3.1 2 Utah Department of Transportation:Supply of MaxView Central Software System, MaxTime Local Controller Software, and Traffic Signal Controller Hardware The Utah Department of Transportation(UDOT) selected Intelight to supply our Central Software Agencies lUtah Department of Transportation and System, Local Controller Software,and controller all agencies statewide E hardware through competitive Request for Contact IMark Taylor,P.E. Title IDirectorTrafficSignal Signal Operations Proposal process.The MaxView central system is Phone 1801.887.3714 replacing the State's current i2 Central System and Email I mark.taylor@utah.gov will communicate with a combination of Intelight MaxTime, Econolite ASC/3,and Econolite Cobalt controllers. Under this contract the State is also replacing all existing Siemens and Econolite ASC/2 controllers with Intelight ATC controllers running MaxTime local controller software.The MaxView system has been installed and currently has over 1,600 traffic signals. UDOT is a nationally recognized for providing world-class operations to the people of Utah through the use of active system and signal management,installing and maintaining innovative products based on the latest technology available,and by"thinking outside the box". Intelight is excited to partner with UDOT to help them continue their vision as well as gain invaluable input for feature development and system enhancements. UDOT selected Intelight based on our use of current IT industry technology,willingness to collaborate with our customers to drive useful and effective software development,customer based support model, and our longstanding support of open standards such as NTCIP and ATC platforms. 3.3.2.3 City of Tucson,AZ:Supply of Max View Central System, Traffic Signal Controllers, integration Support Intelight supplied the City of Tucson with a MaxView central or Agencies 'City of Tucson ' traffic management system to support over 600 Econolite incl.AZDOT Southern Region ASC/2 and ASC/3 traffic signal controllers.The MaxView Contact I Michael Hicks Title I ITS Manager system was installed to fully manage controllers from multiple Phone 1520.837.6666 manufacturers.This open solution allows the City to perform a Email I michael.hicks@tucsonaz.gov more cost-effective upgrade over competing products of a - proprietary nature.Per the agency's request,the MaxView system was easily installed by the customer.In fact,the customer required significantly less support than anticipated due to the simple packaging and ease of the MaxView system configuration. Intelight 5 provided full upload/download support for the Econolite controllers via NTCIP communications for no additional license or development fees.Through this project,Tucson has also begun evaluating Intelight signal controllers running MaxTime local Intersection software. 3.3.2.4 City of Peoria,AZ:Advanced Transportation Controller(ATC)Hardware, NTCJP Compliant Ramp Meter Controller Software, Custom Software and ATCApplication Development Services Intelight supplied the City of Peoria with a MaxView Central System to communicate with Agencies I City of Peoria 150+ASC/2 and ASC/3 Controllers over NTCIP (Full Contact !Steve McKenzie Support).The City is now beginning to purchase Title (Assistant City Traffic Engineer Phone (623-773-77944 Intelight Controllers for new signals. Email Isteve.mckenzie@peoriaaz.gov 3.3.2.5 City of Santa Monica, CA:Advanced Transportation Controller(ATC)Hardware, NTCP Compliant Ramp Meter Controller Software, Custom Software and ATC Application Development Services .---. - v. --- Intelight supplied the City of Santa Monica with a Agencies I City of Santa Monica MaxView Central System to communicate with 175 Contact !Andrew Maxlmous BiTrans 170 controllers over AB3418;added multiple Title !Traffic Operations Engineer "add-on"features for the customer inclusive in the Phone 1310-458-8411 original price—Q1/2013 Email I Andrew.maxlmous@smgov.net 3.4 Additional Projects In addition to the projects detailed above,below is a list of additional(but not inclusive) projects. References can be provided upon request. Agency/Ins titution Scope of Equipment/Services Supply of a MaxView System with 100 Intelight NEMA controllers with San Clemente,CA t MaxTime to replace a longstanding PEEK system and controller installation Arlington County,VA Supply of MaxView Central System and NEMA controllers for 300 intersections. Supply of MaxView Central System to communicate with a variety of controller types.Irtelight is adding NTCIP support for VMS signs under this project City of Anaheim,CA Anaheim is unique in that they have been running multiple manufacturers systems for 10+years. 3.5 Current Projects 3. .1 Control Technologies Previous and Existing Projects that we have teamed with Intelight include but are not limited to: 6 1.City of Tallahassee-CT was the Prime Bidder and Intelight provided equipment and software support. CT Technical Personnel converted and installed the traffic signal databases in the new 2070ATC Controllers which replaced the legacy 170 Controllers.CT teams field installed the new Controllers with City personnel's assistance. 2.Arlington,Virginia- Intelight was the Prime Bidder and CT subcontracted database conversion and Controller field installation.This Project consists of over 250 NEMA TS2-2 Model X3 Controllers with MaxTime Controller Software.The legacy Controllers were Siemens M50 units.Also included in this project was MaxView ATMS Central Software. 3.Georgia DOT-Intelight was Prime Bidder and CT provides technical and sales support from our Atlanta office on this significant project.The project will include @ 9,500 Intersections of MaxTime local controller software with Intelight Model 2070-1C Processor Modules.The project includes approximately 50 MaxView central systems across the state. The project also includes to date several hundred Intelight 2070LC Controllers.CT staff provides Controller installation support as well as equipment/software trouble shooting when required. 4.Charleston S.C.-CT is Prime Bidder and Intelight supplies Controllers and Software.CT personnel do the database conversions from the legacy 170E Controllers and field installation.The project also Includes a MaxView Central System and currently has 150 Controllers on line which will expand to about 300 upon completion. 5. San Clemente,CA—CT West was the Prime Bidder and Intelight provided equipment and software. The project included a new MaxView central system and 67 new NEMA TS2-2 controllers.CT staff provided timing database conversions,testing of new controllers,and installation of the new controllers with the assistance of City personnel.CT staff also provided assistance to the City and their consultant in fine tuning the coordination timing along the corridors. 3.5.2 Intelight, Inc. #of Final Change Start End Original Project Orders Project Description Date Date Budget Cost Tallahassee,FL-CT and Intelight supplied 2070LDX controllers with MaxTime software for over 350 Intersections.Team members were responsible for converting signal timing databases from the BiTrans firmware to the Intelight MaxTime format. CT team also installed all the 2070LDX controllers at the specific intersections over the course of one Not 0 weekend. Mar-16 Dec-16_ $984,000.00 Completed 7 #of Final Change Start End Original Project Orders Project Description Date Date Budget Cost Arlington County,VA Advanced Adaptive Traffic Management System(AATMS)-CT and Intelight are supplying a MaxView Central System and NEMA controllers and ATC engine boards for 300 intersections.Team members have been responsible for converting signal timing databases from the Siemens SEPAC firmware format to the Intelight MaxTime format,for deploying the new controllers and engine boards in the field and for integrating the updated Intersections into the MaxView Not 0 system. Apr-15 Apr-20 $369,641.00 Completed Georgia Department of Transportation(GDOT) Statewide Traffic Signal Software—Intelight is supplying the Georgia Department of Transportation(GDOT)with a MaxVlew central traffic management system to support over 9,000 traffic signal controllers.The project is also upgrading the existing controller CPU's to an Intelight 1C CPU module with a turn-key deployment including full database conversions;CPU programming,testing,and Installing;and MaxView system configuration. We are providing a complete solution that modernizes the State's traffic signal controller hardware and software along with the central Not 0 system software. Sep-15 Sep-20 $12,000,000.00 Completed City of Charleston,SC—CT and Intelight are supplying a MaxView Central System,Intelight 2070-LDX(ATC)controllers,and MaxTime local controller software.The Intelight solution is replacing a long-standing McCain 170 installation.Team members are responsible for converting signal timing databases,deploying the new controllers and integrating the updated intersections into the MaxView Not 0 system. Jul-14 Jul-24 $372,660.00 Completed City of Santa Monica,CA—Intelight supplied the City of Santa Monica with a MaxVlew Central System to communicate with 175 BiTrans 170 controllers over AB3418;Intelight integrated the controller and added multiple "add-on"features for the customer inclusive in 0 the original price. Oct-12 Oct-17 $124,430.00 $124,430.00 8 #of Final Change Start End Original Project Orders Project Description Date Date Budget Cost Utah Department of Transportation(UDOT) Central Traffic Control System—The Utah Department of Transportation(UDOT)selected Intelight to supply central system software, local controller software,and controller hardware through competitive Request for Proposal process.The MaxView central system is replacing the State's current 12 Central System and will communicate with a combination of Intelight MaxTime,ASC3,and Cobalt controllers.Under this contract the State is also replacing all existing Siemens and ASC2 controllers with Intelight ATC controllers running MaxTime local controller software.The MaxView system has been installed and currently has over 1,600 traffic signals online with the remaining signals scheduled for full Integration within the next 6 months.UDOT is using a local consultant company in addition to Intelight support to provide turn-key integration of each controller into the MaxView Not 0 system. Jul-14 Jul-24 $859,700.00 Completed City of Tucson,AZ—Intelight supplied the City of Tucson with a MaxView central traffic management system to support over 600 Econolite ASC/2 and ASC/3 traffic signal controllers.The MaxView system was installed to fully manage controllers from multiple manufacturers.This open solution allows the City to perform a more cost-effective upgrade over competing products of a proprietary nature. Per the agency's request,the MaxView system was easily Installed by the customer.In fact,the customer required significantly less support than anticipated due to the simple packaging and ease of the MaxView system configuration.Intelight provided full upload/download support for the 3rd party controllers via NTCIP communications for no additional license or development fees. Through this project,Tucson has also begun evaluating Intelight signal controllers running Not 0 MaxTime local intersection software. Oct-14 Oct-19 $750,000.00 Completed Minnesota Department of Transportation (MnDOT)Central Traffic Signal Control System —Intelight is the Minnesota Department of Transportation(MnDOT)with a MaxView central traffic management system to support Not 0 over 2,000 traffic signal controllers. Aug-16 Aug-21 Negotiating completed 9 #of Final Change Start End Original Project Orders Project Description Date Date Budget Cost City of Peoria,AZ—Intelight supplied the City of Peoria with a MaxView Central System to communicate with 150+ASC/2 and ASC/3 controllers over NTCIP(Full Support).The City is now beginning to purchase Intelight Not 0 Controllers for new signals. Jun-13 Jun-17 $234,350.00 Completed Cities of Dallas,Fort Worth and Richardson,TX —Intelight was selected to supply over 2,200 Intersections of MaxTime local software and ATC controllers.Currently over 300 controllers Not 0 installed with 1,900 planned for the next year. Jan-12 Ongoing $3,000,000.00 Completed 10 fa • IV C • st of Services to the County Tab IV- Cost of Services to the County Date: 01-24-2017 Project: RFP 16-7034 ATMS Software and Controller Update Work Description: Control Technologies is a supplier and integrator of Traffic Control Equipment. Our technical capabilities include database conversions, field installation, and software integration. On this project we will be supplying Intelight Traffic Controllers and Software. We are not a Consultant and we do not have billable hours, fee schedules, or cost overruns. We provide fixed pricing for equipment and tasks provided. The anticipated project duration is included in the Project Schedule in Section 2.5. Pricing Item Description Quantity Cost Each Extension 1. Intelight X3 Controller with 310 $2,225.00 $689,750.00 MaxTime Software 2. MaxView Central Software 1 $186,000.00 $186,000.00 License, County Wide 3. System Servers with SQL 2 $8,500.00 $17,000.00 4. Workstations 3 $4,000.00 $12,000.00 5. MaxTime Software Training 2 Days $1,500.00 $3,000.00 6. MaxView Software Training 2 Days $1,500.00 $3,000.00 7. Supply and Install "D" Cable 15 $500.00 $7,500.00 8. Extended Hardware Warranty 310 $100.00 $31,000.00 9. MS2 System Integration 1 $5,000.00 $5,000.00 Project Total $ 954,250.00 1 Options: Item Description Quantity Cost Each Extension 10. MaxAdapt Controller Software each $4,200.00 $4,200.00 Per Intersection 11. Asset Management Module 1 $5,000.00 $5,000.00 12. MaxView Limited License 1 $840.00 $840.00 Per Intersection, 100 Minimum Pricing notes: 1. Item #2 includes County License for a maximum of 315 Intersections. Pricing includes license rights for the geographical extents of Collier County. Also includes software upgrades, including maintenance and functionality. Upgrades will be provided at NO COST during initial and extended warranty periods. 2. Items#5 and #6 include all travel costs and per diem. 3. MaxView License includes integration of ITS Device protocol including CCTV(Onvif), DMS, Detection Data and Weather Stations. 2 Tab V Previous Performance On Similar Projects Tab V- Previous Performance on Similar Projects 5.1 Project Team J Organization Chart Figure 5-1 below shows the organizational chart for the Control Technologies and Intelight,Inc.staff that will support this project. Details on each staff members'experience are provided in the following sections. 1 r . _ Principal in Charge; Principal in Charge (Control (Intelight) Technologies) Craig Gardner,PE Mike Day ) Software Engineering East Coast Support Project Manager Manager Bill BrownMike Clance Grant Gardner 1 r s Professional Staff Technical Staff Support Staff Support Staff 4 6 . S Senior Developers ; 3 Senior Technicians Figure 5-1-Organizational Chart 5.2 Control Technologies 5.2.1 Mike Day(President, CT(Office /Residence—Sanford, ft) Michael Day,who will serve at CT's principal-In-Charge, has been active in the traffic control arena for over 35 years. His companies have also participated in the Intelligent Transportation Systems(ITS) marketplace. Michael holds the following executive positions: • President—Control Technologies,Sanford, Florida o Satellite Offices in Virginia, North Carolina, Georgia,Texas • President—CT West,Temecula,California • President—KarGor,Salem,Oregon and Seattle,Washington • President—Lighting Technologies,Pensacola, Florida Milestones: 1 • 1980-Incorporated Control Technologies • 2005-Incorporated Lighting Technologies • 2009-Purchased KarGor—Salem,Oregon • 2010-Incorporated CT West—San Diego,California • 2011-Purchased Southern Manufacturing—Partnership • 2003-Institute of Traffic Engineers Professional of the Year • 2006-ITE Nat Rambo Award of Excellence • Member—Intelligent Transportation Society of America • Member—International Municipal Signal Association • Past President—Associated Business Division of FSITE 5.2.2 Bill Brown Bill Brown, who will serve as CT's Local Project Manager, more than 38 years of experience in the Transportation Industry ranging from signal maintenance to executive management.This experience includes service in the public sector as well as the private sector. He has spent 8 years as an executive for a major manufacturer of traffic control equipment with oversight of Sales, Marketing, Business Development, Engineering(Software and Hardware),Technical Services and System Integration. He was the Project Manager on the SANDAG Regional Arterial Management System in San Diego on this million dollar project as well as other multi-million dollar projects. He is currently Vice President of Control Technologies and has Engineering,Operational,Project Management and Business responsibilities. Mr. Brown has assumed the responsibility of company liaison between the CT family of companies and Intelight ITS, RIR ITS, EDI,Acyclica, Earnest Products,and Lighting Technologies.This task allows him direct access to the companies Engineering, R&D,Sales,and Marketing staff. His responsibility also requires him to provide regular reports to the companies on the activities both positive and negative and solutions to any issue that occurs. 5.2.3 Charles Kimbrough Charles Kimbrough is the Technical Support Manager for Control Technologies' Mid Atlantic territory and will serve as a local field cabinet/controller specialist for this project. He has 16 years of traffic signal experience along with a degree in Biblical Studies and a certification as an IMSA Level III traffic signal technician.Charles takes care of the end user by installing new equipment and by teaching training classes on how to use and maintain their equipment.He specializes in vehicle detection with the use of optical and thermal camera units,but has experience with most types of traffic signal equipment. 5.2.4 Mike Travers Mike Travers has over 30 years of experience in deploying and integrating small and large-scale computerized traffic control systems and will be responsible for installing the MaxView central software (ATMS),converting existing controller databases into Intelight's MaxTime local controller format,and working with City IT staff to ensure Intelight compatibility with the Fredericksburg communication network. He is an accomplished specialist in seamlessly transitioning from one generation of traffic control equipment to newer generations with seemingly very different architectures. 2 5.2.5 Pete Ganci Pete Ganci has been employed by Control Technologies since June of 2016 as Sales Engineer. Prior to his current position he spent 4 years managing the Transportation Market for Emerson Network Power Surge Protection where much of his time was spent in the field trouble shooting problematic sites across the country.Spending such extensive time in the field has provided Pete experience with NEMA TS1/TS2,170,2070 cabinet assemblies,video detection, ITS field equipment,surge protection,and grounding&bonding. 5.2.6 Bryan Kaeser Bryan Kaeser has been employed by Control Technologies since October 1980. Originally working in Cabinet assembly/testing, Bryan has been involved in various stages manufacturing,equipment testing, field installations,customer support,and technical product training. Bryan has extensive experience with NEMA TS1/TS2, 170 cabinet assemblies, 2070 cabinet assemblies,video detection,wireless communications,and ITS field equipment integration.The position of Senior Technical Supervisor for Control Technologies has lead Bryan to deal with numerous design/implementation, project management,&training assignments for major ITS projects. 5.2.7 Ilawie Levings Howard Levings has been in the traffic signal industry since 1971. He started with the New York State traffic engineering division as a SIGNAL TECH LEVEL I. In his years of experience, he was responsible for repairing various types of traffic control units such as D4000 Econolite 8 phase controllers,automatic signal 8 phase and 4 phase control units.He also was a field supervisor to a number of crews,whose job was to oversee the Installation of new traffic signals and ensure that they were installed as per the engineering plans. He has extensive knowledge of the operation and programming TS1/TS2 Controllers and their associated cabinets and equipment. In 1989,he was promoted to Broward County South Area Traffic Supervisor, in which his responsibilities were to assign and schedule job assignments and respond to any out of the ordinary emergencies. In 2007,after 32 years of service, he retired from Broward County's Traffic Engineering. In 2009, he extended his career in traffic work as an employee with Control Technologies up until the present. 5.2.8 Bobby McGraw Bobby McGraw has been employed by Control Technologies since May 2009. Mr. McGraw has 16 years of work experience in the ITS/ATMS/Traffic Signal System arena.Coming out of 20 years of service with the United States Marine Corps, Bobby began working with the Georgia Department of Transportation(GDOT)as a TMC Console Operator. He rose quickly through the ranks,to become a TMC Operations Manager by 2004.After having established his technical expertise,he moved on to become the ITS Maintenance Manager in 2006. He finished his career with GDOT as the Telvent ITS Maintenance Manager. His technical skill set put him in a position to lead the Georgia regional office for Control Technologies in providing clients with expertise in the design,installation, integration,and upgrade of major Intelligent Transportation Systems throughout the southeast United States. 3 5.3 Intelight, Inc. 5.3.1 Craig C. Gardner, PE Craig C. Gardner,P.E.,will serve as the Intelight's Principal-in-Charge for this project.As President of Intelight, Inc.Craig has over 30 years of experience in the traffic signal industry and has been a leading innovator in developing and deploying traffic signal controller and central system software.Craig will provide valuable expertise and guidance for integration and deployment problems, if any should occur, and prioritizing staff time to ensure the agencies'needs are addressed accurately in a reasonable time. Specifically, Mr.Gardner's career experience in software design and development has included primary responsibility for several large signal system projects including: • Utah Department of Transportation(2000 intersections) • Georgia Department of Transportation (up to 9000 intersections) • City of Tucson,Arizona(700 intersections) • New York City(10,000 int.) • City of Los Angeles(3,500 intersections) • Las Vegas, Nevada (1,600 int.) • Beijing,China (6,000 int.) 5.3.2 Michael Clance Mike Glance is Intelight's Eastern Regional Manager and supervises the daily operations of Intelight's projects across the country. He will be the East Coast Support Manager for this project and will provide the agency with an Intelight contact that can be on-site for support or meetings within short notice. Mr. Glance has thirty years of experience as a software engineer, solutions architect,systems integrator, project manager and product manager. In these roles he has been responsible for managing software development projects and software engineering teams,both locally and internationally. He has also been responsible for managing customer relations and delivering and implementing software development projects for these customers. Mr.Clance has been a leader of software development teams,testing and system installation and integration teams for traffic management software.He has extensive experience in systems design,software design and development,system integration and troubleshooting and debugging. Mr. Clance graduated from Oglethorpe University(Atlanta)in 1988 with a Bachelor of Science degree in Biology with a minor in Chemistry.Mr.Glance is a current member of ITE and ITS America and is involved in several Transportation Research Board (TRB)committees. 5.3.3 Grant Gardner Grant Gardner is Intelight's Chief Technology Officer and has over eight years of successful software management experience in the technology industry.Grant will serve as the Software Engineering Manager for this project.Grant has extensive experience managing and driving large-scale software projects,with a strong track record of delivering high quality and on time releases to millions of customers.Previously at Microsoft,Grant was in charge of managing and delivering multiple complex software projects,including coordinating releases of the company's Windows Phone software product across multiple OEM partners.After Microsoft,Grant joined Intelight as the Development Manager of the MaxTime and MaxView®software programs. Building on his industry leading experience at 4 Microsoft,Grant now manages the day-to-day software operations and process at Intelight and is responsible for driving and delivering the company's MaxTime and MaxView'software releases and roadmap. 5.3.4 Whitney Nottage- Senior Traffic Engineer Whitney Nottage has 10 years of engineering experience and has been a specialist in traffic engineering and operations,and intelligent transportation systems(ITS)outside plant design for approximately 8 years.Her primary focus is active arterial management,traffic operations,signal timings,signal repairs, and signal upgrade designs. Mrs. Nottage is well versed in local and regional rules and regulations pertaining to ITS and traffic. 5.3.5 Dave Lewis- Local Technical Support Dave is Intelight's Regional Manager for Texas and is responsible for managing sales,service and support in the state and surrounding areas.Dave also provides support for other areas of the country.Dave also conducts formal training for Intelight signal system software products as well as 3rd party devices as needed. He has managed,integrated and provided support for multiple small and large signal system installations over the past 16 years. 5.4 Team Responsibilities 5.4.1 Control Technologies Team Member Responsibilities 1. Mike Day- President Executive Oversight and scheduling. Mike will be responsible for manpower allocation, purchasing oversight and technical resource management. 2. Bill Brown-Vice-President Bill will provide primary Project Management, scheduling, delivery and customer service. 3. Bryan Kaeser-Senior Technician. Bryan will be responsible as first contact on hardware technical issues by the customer. Bryan will also be first contact on software questions and will consult with Intelight personnel as required. 4. Howie Levings-Field Technician Howie is located in Fort Lauderdale and he will be the primary jobsite responder to the field technical issues. 5. Pete Ganci-Sales Manager Florida Pete will be the primary contact for quotations, pricing and customer service. 5 6. Mike Travers-Systems Integration Specialist Mike will be responsible for database conversion of legacy controller databases to Intelight MaxTime databases and configurations. 7. Bobby McGraw-Sales Manager Georgia Bobby will also be responsible for database conversion of legacy controller databases to Intelight MaxTime databases and configurations. 8. Charles Kimbrough-Technical Support Charles is an IMSA Level III Technician who will provide controller and software integration on an as needed basis. 6 5.4.2 Intelight Team Member Responsibilities 1. Grant Gardner—Intelight Software Development and Quality Control Grant Gardner is intelight's Chief Technology Officer and is also responsible for security in Intelight. Grant has over eight years of successful software management experience in the technology industry. He will serve as the Software Development and Quality Control Manager for this project. 2. Mike Clance—Intelight Project Management and Training Mike Clance is Intelight's Eastern Regional Manager and supervises the daily operations of Intelight's projects across the country. He will be the Intelight Project Manager for this project. Mr. Clance will also provide the training on the MaxView ATMS Central System software. 3. Whitney Nottage—Intelight Support, 1 roubleshooting and raining Whitney Nottage, PE, IMSA Level II is a Senior Traffic Engineer at Intelight and will assist the project team to provide software and hardware troubleshooting and support for this project. Ms. Nottage will also provide training on the MaxTime local controller software. 4. Dave Lewis— Intelight Local Support, Troubleshooting and Training Dave Lewis, IMSA Level Ill is a Regional Sales and Support Manager at Intelight and will assist the project team by providing software troubleshooting and support for this project, along with training on the MaxTime local controller software. 5.5 The following pages contain resumes for the pertinent Control Technologies and Intelight team members. 7 Bill Brown — Protect Management Professional Experience Mr. Brown has more than 38 years of experience in the Transportation Industry ranging from signal maintenance to executive management. This experience includes service in the public sector as well as the private sector. He has spent 8 years as an executive for a major manufacturer of traffic control equipment with oversight of Sales, Marketing, Business Development, Engineering (Software and Hardware), Technical Services and System Integration. He was the Project Manager on the SANDAG Regional Arterial Management System in San Diego on this million dollar project as well as other multi-million dollar projects. He is currently Vice President of Control Technologies and has Engineering, Operational, Project Management and Business responsibilities. Mr. Brown has assumed the responsibility of company liaison between the CT family of companies and Intelight ITS, FLIR ITS, EDI, Acyclica, Earnest Products, and Lighting Technologies.This task allows him direct access to the companies Engineering, R& D, Sales, and Marketing staff. His responsibility also requires him to provide regular reports to the companies on the activities both positive and negative and solutions to any issue that occurs. Control Technologies - May 2011 to Present-Vice President As Control Technologies Vice President, Mr. Brown has responsibilities for the engineering, operations, project management(internal &external) and business activities. Under the project management part of his responsibilities, this includes internal projects as it relates to product development for use within the transportation control area and other major business items that require someone driving the project through to completion. On the external projects, these are customer driven projects that require the organizational skills to manage the customer expectations and the company resources to bring these projects to completion on-time and on-budget. One of these projects is: City of Tallahassee, Florida—Traffic Controller Upgrade Project o 350 Intelight 207OLDX Controllers with MaxTime Local Firmware o Timing Conversion of existing controller databases to MaxTime McCain Inc. — March 2002 to February 2011 —Vice President Mr. Brown spent 8 years as a senior level executive for a major manufacturer of traffic control equipment with oversight of Sales, Marketing, Business Development, Engineering (Software and Hardware), Technical Services and System Integration. He was the Project Manager on several high-profile projects in excess of$ 1,000,000.00 to ensure the customer had the attention of the executive management team. He also oversaw many internal engineering projects with the organization. He reported regularly to the senior management team and to the Board of Directors the status of each project from an on-time, on-budget perspective. A few of these projects include: - San Diego Association of Governments (SANDAG)—San Diego, California- Regional Arterial Management System Project o Development and Implementation of a County-Wide Central Software package o Project was over$ 1,000,000.00 o This project brought all agencies within San Diego County(including Caftans) into 1 central software package that allowed cross jurisdictional operation of signalized corridors for better traffic flow, driver safety, and emergency regional response. King County Metro Transit--Seattle,Washington—Transit Signal Priority Project o Development and Implementation of Transit Signal Priority System along various transit routes. o This project was over$2,000,000.00 o This project was a multi-faceted project with software and hardware development and testing before field deployment. The TSP units were deployed in specially designed traffic cabinets that allowed the Transit operators to have access to their equipment without having access to the traffic control equipment. City of Temecula —July 2000 to March 2002—Traffic Signal Operations Manager As the traffic signal operations manager, Mr. Brown was responsible for developing and implementing the cities signal maintenance program. This included staffing, budgeting, procurement of needed equipment, and reporting/presenting the progress to City Council and City Manager. After a few months, the city funded a Traffic Management Center, so this was added to Mr. Brown's responsibility to develop and build. During this time the city installed through public and private funding 75 signalized intersections. Mr. Brown was responsible for plan check, contract review, on-site inspection of the construction, and project acceptance. One of these projects is: City of Temecula, California—City-Wide Fiber Communications and Monitoring System o Installation of a city-wide fiber optic communication system and CCTV installation at 10 locations. This included hook-up to the new city TMC. o This project was over$ 750,000.000 o This project included over 20 miles of single-mode fiber optic cable in conduit along the major arterials within the city.limits. As one of the first fiber-optic infrastructure systems in Riverside County, this project was very high-profile. This project had regular updates/presentations to the City Council and this project was brought in 2 months early and on-budget with no major issues to resolve during the construction phase. CONTROL TECHNOLOGIES Charles ii rou Years of Experience 19 Registrations and Certifications International Municipal Signal Association (IMSA)Signs and Road Markings International Municipal Signal Association(IMSA) Level I, II and III Field Technician Commercial Vehicle Driver's License,VA Experience Summary Traffic signal technician with over 19 years of hands-on experience. Provides day-to-day technical support for all direct sales personnel, dealers,contractors and agency customers. Acts as a local technical point of contact to troubleshoot issues. Before coming to Control Technologies in 2001, spent almost 4 years as a traffic signal technician with the City of Harrisonburg,VA where duties included the installation of new and maintenance of over 90 signalized intersections. Served as an on-call technician for much of the time. Also provides product training directly to customers. Related Experience • Arlington County,VA- Field support to swap out legacy NEMA controllers with new ATC Intelight X1 &X2 controllers at up to 200 intersections(total final project count will include 300 intersections). Confirming communications back to Traffic Ops Center via IP communications and any necessary troubleshooting. • Field Installation/Troubleshooting- Provides onsite installation support for over 25 local agencies in DC, MD&VA at over 1,500 signalized intersections over the past 10 years. • Product experience includes: o Video/Thermal vehicle detection systems o Video/Thermal pedestrian detection systems o Battery Back Up systems o NEMA/170/2070 cabinets and controllers o Accessible Pedestrian Signals o Pedestrian crosswalk&school zone safety systems MICHAEL L. TRAVERS Project Manager PROFESSIONAL EXPERIENCE Mr. Travers has a broad background in traffic control system implementation and integration, operation, maintenance and support. Control Technologies — May 2006 to present - ITS Technical Specialist — responsible for project management of ITS projects and for technical support on system integration issues. Projects include integration of McCain/BI Tran local firmware with Kimley-Hom KITS central software in the Miami-Dade and Tallahassee ATMS systems, upgrade of the Charleston traffic operations center and QuicNet central traffic signal management software. Mr. Travers is currently involved in upgrading to AASHTO/NEMA/ITS standard ATC controllers and NTCIP based central software in Arlington, VA, Beaufort, SC, and Charleston, SC. He is a specialist in transitioning from older technology based TS-2, 2070, and 170 systems to ATC based platforms seamlessly and smoothly, often managing to keep one integrated central system functional for all devices during the transition period. Contract Work — Durham Traffic Signal Control System — April 2006 to March 2007 (estimated) Provide contract close out and technical support to McCain for the Durham Traffic Signal Control System. Responsibilities included general project management, on-site technical support, software validation and acceptance testing, and review of delivered product for compliance with project specifications. McCain— 2004 to April 2006 -Vice President of Operations—BI Tran Systems Responsible for overall operations of BI Tran Systems division of McCain. BI Tran is a leading system provider of 2070 and 170 based traffic control systems. Responsibilities included supervision of day-to-day operations if the BI Tran software development group, development of plan for transition from former management and firmware development staff to new staff and integration with McCain hardware operations, and oversight of development of the QuicNet product. DMJM+HARRIS—2000 to 2004—Operational Support Manager Responsible for Operational Support of the District of Columbia's Transportation Management Center. System operates 1500 signalized intersections, detector stations, roadway temperature sensors, and traffic surveillance cameras. Supervised a staff of 20 engineers and technicians who provide day-to-day technical support of TMC operations. Supervised renovation of current traffic control center facilities; design, implementation, and integration of new integrated Snow Command and Auxiliary Traffic Management Center. Performed fast track deployment of 100 CCTV traffic surveillance cameras using DSL technology over existing twisted pair cable infrastructure; and integration of CCTV operations with current QuicNet traffic signal management system. Design, deployment and integration were completed within 1 year after Notice to Proceed. Reviewed technical issues related to planned upgrade of District's transportation management system and installation of citywide fiber optic communications backbone. BI Tran Systems, Inc. - 1992 to 2000 Project Manager Provided project management on field support for a variety of BI Tran projects on the east coast. Projects included the Washington, DC Y2K Upgrade - Responsible for replacement of UTCS traffic control system with a server-based traffic control system. Fast-track project was completed in 9 months from Notice to Proceed. Tasks included purchase and installation of all new central control equipment, customization of BI Tran's standard QuicNet central control software to meet District requirements, enhancement and replacement of local control software at approximately 1400 intersections, and development of system and intersection graphics. Project completed on time and on budget. Page 1 of 3 Project Manager - New York State INFORM Upgrade - Upgrade of Intersection and Freeway Management System composed of Intersection Controllers, Ramp Meters, Detector Surveillance Stations, Variable Message Signs, and Closed Circuit TV. Existing coax and MicroVAX based system was replaced with SONET based fiber optic communications plant and Windows NT based servers and workstations. Implemented facility for exchanging traffic data between TransCore freeway management system and BI Tran QuicNet intersection control system. Technical Manager - New York State Closed Loop System - First implementation of a statewide closed loop traffic control system. Initial phase implemented using Model 179 controllers in Long Island. Closed Loop System supports multiple workstations using existing statewide network and a combination of dial-up, direct wire, coaxial, microwave radio, and fiber optic communications backbones. Project Manager - City of Hickory, North Carolina Advanced Traffic Management System - Supply of Central Traffic Control Hardware, Central and Local Software for ATMS using fiber optic communications, networked central control system with user- friendly graphical user interface. Responsible for integration of central control system, new fiber optic communications system, and field equipment. Project Manager — City of Bridgeport Central Traffic Control System. Implemented Central Control System and supervised upgrade of local intersection control system. Provided overall system integration services and assisted construction contractor with integration of new fiber optic communications plant with traffic signal control system. Project Manager- South Carolina DOT State-wide QuicNet - Supply of statewide Model 170 controller based control system for seven districts in state. Responsible for implementation, training, and support. Project Engineer - Maryland Transportation Authority Light Rail Preemption System - Design and supply custom Model 170 controller preemption system that uses satellite based GPS location for preemption signaling and interfaces to custom third party central control computers. Project Manager - New York State Ramp Metering Project. Installation, testing, documentation and customer support for custom Model 170 local control and surveillance software on Long Island Expressway. Project Manager - 1-664 project - Hampton VA. Integration, testing, training, and documentation of custom Model 170 local tunnel control and freeway surveillance software. Project Manager - Garden State Parkway surveillance system. Duties include hardware selection, design of central software, installation, integration, testing, and documentation for freeway surveillance and incident detection system. Project Engineer — stem Responsible for replacement Lancaster, Control old MIST System with B Tran QuicNet System. Other duties include software maintenance of central UTCS software for city of Washington, D. C., and customer and software support of various BI Tran QuicNet and Model 170 software products. BI Tran has installed over 100 central traffic control systems throughout the United States and overseas. Farradyne Systems Inc. - 1990 to 1992 - Senior Engineer Consulting and direct support for several traffic control projects Page 2 of 3 Project Manager for pilot Oxnard, CA adaptive traffic control project- First application of SCOOT real time adaptive control to U. S. traffic control system. Responsibilities included development of communications simulation software, coordination of subcontractors, testing and integration of local and central software, and system support after installation. Project Engineer — Huntington, West Virginia MIST Traffic Control System — Responsible for implementation, integration, and deployment of first MIST central traffic control system to work with Eagle brand traffic signal controllers. Project Engineer — Lancaster, CA MIST Traffic Control System - Responsible for implementation, integration, and deployment of first MIST central traffic control system to work with Model 170 traffic signal controllers and BI Iran local intersection control software. System used a combination of twisted pair wire cable and VHF radio for communications with field units. Dynalectric Company 1982-1990 - Project Engineer, Proiect Manager Supervised subcontractor's development of Washington, D. C. UTCS software and integration with system hardware. Developed communications simulation and validation software for field and central computer systems. Supervised testing and integration of local control software with central control system. Provided system and local controller software support during 5-year construction and warranty period. Responsible for assembly, testing, installation and maintenance of 1200 Model 170 traffic signal control cabinets. Responsible for conversion of existing timing plans for use in Model 170 controllers. Software design of integrated hardware and software configuration software package used to assemble, configure, and inventory 1200 traffic signal control cabinets. Supervised subcontractor scheduling operations using Primavera CPM and IBM System/34 project management software. EDUCATION Pennsylvania State University - B. S. 1976 - Operations Management - Emphasis on Computer and Numerical Methods Page 3 of 3 CONTROL TECHNOLOGIES Control Technologies Phone 407.330.2800 2776 South Financial Court Fax 407.330.2804 Sanford,FL 32773 Technical Resume Summary: Pete Ganci has been employed by Mr. Michael R. Day, President of Control Technologies since June of 2016 as Sales Engineer. Prior to his current position he spent 4 years managing the Transportation Market for Emerson Network Power Surge Protection where much of his time was spent in the field trouble shooting problematic sites across the country. Spending such extensive time in the field has provided Pete experience with NEMA TS1/TS2, 170, 2070 cabinet assemblies,video detection, ITS field equipment, surge protection, and grounding&bonding. Education: Bachelor of Science in Engineering Technology, 2009 University of Central Florida Organizations: Intelligent Transportation Society of Florida Board of Director Certifications: Intelight ITS Control Technologies FUR ITS Eberle Design Incorporated CONTROL TECHNOLOGIES Control Technologies Phone 407,330.2800 2776 South Financial Court Fax 407.330.2804 Sanford,FL 32773 Technical Resume Summary: Bryan Kaeser has been employed by Mr. Michael R. Day, President of Control Technologies since October 1980. Originally working in Cabinet assembly/testing, Bryan has been involved in various stages manufacturing, equipment testing, field installations, customer support, and technical product training. Bryan has extensive experience with NEMA TS1/TS2, 170 cabinet assemblies, 2070 cabinet assemblies, video detection, wireless communications, and ITS field equipment integration. The position of Senior Technical Supervisor for Control Technologies has lead Bryan to deal with numerous design/implementation, project management, & training assignments for major ITS projects. Certifications: International Traffic Signal Association General Traffic Safety Specialist International Traffic Signal Association Traffic Signal Technician Level 1 International Traffic Signal Association Traffic Signal Technician Level 2 Business and Industry Services LCPS Traffic Safety In The Work Area Intelight ITS 207OLDX/TS2 Controller Software Certification Control Technologies DC552A/DC660A Traffic Controller Operation FUR ITS Certified Systems Engineer Eberle Design Incorporated Signal Monitor Training a - k z. exr CONTROLIC — TECHNO„,..„.1- 9-1C-8—+C — — . s .: K,�,ra -.. Control Technologies Phone: (407)330-2800 2776 South Financial Court Fax: (407)330-2804 Sanford,FL 32773 Technical Resume Summary: Howard Levings has been in the traffic signal industry since 1971. He started with the New York State traffic engineering division as a SIGNAL TECH LEVEL I. Promoted to SIGNAL TECH LEVEL II in 1975. During his employment,he was involved with solving traffic signal field problems. Also,worked as a bench tech repairing various types of traffic control units such as D4000 ECONOLITE 8 PHASE CONTROLLERS, AUTOMATIC SIGNAL 8 PHASE AND 4 PHASE CONTROL UNITS. Became familiar with the operation and programming of Coordination FIELD MASTERS. In 1977,he went to work for Broward County's traffic engineering as a SIGNAL TECH II was promoted to Signal Tech III in 1984. As Tech III he was the field supervisor to a number of crews, whose job was to oversee the installation of new traffic signals and ensure that they were installed as per the engineering plans. He has extensive knowledge of the operation and programming TS1/TS2 Controllers and their associated cabinets and equipment. In 1989,he was promoted to Broward County South Area Traffic Supervisor, in which his responsibilities were to assign and schedule job assignments and respond to any out of the ordinary emergencies. In 1999,he was promoted to the Broward County Traffic Engineer Superintendent. In this position,he was responsible for the review and performance of his subordinate supervisors. As Superintendent one of his responsibilities was evaluating and field testing various types of equipment to be used in Broward County's Signal System. This equipment included Traffic Controllers,Traffic Boxes,TS1/TS2,and 333 type cabinets, and all makes and models of various Video Detection Units. During Broward county emergencies, such as Hurricane Wilma and Katrina,it was his responsibility to contact other Traffic Engineering Divisions throughout Florida and the United States to solicit the assistance in rebuilding our traffic system under pre- agreements of mutual assistance. In 2007, after 32 years of service,he retired from Broward County's Traffic Engineering. In 2009,he extended his career in traffic work as an employee with Control Technologies up until the present. Technical Information Associates Degree:RCA Institute,Electronic Circuit Designs. International Traffic Signal Association Technician Level I. International Traffic Signal Association Field/Bench Technician Level II. International Traffic Signal Association Safety in the Workplace Level I. CONTROL TECHNOLOGIES Control Technologies Phone 407.330.2800 2776 South Financial Court Fax 407.330.2804 Sanford,FL 32773 Technical Resume Summary: Bobby McGraw has been employed by Mr. Michael K. Day, President of Control Technologies since May 2009. Mr. McGraw has 16 years of work experience in the ITS / ATMS / Traffic Signal System arena. Coming out of 20 years of service with the United States Marine Corps, Bobby began working with the Georgia Department of Transportation (GDOT)as a TMC Console Operator. He rose quickly through the ranks, to become a TMC Operations Manager by 2004. After having established his technical expertise, he moved on to become the ITS Maintenance Manager in 2006. He finished his career with GDOT as the Telvent ITS Maintenance Manager. His technical skill set put him in a position to lead the Georgia regional office for Control Technologies in providing clients with expertise in the design, installation, integration, and upgrade of major Intelligent Transportation Systems throughout the southeast United States. Certifications: International Traffic Signal Association General Traffic Safety Specialist International Traffic Signal Association Traffic Signal Technician Level 1 International Traffic Signal Association Traffic Signal Technician Level 2 International Traffic Signal Association Work Zone Safety Intel ight ITS 207OLDX/TS2 Controller Software Certification FLIR ITS Certified Systems Engineer Eberle Design Incorporated Signal Monitor Training Grant Gardner INTELIGHT THE INTELLIGENT TRAFFIC SOLUTION 34505 Broadmont Rd,Ste 126 Tucson,AZ 85713 USA CHIEF TECHNICAL OFFICER 520.795.8808 Education M.S. Physics, University of Washington B.A. Physics, University of California, Berkeley Years of Experience 5+years Experience Summary Grant Gardner has over 5+ years of successful software management experience in the technology industry. Before Intelight, Grant spent five years at Microsoft Corporation as a Senior Program Manager managing large scale software projects across various teams, including: Microsoft Windows Phone 7 and Microsoft Xbox. Grant has extensive experience managing and driving large scale software projects,with a strong track record of delivering high quality and on time releases to millions of customers. At Microsoft, Grant was in charge managing and delivering multiple complex software projects, including coordinating releases of the company's Windows Phone software product across multiple OEM partners. Through this and other projects at Microsoft, Grant has tested real world experience in managing and shipping software at scale to millions of users. After Microsoft, Grant joined Intelight as the Software Development Manager of the MaxTime and MaxView software programs. Building on his industry leading experience at Microsoft, Grant now manages the day-to-day software operations and process at Intelight and is responsible for driving and delivering the company's MaxTime and MaxView software releases and roadmap. Professional Experience • Intelight Corporation,Software Development Manager- MaxTime/MaxView, 2011-Present o Drive and coordinate Intelight's overall software release process and strategy. o Responsible for development and release of Intelight's MaxTime and MaxView software programs. o Plan future product roadmap across Intelight's MaxTime and MaxView software programs. • Microsoft Corporation, Program Manager,Windows Phone 7/Xbox, 2006-2011 o Delivered key Window Phone 7 application to allow users to control their Xbox gaming console directly from their mobile phone device. o Delivered overall Windows Phone 7 application versioning, multi-targeting strategy and design across WP7,XNA,SL and NETCF o Owned and delivered numerous end to end camera, photos and videos features in Windows Phone 7 software o Coordinated and drove remote development and testing of the photo and video feature area in Microsoft Advanced Technology Center in Beijing China o Delivered key elements of the Microsoft/Vodafone TPP V2 project, including landscape QVGA support, the Windows Live pivot, and Home screen extensibility in the Windows Phone 7 software A . THE E INTELLIGENT I GoH,T 1\I' '�e Clance 3450 S Broadmont Rd,Ste 126 111 YYY ,` Tucson,AZ 85713 USA REGIONAL MANAGER 520.795.8808 Education B.S.Biology with Minor in Chemistry,Oglethorpe University,Atlanta,GA Years of Experience 30+years Registrations and Certifications Member—Institute of Transportation Engineers(ITE) Pragmatic Marketing Certified Product Manager Experience Summary Mike is Intelight's Eastern Regional Manager and is responsible for managing sales, service and support in the eastern third of the United States and Canada. Mike also conducts formal training for Intelight signal system software products. He has managed and provided support for multiple small and large signal system installations over the past 25 years. Immediately prior to joining Intelight, Mr. Glance was a Principal Engineer with TransCore ITS, LLC, where he was a leader of the software development, testing and system installation and integration teams for the TransSuite® Freeway Management System(FMS)software. He has extensive experience in systems design, software design and development, system integration and troubleshooting and debugging. Prior to joining TransCore in 2012, Mr. Clance was a software developer, software development manager and project manager for transportation management systems at Kimley-Horn and Associates, Inc.and Siemens Mobility. Applicable Project Experience 4, Georgia DOT—As the local Project Manager, Mr. Glance leads the team responsible for upgrading the approximately 9,500 signal controllers in Georgia to Intelight's ATC controller with the MaxTime local controller software and the MaxVlew central system. Arlington County, VA — As Project Manager, Mr. Glance leads the team responsible for deploying Intelight's X1 controllers, MaxTime local controller software and MaxView central system in Arlington County. Wisconsin DOT Statewide ATMS - As Technical Manager, Mr. Clance managed the Software Development team responsible for maintaining and enhancing the TransSuite ATMS software used by the Wisconsin DOT. Mr. Clance managed the software development process including requirements analysis, design, coding, testing and delivery of updates and enhancements to the TransSuite software. Iowa DOT Statewide ITS Management Software(SIMS) -As Technical Manager, Mr.Clance managed the Software Development team responsible for maintaining and enhancing the TransSuite ATMS software used by the Iowa DOT. Mr. Clance managed the software development process including design,coding,testing and delivery of updates and enhancements to the TransSuite software. PTOE g,..._. INTE LIG HT Whitney Nottage, PE, PTQE THE INTE LL450S TRAFFIC Ste 26 C ON 3450 S Broadmont Rd,Ste 126 SENIOR TRAFFIC ENGINEER Tucson,AZ 85713 USA Education B.S.Civil Engineering,University of Central Florida,Orlando,FL Years of Experience 10 years Registrations and Certifications Professional Engineer—Florida (75478),Georgia (PE038657),Alabama (34187) Professional Traffic Operations Engineer(4042) IMSA Traffic Signal Field Technician, Level II FDOT AMOT Certified—Advanced Maintenance of Traffic FDOT Certified—Specifications Package Preparation Training for Consultants Member—Institute of Transportation Engineers(ITE), Intelligent Transportation Society(ITS) Experience Summary Whitney Nottage has 10 years of engineering experience and has been a specialist in traffic engineering and operations, and intelligent transportation systems(ITS)outside plant design for approximately 8 years. Her primary focus is active arterial management,traffic operations,signal timings,signal repairs, and signal upgrade designs.Mrs. Nottage is well versed in local and regional rules and regulations pertaining to ITS and traffic. Mrs.Nottage currently works for Intelight, Inc.as a senior traffic engineer.She is responsible for technical support,training,and assistance with signal timing for many Intelight customers. Mrs. Nottage also assists with testing of software releases,and technical input on software feature upgrades. Prior to working for Intelight, Mrs. Nottage worked for Atkins(formerly PBS&J) in both Georgia and Florida. In this role she served as an ITS/signals engineer providing ITS design,signal design,signal timings, ITS and signal construction engineering inspection,ITS and signal integration,and signal operations services. Applicable Project Experience • Georgia DOT Statewide Signal Software Upgrade — As the Senior Traffic Engineer, Mrs. Nottage handles the day to day responsibilities for the upgrade approximately 9,500 signal controllers in Georgia to Intelight's ATC controller with the MaxTime local controller software and the MaxView central system. She is also responsible for technical support and training for all agencies on the MaxTime local software. a Georgia DOT Regional Traffic Operations Program — As corridor manager, Mrs. Nottage was responsible for signal timings and daily operations on two corridors for a total of 60 traffic signals. • City of Sandy Springs ATMS II — As project manager and engineer of record, Mrs. Nottage was responsible for the design of an adaptive signal system for the SR9 corridor in Sandy Springs, GA. • Sarasota County ATMS — As lead designer and integrator Mrs. Nottage was responsible for designing, testing, and inspecting all aspects of a County wide ATMS system that included the upgrade of 169 traffic signals, 95 miles of fiber, and 89 CCTV cameras. t N T E L I G H T THE INTELLIGENT TRAFFIC SOLUTION David Lewis 3450 S Broadmontcso , Rd,Ste 126A Tucson,AZ 85713 USA REGIONAL SALES AND SUPPORT MANAGER 520795.8808 Education B.S.Telecommunications Management, DeVry University, Irving,TX Years of Experience 29+years Registrations and Certifications IMSA Traffic Signal Field Level 3 IMSA Traffic Signal Inspector ATSSA Florida Intermediate MOT certification Experience Summary Dave is Intelight's Regional Manager for Texas and is responsible for managing sales,service and support in the state and surrounding areas. Dave also provides support for other areas of the country. Dave teal o conducts formal training for Intelight signal system software products as well as 3 party s needed. He has managed, integrated and provided support for multiple small and large signal system installations over the past 16 years. Immediately prior to joining Intelight, Dave was the Field Engineering and Support Manager with Siemens ITS, where he was the leader of the Field Engineering group which was responsible for installing, integrating, and providing training for Siemens ITS products and software. Dave was also responsible for customer support, managing the help desk staff.The help desk was charged with solving customer problems and escalating issues to software and hardware groups as required for resolution. Prior to joining Siemens in 2010, Mr. Lewis was a Project Manager with Transcore, where he was responsible for building 7 different traffic signal systems in the Tampa, Florida area as well as managing ITS maintenance activities for both FDOT D1 and D1 including a 100 mile area of 1-75. Prior to joining Transcore, Mr. Lewis was employed as a Traffic Signal Technician for 3 different cities in the Dallas/Fort Worth area.Mr. Lewis is also an Army veteran. Applicable Project Experience * Georgia DOT - Integrated the RTOP phase one project by installing central software in adding 300 intersections to the system. Created graphics for the system and provided training to GDOT and the different agencies involved. • Georgia DOT-Integrated Scoot systems in Roswell,Sandy Springs, and Alpharetta,GA. • Various agencies, FL- Built and integrated signal systems with various vendors in Lakeland, Pinellas County,and Pasco County, FL. • With Siemens ITS-Traveled the US, Canada, and Virgin Islands installing, integrating, and provided training for Siemens ITS central systems controller software and hardware. Integration included installing and configuring switches and routers. With Transcore — Installed 1300 intersections worth of controllers and preformed approximately 3000 firmware upgrades for the Houston RCTSS system project. Tab VI References Tab VI - References The Control Technologies!Intelight Reference Requests were sent to the following previous customers and they all reported they sent the response directly to the Procurement Strategist. 1.Wayne Bryan-Traffic Engineering City of Tallahassee 2.Troy Mitchell-Traffic Engineering City of Charleston,S.C. 3.Alan Davis-Traffic Engineering Georgia D.O.T. 4. Keith Thomas-Traffic Engineering Arlington,Virginia 5.Tom Frank-Traffic Engineering San Clemente,Ca. We have no way of knowing if these documents were received by the Procurement Strategist. 1 Tab VII Acceptance of Conditions Tab VII - Acceptance of Conditions The Control Technologies/Intelight Team takes no exceptions to the general terms and conditions of RFP 16-7034,ATMS Software and Controller Update.We also take no exception to the insurance requirements or any other requirements listed in the subject RFP. 1 T • VIM Required Form Submittals Email: BrendaBrilhart@colliergov.net Telephone:(239)252-8446 Adn r is1rative .sion FAX: (239)252-6697 Pur having ADDENDUM#3 Memorandum Date: January 17, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum#3: RFP 16-7034 ATMS Software and Controller Update The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: • The due date for this RFP has been extended until 3:00 PM January 24, 2017. C: Pierre Beauvoir, Project Manager A 3 yeA iZr 1 Email: BrendaBrilhart@colliergov.net Co 7 Telephone:(239)252-8446 Acimtnistatve SeMOZS FAX: (239)252-6697 Purchasing ADDENDUM #2 Memorandum Date: January 12, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum#2 RFP 16-7034 ATMS Software and Controller Update The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Tab II: ATMS Software Functionality And Compliance (35 points/20 Page limit) In this tab, include: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed time line for completion of the project. • Include ' - -- = - -• -''• , a copy of a report as an example of work product. This should be for one of the projects listed as a reference. QUESTIONS/ANSWERS: Q: The DBE participation goal for FYs 2015-2017 is 9.91% for FHWA assisted contracts. A: The County's intent is to attempt to achieve the goal or show that they used good faith efforts to meet. Q: In Tab Il--ATMS Software Functionality And Compliance— is the report requested a report from an agency regarding their usage of our ATMS software or a sample of a report/reports generated by the software? A: Please provide sample reports that the software generates. Note: Language deleted has been strusl rough. New language has been underlined''" QC\, ` �"' ° C: Pierre Beauvoir, Project Manager ` � ��J i) tt /1?— 1 Email: BrendaBrilhart@colliergov.net Goiter' Telephone: (239)252-8446 Mn*3Str , Division FAX: (239)252-6697 Purchasing ADDENDUM#1 Memorandum Date: January 5, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: RFP 16-7034 ATMS Software and Controller Update The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: • The due date for this RFP has been extended until 3:00 PM January 19, 2017. • Revise the following Tabs and points as follows: Tab-III IV: Cost of Services to the County(10 Points/3 Page Limit) Tab IV: Previous Performance on Similar Projects(45 20 Points/5 Page Limit) Tab VI: References(10 Points) Tab VII: Acceptance of Conditions Tab VIII: Required Form Submittals C: Pierre Beauvoir, Project Manager tcra, t / 9 ! ` 1. CAL Uy Adrunetratlue Serves Departs eflt PrQ rerne t;;ervItec Ulvfsk+h Attachment 2:Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Proposal has been signed. El All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. Name of Firm: Control Technologies, Inc. Address: 2776 S. Financial Court City, State, Zip: Sanford, Fl 32773 Telephone: 407-330-2800 Email: mike@cttra h c.com Representative Signature: I, 41pr- Representative Name: Michael R. Day, President Date 1/47" 16-7034 ATMS Software&Controller Update 22 Gorier Comity Acinvostatve Servcc Department WracQreme t$e+r.ceS u:,trActi Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: RFP 16-7034 ATMS Software and Controller Update does not pose an organizational conflict as described by one of the three categories below: Biased ground rules -The firm has not set the aground rules" for affiliated past or current Collier County project Identified above(e.g.,writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity-The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information -The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit,the contractor/consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project;and, 2. Indicate if the information produced was obtained as a matter of public record (in the"sunshine")or through non-public(not in the"sunshine")conversation(s), meeting(s),document(s)and/or other means. 3. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm (employees,officers and/or agents)certifies,and hereby discloses,that,to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Control Technologies, Inc. lor. .r' 1 4 Signature and Date: Print Name: Michael R. Day Title of Signatory: President Countyof iii We.State of_ _c l o r=t�rti ............... SUBSC !BEj�AND SWORN to before me this day of .,_ UCi.r\ ,20 U by \c..Ut cr.k -R- , who is *ersonally known to me to be the 'ac } __ for the Firm, OR who produce* the following identification �" *"" - _--- �i t1 �.Yfsr �_�` - Commission-� Ex•iration Notary Public Heather A.Jensen NOTARYPUBliC i'e 1 • ••• Expires 7/17/2020 16-7034 ATMS Software&Controller Update 23 Admtrustatte Semees Department ProcSxc*rren'.SNvr.,,c's 11.,a501 Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 16-7034 ATMS Software and Controller Update Dear Commissioners: The undersigned, as Contractor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Contractor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of ail requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced Solicitation RFP 16-7034 ATMS Software and Controller Update. (Proposal Continued on Next Page) 16-7034 ATMS Software&Controller Update 24 PROPOSAL CONTINUED IN WITNESS WHEREOF,WE have hereunto subscribed our names on this q day ofTYQY\ A Cry ,20 ti in the County oft 6:.-. , in the State of --iarWA Firm's Legal Name: Control Technologies, Inc. Address: 2776 S. Financial Court City, State,Zip Code: Sanford, Fl 32773 Florida Certificate of F06515 Authority Document Number. Federal Tax Identification 59-2038877 Number CCR#or CAGE Code Telephone: 407-330-2800 FAX: 407-330-2804 i� Signature by: Michael R. Day 1 t (Typed and written) Title: President Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Grace Rudl Title: Accounts Payable/Receivables Address: City,State,ZIP Telephone: FAX: Email: grace@cttraffic.corn Office servicing Collier County to place orders (required if different from above) Contact name: Julie Neff Title: Purchasing Agent Address: City,State,ZIP Telephone: Email julie@cttraffic.com 16-7034 ATMS Software&Controller Update 25 Afirnintstrattve Serres DepartMent Vmatt Se,-. 1Dtvtsax Attachment 5: Immigration Affidavit Certification Solicitation: RFP 16-7034 ATMS Software and Controller Update This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (REP) submittals. Further, Vendors 1 Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment In the E-Verify program, may deem the Vendor/Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.G.Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the (NA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verlfy), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Control Technologies, Inc. Print Name Micha 1 R. Da Title President f as, Date ! ! I I9- _.-. Signature ...._._.-.m _.. g � 7��.. t_W... State of C k t Oi q County of SE-0(Si. The foregoing instrument was signed and acknowledged before me this '-day ofT rY..i.rcr1 ,20 ,by tY' kd-vx .t • yJtay who has produced )►1cd til \& n as identification. (Print or Type Name) (Type of Identification and Number) • 'V °-144C.).-:(1--V-1-1 I{ A Jensen Notary.PtZ4__ublic Si natu _ • NOTARYFUBCJC Printed Name of Notary Public STATE OF FLORIDA QQ- CAn1 t fi I l ;: "%_ � comm*GGO07769 Notary Commission Number/Expiration Fjtpkes 711712020 The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. 16-7034 ATMS Software&Controller Update 26 Colter County Aorrostrailve 5ervkes Cha.!intent h'rt zetret3t 5erruec OMsiw: Attachment 6:Vendor Substitute W-9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name is $ A • * $ i •• - (as shown on income tax return) Business Name (if different A a r name). Address Z/i 6 S. .0 XfafC1al Court City Sanford State FL Zip 32773 Telephone 407-330-2800 FAX 407-330-2804 Email mike@ct-traffic.com Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Ju11e@cttra 1G.Comn Email grace@cttraffic.com 2, Company Status(check only one) Individual/Sole Proprietor -,g-Corporation _Partnership Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity,C=Corporation,P=Partnership) 3, Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 59-2038877 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification:Under p11alfi:_ of perjury,t certify that the Information shown on this form is correct to my knowledge. Signature i Date 1/1-4 4110 Title Michael R. Day, President Phone Number 407-330-2800 16-7034 ATMS Software&Controller Update 27 CAL County im rstratve Sorvices Department Pformervot$erti ees tkvxaon Attachment 7: Insurance and Bonding Requirements Insurance 1 Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. Pi Employer's Liability $1,000,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $t000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. ® Indemnification To the maximum extent permitted by Florida law,the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities,damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence,recklessness,or intentionally wrongful conduct of the Contractor/ or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph.This section does not pertain to any incident arising from the sole negligence of Collier County. 4, 0 Automobile Liability $ Each Occurrence; Bodily Injury&Property Damage, Owned/Non-owned/Hired;Automobile Included 5. ® Other insurance as 0 Watercraft $ Per Occurrence noted: ❑United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ®Technology Errors&Omissions $1,000,000 Per Occurrence ❑ Pollution $ Per Occurrence 0 Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑Valuable Papers Insurance $ Per Occurrence ❑Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit, a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7 0 Performance and For projects in excess of$200,000,bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award,and written for 100%of the Contract award amount,the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner;provided, however,the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders'surplus,all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc.of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners,OR, Board of County Commissioners in Collier County,OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. RLC 11/4/2016 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5)days of the award of this solicitation. Name of FirmControl T nologies, Inc. Date 1/13/17 Vendor Signature *'� -- Print Name Michael R. ay Insurance Agency BB&T Insurance Services Agent Name Bruce Arrow _ Telephone Number 407-691-9820 _ 18-7034 ATMS Software&Controller Update 29 E-Verify: Employer Wizard - Company Information Page 1 of 3 E- ierify Welcome MENU Heather Jensen Company information Company Name Control Technologies, Inc. Company ID Number 357803 Doing Business As (DBA) Name DUNS Number 047906060 Physical Location Address I 2776 S. Financial Ct. Address 2 City Sanford State FL Zip Code 32773 County SEMINOLE Mailing Address Address 1 Address 2 City https://e-verify.uscis.gov/web/EmployerWizard.aspx 1/17/2017 E-Verify: Employer Wizard- Company Information Page 2 of 3 State Zip Code Additional Information Employer Identification Number 592038877 Total Number of Employees 20 to 99 Parent Organization Administrator Organization Designation Employer Category None of these categories apply I View!Edit 1 NAICS Code 339 - MISCELLANEOUS MANUFACTURING View!Edit Total Hiring Sites 1 View l EdPt Total Points of Contact 2 View/Edit V!avi MOO https://e-verify.uscis.gov/web/EmployerWizard.aspx 1/17/2017 COLLIER COUNTY Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required unaer this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and Oil)the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Control Technologies, Inc. Date 01/13/17 to Authorized Signature Address 2776 S. Financial Court Sanford, FL 32773 Solicitation/Contract# RFP 16-7034 02/15 R3 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-03032 CERTIFICATION REGARDING DEBARMENT,SUSPENSION, PROCUREM11/15 ENT INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certified that neither the below identified firm nor its principals are presently suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation In this transaction by any federal department or agency. Name of Consultant/Contractor: COn TO-J eChno1.O„ICs .Inc. By: Michael. R. Day ‘11.4 Date: 1/13/17 Title: President Instructions for Certification Instructions for Certification-Lower Tier Participants: (Applicable to all subcontracts,purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and 1200) a. By signing and submitting this proposal,the prospective lower tier is providing the certification set out below. b.The certification In this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government,the department,or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c.The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d.The terms "covered transaction,""debarred,""suspended,""Ineligible,""participant,""person,""principal,"and"voluntarily excluded,"as used in this clause,are defined in 2 CFR Parts 180 and 1200.You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations."First Tier Covered Transactions"refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(such as the prime or general contract)."Lower Tier Covered Transactions'refers to any covered transaction under a First Tier Covered Transaction(such as subcontracts). "First Tier Participant"refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds(such as the prime or general contractor)."Lower Tier Participant"refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors and suppliers). e.The prospective lower tier participant agrees by submitting this proposal that,should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred,suspended, declared ineligible,or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended,debarred,or otherwise ineligible to participate In covered transactions.To verify the eligibility of its principals,as well as the eligibility of any lower tier prospective participants,each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls,gov/),which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause.The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred, ineligible,or voluntarily excluded from STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-32 CERTIFICATION REGARDING DEBARMENT,SUSPENSION, PROCUREMENT INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) participation In this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. COLLIER COUNTY Federal Highway Adminstration (FHWA) Buy America Certification Steel, Iron or Manufactured Products A bidder or offeror must submit to the FHWA recipient the appropriate Buy America certification (below) with all bids or offers on FHWA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. ® Certificate of Compliance with 23 U.S.C. 313 &23 C.F.R. 635.410 The bidder or offeror hereby certifies that it will meet the requirements of 23 U.S.C. 313 and the applicable regulations in 23 C.F.R. Part 635.410. Date 1113/17 Signature 4� Company Name Control Technologies, Inc. Title President ❑ Certificate of Non-Compliance with 23 U.S.C. 313 &23 C.F.R. 635.410 The bidder or offeror hereby certifies that it cannot comply with the requirements of 23 U.S.C. 313 and the applicable regulations in 23 C.F.R. Part 635.410., but it may qualify for an exception pursuant 23 U.S.C. 313 and the applicable regulations in 23 C.F.R. Part 635.410. Date Signature Company Name Title STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.33 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES PROCUREM10/01 ENT ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification,that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any federal contract,the making of any federal grant,the making of any federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal, amendment,or modification of any federal contract,grant, loan,or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this federal contract, grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", In accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S.Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: Control Technologies, Inc. By: Michael R. Day Date: 1/13/17 Authorized Signature: ✓ it Title: President STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375113034 DISCLOSURE OF LOBBYING ACTIVITIES PROCUREME02/16 NT Is this form applicable to your firm? YES ❑ NO If no,then please complete section 4 below for'Prime' 1.Type of Federal Action: 2.Status of Federal Action: 3.Report Type: a.contract a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d.loan Year: Quarter: e.loan guarantee Date of last report: f.loan insurance (mm/dd/yyyy) 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is a Subawardee, Enter Name and ® Prime ❑ Subawardee Address of Prime: Tier ,if known: Control.Technologies,Inc. 2776 S.Financial Court Sanford,Fl 32773 Congressional District,if known:4c Congressional District,if known: 6.Federal Department/Agency: 7.Federal Program Name/Description: CFDA Number,if applicable: 8.Federal Action Number,if known: 9.Award Amount,if known: $ 10.a.Name and Address of Lobbying Registrant b. Individuals Performing Services(including address if (if individual,last name,first name, Ml): different from No. 10a) (last name, first name, MI): � 11. Information requested through this form is authorized by title 31 V/ 4k44 � U.S.C.section 1352.This disclosure of lobbying activities is a Signature: /i` ,- material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered Print Name: Michael R.Day into.This disclosure is required pursuant to 31 U.S.C.1352. This information will be available for public inspection.Any person who fails to file the required disclosure shall be subject Title: PIesident to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. Telephone No.:407-330-2800 Date(mm/dd/yyyy): 01/13/2017 Authorized for Local Reproduction Federal Use Only: Standard Form LLL(Rev.7-97) 375-030-34 PROCUREMENT 04114 Page 2 012 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352.The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report.Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred.Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname,address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is,or expects to be, a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks"Subawardee,"then enter the full name,address,city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name,if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal(RFP)number; Invitation for Bid(IFB)number;grant announcement number;the contract, grant,or loan award number;the application/proposal control number assigned by the Federal agency). Include prefixes, e.g.,"RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified In item 4 or 5. 10. (a)Enter the full name,address,city,State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and include full address if different from 10(a). Enter Last Name, First Name,and Middle Initial(MI). 11. The certifying official shall sign and date the form, print his/her name,title,and telephone number. According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of Information unless it displays a valid OMB Control Number.The valid OMB control number for this Information collection is OMB No.0348-0046.Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions,searching existing data sources, gathering and maintaining the data needed,and completing and reviewing the collection of information.Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,DC 20503. STATE OF FLORIDA DEPARTMENT OFTRANSPORTATtON 375-03450 CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUREMENT OGC-09!78 FOR CONSULTANT/CONTRACTORITECHNICAL ADVISORS I certify that I have no present conflict of interest, that I have no knowledge of any conflict of interest that my firm may have,and that I will recuse myself from any capacity of decision making,approval,disapproval, or recommendation on any contract if I have a conflict of interest or a potential conflict of interest. Consultants/Contractors are expected to safeguard their ability to make objective,fair,and impartial decisions when performing work for the Department, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs,or to reward a past decision. Consultants performing work for the Department should avoid any conduct(whether in the context of business,financial, or social relationships)which might undermine the public trust,whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department")related to the procurement of the above-referenced("Project")that I gain access to as a result of my involvement with the Project("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to,documents submitted to the Department by entities seeking an award of the Project("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest,technical proposals, price proposals,financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department("Project Personnel"). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Departments Procurement Office. I will also maintain security and control over all documents containing Procurement information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions,favors,or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes,ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned standards could result in the termination of my work for the Department. further realize that violation of the above mentioned statute would be punishable in accordance with Section 838.22, Florida Statutes. Advertisement No./ Description Financial Project Number(s) Solicitation No. RFP 16-7034 ATMS Software and Controller Update #433174-1-98-01 Chek l)=re fora oral:page fr r typing Names,'Prnyect Oesetiptiortanct Rnanaal Pry Numbers Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Printed Names Signatureaft, Date Michael R. Day r;.' '�'� 1/13/17 09 99.9. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-% CONFLICT OF INTEREST/CONFIDENTIALITY PROCUREMENT OGC-09/18 CERTIFICATION FOR CONSULTANT/CONTRACTOR/TECHNICAL ADVISORS Additional Page Advertisement No./ Description Financial Project Number(s) Solicitation No. Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Printed Names Signatures Date COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR AMOUNT Control Technologies, Inc. 59-2038877 IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, VETERAN Y 0 IS THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSINESS ENTERPRISE? DBE? Y CONSTRUCTION? Y N (DBE/MBE/WBE) OR HAVE A SMALL DISADVANTAGED MBE? Y N CONSULTATION? Y N� BUSINESS RA CERTIFICATION FROM THE SMALL BUSINESS ADMINISTRATION? A SERVICE DISABLED VETERAN? WEE? Y OTHER? N SOB BA? Y N IS THIS SUBMISSION A REVISION? Y (N) IF YES,REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE M/WBE SUBCONTRACTOR OR SUPPLIER -TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) , DOLEAR AMOUNT DOLLARS TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Michael R. Day 1/13/17 President EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NU R mike@cttraffic.com 407-330-2800 , 407-330-2804 NOTE:This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts.The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the Information for the grant compliance files. ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont.Asian American SAA Asian-Pacific American APA Non-Minority Women NMW Other:not of any other group listed 0 D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLDER CONTRACT II(IFB/RFP or PO/REQ) GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE Est.2010 v.2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 376-04082 BID OPPORTUNITY LIST FOR COMMODITIES&CONTRACTUAL PROCURE ME/NT6 SERVICES Prime Contractor: Control Technologies, Inc. Address/Phone Number: 2776 S. Financial Court Sanford, Fl 32773 phone: 407-330-2800 Procurement Number: RFP 16-7034 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate,on DOT-assisted contracts.The list must include all firms that bid on prime contracts,or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs.This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors must provide information for Numbers 1,2,3 and 4, and should provide any information they have available on Numbers 5,6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number: 59-2038877 6. D DBE 7. Annual Gross Receipts 2. Firm Name: Control Technologies,Inc. © Non-DBE ❑ Less than$1 million 3. Phone: 407-330-2800 ❑ Between$1 -$5 million 4. Address: 2776 S. Financial Court ❑ Between$5-$10 million Sanford, F132773 ❑ Between$10-$15 million ® More than$15 million 5. Year Firm Established: 1980 1. Federal Tax ID Number: 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑Less than$1 million 3. Phone: ❑Between$1 -$5 million 4. Address: ❑Between$5-$10 million ❑Between$10-$15 million ❑More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. 0 DBE 7. Annual Gross Receipts 2. Firm Name: 0 Non-DBE 0 Less than$1 million 3. Phone: ❑ Between $1 -$5 million 4. Address: ❑ Between $5-$10 million D Between $10-$15 million ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE 0 Less than$1 million 3. Phone: ❑ Between $1 -$5 million 4. Address: ❑ Between $5-$10 million ❑ Between $10-$15 million ❑ More than$15 million 5. Year Firm Established: AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid—!TB) PRICE PROPOSAL(Request for Proposal—RFP) REPLY(Invitation to Negotiate—ITN) COLLIER COUNTY Certification Regarding Drug-Free Workplace Requirements The grantee certifies that it will provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing a drug-free awareness program to inform employees about—(1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation and employee assistance programs,and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (c) Making it a requirement that each employee to be engaged In the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph(a)that, as a condition of employment under the grant, the employee will— (1) Abide by the terms of the statement; and (2) Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after each conviction; (e) Notifying the agency within ten days after receiving notice under subparagraph (d)(2)from an employee or otherwise receiving actual notice of such conviction; (f) Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(2),with respect to any employee who is so convicted— (1) Taking appropriate personnel action against such an employee, up to and including termination; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e)and(f). Michael R. Day President Certi . i • I Name Title 01/13/17 Signature MOP Date STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 376-030-30 TRUTH IN NEGOTIATION CERTIFICATION PROCUREMENT05174 Pursuant to Section 287.055(5)(a), Florida Statutes, for any lump-sum or cost-plus-a-fixed fee professional services contract over the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY FOUR,the Department of Transportation(Department)requires the Consultant to execute this certificate and include it with the submittal of the Technical Proposal,or as prescribed in the contract advertisement. The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate,complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to inaccurate, Incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within(1)year following the end of the contract. For purposes of this certificate,the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department,whichever is later. Control Technologies, Inc. Name of Consultant By: Michael R. Day, President '' 0,. 1/13/17 ,00" Date Appendix A - Product Data Sheets 1. Intelight Model X3 NEMA TS2-2 Controller 2. Intelight MaxTime Local Controller Software 3. Intelight MaxView Advanced Transportation Management System (ATMS) 4. Intelight MaxAdapt Local Controller Traffic Adaptive Software 5. Intelight Model X3 NEMA TS2-2 Controller FDOT APL Approval 6. Dell PowerEdge R530 Server 7. Dell Precision Tower 3420 Workstation T$N 1 t° T iLI HT ,x,,, att'aroF:MierA,C, ,,, ' ':. ::-1. 4 $ EP6TE�RA Et'4 ,„ .,, ,,c,,,,,, ekFri� sx NEMA TS-2 TS-2Type 1 & 2 Traffic S* nat T el t tiiit•Ari r ntroter/. . ,... , :., ,,,v--L : ''::::;::,,i1,4A:i#: A.... .f.....c___. zt.,,,,,,,,,,,,,,,o, 7,-.. ' ,AA As,ki,f- A, A.. ', ,17,A„ A,,,- ALinux Operating Systemwth "�"" f ,k, ,'_ 64MBSDRAM164MBFlsh Memory and ATC/2070 Standard •:ra> MPC 8248 32-bit Processor Q50 MIPs) Module Expansion Bay 16 Line x 40 Character LCD i Fiji �4` • L.1-. C1-4t Modular CPU * • `° " �« _ �w w/Four-Port i #i n . - Backlit, Ethernet Switch, - Weather Resistant USB Port, Data Key, Tactitr ile Keypad and Serial Port «w _: , i d In NEMA TS-2, }`, Typeit � � � � 41 a� i li li , SDLC Port „a • TS2 ratili ps' x reg a 1. Four-Port Three-Port Ethernet Switch USB Hub (Subnet 2) OVERVIEW HIGHLIGHTS The X-3 Controller is part of Intelight's award • Compliant with NEMA TS-2 and ATC 5201 and 5401 winning "X Series" NEMA Controller Line. The X-3 Standards meets and exceeds the current ATC, NEMA, and Linux• Independent y10%00 Mbit Network Cards NTCIP standards providing agencies with a robust, industry leading, true open architecture hardware • TS-1 and/or TS-2 Operation(Requires Type 2} platform. The X-3 can help agencies organize and •• Supports Serial and/or Ethernet Communications improve operations and reduce the amount of 2070 Hardware Expansion Bay for Device Integration equipment in the signal cabinet. Intelight today to • MaxTime Local Controller Software see how the X-3 Controller can help update your • 40 Phases, 16 Rings,32 Overlaps, 16 Preempts signal operations system to 21s,century technology. • Monitor and configure timings wirelessly from a laptop, tablet, of smart-phone without database editor or 3rd party software • Built-In Master/Closed Loop Functionality • Peer to Peer communications • Advanced TSP Included Revised 12/2016 If J j NEMA CONTROLLER , PLATFORMMODERN ROBUST HARDWARE • Supported Standard Specifications: • Built with current,industry standard technology • ATC 5201 (v6.24) • Compliant with NEMA Environmental Requirements • ATC 5401 (v2.17)API(110& FP Interface) • Temp Range:-40°C to +80°C • NEMA TS2 with NTCIP(Type 1 &Type 2) • TS-2 Type 1 Size:81/2"H x 81/z"D x 14 3/a"L • NTCIP—1202 ASC, 1201, and Base Stds. • TS-2 Type 2 Size: 10 3/8"H x 8'/z"D x 14 3/4'L • NTCIP-1210 Master Control • Variable Power Supply (95-250 VAC 50/60 Hz • Open Architecture auto sensing) • Linux Operating System • Faster processing and more controller memory FEATURES & USABILITY • Motorola PowerPC 8248 32-bit(750 MIPS at 400 • On Board Web-Server- Monitor and manage traffic MHz) Processor signal without the need for additional software • (64MB Flash/64MB DRAM) 4. Sample Maxlime = Two Independent Network Adapters .< • 410/100 Mbit Ports on Controller Front Panel(Subnet 2) '' Status Display as -. �' � _ ,,., Viewed from Front • 410/100 Mbit Ports on CPU Module(See Figure Below) .*" + Panel,Tablet or • Three-Port USB Hub (Front Panel) + CPU USB '•)'1,-,- ,- i, Smart-Phone(No ,� App Required) • Six Config.Serial Ports(5 are SDLC Capable) • ATC/2070 Comm./Modem Slot • Eight Programmable "Special Function Key • Optional 2070-6A/B,2070-7A/B Modules Sequences" provide shortcuts to software menus Optional 2070-7T w/GPS Time Clock Module • USB Support • Install/update traffic signal software • Transfer timing databases via flash drive • Configure and monitor timings via Wi-Fi adapter O:41 • ' computer,uter, tablet, ,or smart phone without Moon P q= additional software or database editor Serial and Ethernet eocemin, Live Software Update (Subnet 1 and 2) op ,,.•ra , Activity LEDS °()wawa) ' Schedule Software Updates • Download Update Package Remotely DataKey Receptacleok. = Perform Firmware AND Operating System ' Updates without Placing Controller in Flash Two 10/100 E-Net Ports(Subnet 1) Two 10/100 E-Net Ports(Subnet 2) li ,i i . USB Port fi,:v ? i 0 'tNT LIGHT Saes,f-til'EG sk P.t €sR o„ SL.t ux,se 5. { rte) it rt *34' SO S.Ortaarimont lir,•Suite 126«Tucson,AZ 85713•Ph,ole:520 7458808•iriio f iri,ttelit;l t-its:corn ` :"' il �?ftF,aft;§��t��e[ris�eei�.�atit7n�atror�af;�C��t{P�fi7i�.,:YJilfim^,rLnrffs�x,H �,_E�e�fs��anf�:nA�art7bra�7e�sa€4_�rbe,�w� :�d�y??�e3n��5{x�Ta� nsar, SOFTWARE WAR SOLUTIONS , t ...T H T 111/1 )cTe ,: 71�L Rh«i�itV�.�!-�1 SRe'�.Fba�; wCa LLf t1�4M '. Traffic Controllei. Software NEMA, 2070, ATC, 170 Smart Card t ,. — z i" x J L, Ove, s Sample MaxTime Status Display as Viewed from Front Panel,Tablet or Smart-Phone(No App Required) OVERVIEW HIGHLIGHTS Using the Linux platform, Intelight's award winning • Monitor and configure timings wirelessly from a MaxTime local controller software was built directly laptop,tablet,or smart-phone without database editor from the current NTCIP, NEMA, MUTCD, and FHWA or 3rd party software (including NTQP v2.06 and ATC v5.2) standards as • Runs on Linux 0/S(Partial Support on OS-9) opposed to adapting older software to the newer • Supports Serial and/or Ethernet Communications standards. In addition to establishing the most • 40 Phases, 16 Rings,20 Sequences, 32 Overlaps complete NTQP compliant Linux based platform in • 10 Phase Tables, 10 Detector Tables(Select by TOD) the industry, MaxTime has been intuitively designed • Built-In Master/Closed Loop Functionality with logical menu structures and providing built in • Peer to Peer communications user functions that typically require complex logic • Locally Adaptive Transit Prioritor strings or modified controller operations. Contact • Full NTQP MIB Supplied with Software License Intelight today to see MaxTime can help update your • Preconfigured or User Defined Cabinet Support (332, signal operations system to 21st century technology. 336,TS-1,TS-2,ITS) -473, i rff`53r '/ S - 1� ''''''''5'op '41:', :—OtibrilAPARE, s(::)1.:(,)-171(::)Nis 1 mAxTimE ,, , ,, „„:,,,,-,,,,, :,:.„ , , , , , , , s..,..... .,,,,-;.,,,-- ',,,,, . _ ,„:,„,..fya, 444_,f -,.„-,-,--4.—,, , _- UNIQUE FUNCTIONALITY FEATURES & USABILITY • Peer to Peer communications between controllers - Extended Pedestrian features including: delayed walk, delayed, green, and alternate Walk/FDW • Intuitive and advanced user logic programming timing per 2009 US MUTCD • Onboard web server (Edit database through web • Multiple Overlap types including: browser, no proprietary database editor) • NTCIP:Types 1 through 3 • Flashing Yellow Arrow(FYA)displays • Monitor and modify timings from Windows and - Flashing Red Arrow(FRA)displays Apple computers, IPAD, Tablets, Smart Phone • erm Canadian Operation without special software • Light Rail Transit(LRT) bar indications • Store and switch between hundreds of timing . Pedestrian(normal and minus green/yellow) databases on controller • Right-Turn with Conflicting Pedestrian • Easy, automated software updates via Network or . 128 independently programmable coordinated or USB flash drive (no need for terminal servers or free timing patterns proprietary installer programs) , Master/Slave closed loop operation included SUPPORT ADVANCED Linux-based (Facilitates memory and processor power expansion in future) INTERSECTION CONFIGURATIONS . Advanced Phase Intervals • Single Point Urban Interchange(SPUI) . Min Green 2 • Pre-Green/Walk, • Continuous Flow Intersections(CFI) • Delay Green/Walk • Diverging Diamond Interchange(DDI) • Pre-Clearance • Compound Intersections with Multiple Approaches . Alternate Ped Times(Extended Push Time) • Light Rail Transit(LRT)Applications ....mai., • HAWK/Pedestrian Hybrid Beacons .. . E d C .imn.,ayio * 4 • Preemption Routing 4t"INTE1.11rHT a S F 4 t i ` i s, Pratt Pra .a..., .W.m a• . ce.1.a ,Kati, gib., n WM ort Mtn. a , ., Mtn. e. ,t 0 0 0 0 0 0 ''0 -si.e. �.... ... AmF.r.. Acd.n..n.. n.. cy.r cr., s r Ala. ,�n•.,r.ut.n ».ra.I I'M' rma i t 1 1 , , d IMm.•1 um Seem . 0 0 i o 0 0 0 Sktt&.K am. AM Nen oak 0000y,0 0.0 0000006 ,�.�.. $s:, rit 5 $ 5 S �" d.dswe van cy w.Cana iv Mt e.a ,.a u.wjvn MaxTime �* 2.0 3 0 St 0 2.0 2 It-3«0 2 0 #".- s....m.,.... W+»harks WIre,.1 Ti.. ,h. Coaxial 114,4 14 M.n F_ee Kett Team Tint.Tcm Front d5 60 38 60 45 $0 35 yy 1,...-Ir.........,.... , Imin.. uv at aaay. na nn,u. i 3 0;+... £,: ax N • i fmlNY.m ➢4 t.l OdX.p D9 QO ib.:• 7 UAa. PanelUser a 4 II 4 .0' '0 tIvN0cn »Interface i' tv ` X 4 n .tq 1..°0,112:06 0 4 b t� i 0 X 0 :::,14:0°-14-111 ' - i ` O. 1 0 1 0 1 0,1 01 0; la Fildklett Qn..s»a. P1.Rfa..r , i : i a , . , » ii it , 1. » » 13A0 0000 .n.e...».. 00=00,00;00 . SW. * • e • 04'� 0 0 13 0 0 0 Ot 0 •_i1i.tl.x 4'.sc.Vemo� • • P0Q00 3:0000 .00 '000 0. ,,,ca,a 2 . * •, w . . . 0 t 0 0 ..0. ,0 '' encae. PO C.Or Md Colt Alt Rd calx Sample MaxTime Status Display as Viewed from Front Panel,Tablet or Distributed by: Smart-Phone(No App Required) 11111111111111111 Alk1/4„. i' lNTELIGHT Intelight,Inc.•34S0 S.Broadmont Dr.•Suite 126*Tucson,AZ 85713•Phone:520,795.8808•inIotPintleli lit Its.coni A't QTS{riT,at6oll 13 r1._pc:nTi >,grc .=.ygr(rci[.'11, Er.V.IFIaut at,t;t 0L't;''.1.17no1,-;.ur1i trt 'fir€"tK,4tv MITE°#ptt„-.,1 et>I-"-taus °c:.. .... . , _ SOFTWARE SOLUTIONS 1NTELIG HT vs* Flit ir.diti.i/Gtt.1 IP.'4,1""C $C?t,4$8101.-4 Max v iew Central Management Software Advanced Traffic Management System 9:tmel Mame.4.0vm Mmt C... lef....... MOM..10.1.0... 1..arm •9.01e.,10:0m.90. C.II s99-11.*Mrs.: 9:my mgC1111.0.9.10919.5 star011., _ / •.. am. ..," .0.0.1 11..... i . -i•1..... 1 V. ''''' .1 '"... Mit0CM91 01 • _I:•9.90. 4 '1..9. • \A Si1/4 . 3 .▪ .; ,,,,,...... t ..1 '9 19 •'''' . . . .. . - t t i X I A .i‘..., . 1\ / ie' • ,,,,, ,. '4Yer.r • \ 1..3 Marx 5e1: i :./.. . , :‘,......,.,.... ..2.-. t•3 si..v- Hon r '- /J ,......,.., ,— .....—. , 47,' t, 19 ,'", 9M,t. A....1.1:1s.b4:1:11 •? '. ; ., ...11.121.1.:•It 9. ., - 0 44.,,,,,,,,, :., Mlsoot?And N — 1it it, 0 , ...., 4. C....01.M.•Mr..M. I ''"4. • : \ ,, ,,, 1.001.t , 0-,1*es.M......0. .... . ........ tr.......1...x. %. ..-,.. , -, ....1 , •Mv...0. F..1'0..sst , , ,,„, ur, ,c. ..t ...90.•21 rye X V:14. $4.10Mory 1.10:5.11 6..c..... v. „.....,_ „091090°L.....1 1_ Sn;';!.;,'.- Pr'• -'1""'t.S.."1.9 9 AdiM Ow Connected Bing Maps powered central mapping allows for Incident and Traffic data overlay without any additional plug=ins or cost(supports other mapping sources as well).Familiar zoom,scroll and pan,street-view panorama and embedded camera capabilities. OVERVIEW HIGHLIGHTS Fast installation with less configuration Manage your entire traffic network from a real-time map • Users Simply connect to the network and direct • All Servers and Controllers in one tree their browsers to the System server. • See which devices are online and follow graphically the • No Software to Install on Client User PCS network path from the devices back to servers Lower cost&More Scalable . User and Group level access management • Less maintenance-the constant maintenance of Multi user distributed PC operating systems is eliminated Simultaneously connect two or more system servers with Thin Clients Switch between your sessions using a mouse click or • MaxView's flexible server configuration allow keystroke greater scalability. Instant Graphs&Reports Improved At-A-Glance Management MaxView includes online real-time data graphs and • Traffic and Incident Information is displayed on usage charts,with the ability to do trend analysis the map without additional cost or plug-ins Event Logging - Panoramic and camera views can be displayed at MaxView retains and displays a history of system the intersection levels events that can be used to monitor operations and/or • Split Monitor that operates in FREE troubleshoot • Real-time Time/Space Diagram ----,' ,' '• -"7 1,3r 1 r''" '''' '''":`" ri".":'<',3'„,fr'''''''' . ,,,:k...,.-,,,v 1.,.;., •A•w,„f•,.-,,,,,,,,p- .,. ,,,-• , e,;,,,,,..,,,z,rts.--.4-c417, '`... ,r,-,,— li'-';--7 ,.. __ 'PIC' SOFTWAR- SOLUTIONS I P ' 'I= "i UNIQUE FUNCTIONALITY FEATURES & USABILITY . Easy to configure maps;no external programs . Time Space Diagram necessary . Split Monitor . Expanded status displays and event monitoring . VOS graphing • Outlook style Time of Day scheduler . Event Monitoring Day,Month and Timeline views • Alarms and Alerts Drag and drop scheduling _ . Modify multiple intersection timings from single ;,*.z i screen t k =r- . d - . 4 k [. A x i. •.e " .. • Real-time split monitoring in Coordination and Free i „�, I a • tools and event monitoring4 !± w --- ow ' Real-Time analysis . s( SUPPORT ADVANCED SYSTEMx , { CONFIGURATIONS `' F • Ability to embed hotlinks and shortcuts into the : _,,.ar.o.,...„., p" intersection displays and tabs .:.".�.« ..-,.,.....v w .: j Custom user configurations for maps based on user •A;. 1` t Dynamic status views by zoom level ,� a 1 a t �. y. .2 i 77 ;,.Wr+. v Ifta • Embedded f j panoramic :. ».. " " - _ . s i. r. }Y ,, andn\.`s"„'ut '1/4,,,,,, '--�,. ..-. ._- .... _. .. camera t "."_ views _..-. t:,. °. ... . .... ....-: ,i & "M -�- Shown:Enhanced Status Display,Time/Space Diagram, Time of Day Scheduler Distributed by: .I N T E L I G H T e tiff tvd4t4%,,t4«, ,,f4d..4 14,44)6,Hil Intelight,inc.*3450 5.Broadi Ont Dr,a Suite 126•Tucson,AZ 857/3•Phone:520.795.880g•infot:inttetight-its.COm illi,nr-oim211 11art/aix^Ck€Cit,iWt4,,f;0II,i?+t telFtAngefMIN1,1tIIM4k ;_1:447.,t,rc7tiairnp.J>;dr,WO,rti'k�4:e€Ie4,,11#es1tTY1"� i re w, II, ,s0,, SONfrilittra I{ 6 ES 0 11, ii TIO , 740 I T E L I I T _ tilt Aro At Lt +_,.F.Tat Y1%RPt“... '�G1Lt eti“. � 1( � ATC Soitwat - r , ,--,'',.,:,,,, ',1',,,,:::::,,,.;• ,t;;,!;”'i F•::1,!..74;144.:1--tel-l''';rl"4 'lf:?''t'')::*g:''I'': '::::;:;:tg:::;"'11 :5;i7;' C 192.168.1,i2:BDEi Front Panel Config.Screen . It•ITELIG HT Manual MaxAdapt ' F,rt+nt Parisi Etwillaiot El _I Status i El ._J:Pat ameiels i;i ID ,J Annirtisitaiion l t } ,jit : w' !Tim ,-�)x ,,T Ti. e 1`all1 otise. . i .e iP T t% s l_t 4 l?-. .r - i I { 2 _ cal 04Y, ttitt?i i+.c 20 16- t1 2 t„ FYs a _ i ,;t li €-k '^Crrl!-ss OA 1 10 t { 1, , n __.. 4 7s1.'7:.-.�->s.?tH 9j ;". 1131":'-'l,:..' :Ytiqtr aYaj11 ,.�_....._. 'tit5.._._... Web UI Screen Captures in MaxAdapt 1.0 OVERVIEW HIGHLIGHTS Built on Intelight's award winning MaxTime ATC Adaptive Cycle,Offset,and Split Optimization Framework, MaxAdapt local controller software is a R Uses High Resolution Data (1/10th sec. logged on local system-free traffic adaptive solution that runs on controller) Uses distributive processing to optimize signal local traffic signal controllers and optimizes cycles, timings. No need for a master or system processor splits, and offsets along traffic signal corridors in . Runs alongside MaxTime Local Signal Control real-time. Contrary to black-box solutions, Software on the industry standard ATC API MaxAdapt algorithms are based on the signal timing • Dedicated Web and Text user interfaces performance metrics developed by Purdue, Indiana . Robust Peer to Peer sync. mechanisms DOT, and Utah DOT. Contact Intelight today to see Compatible with MaxTime Transit Priority, Preemption, Advanced Phase and Coord Options,User Logic,Etc. how MaxAdapt can help update your signal Quick and efficient transition between plans when operations system to 21st century technology. coupled with MaxTime's Critical Path Transition Algorithm Detection requirements consistent with Purdue, INDOT, UDOT Signal Performance Metrics requirements tr: .z Revised 02/016 0 te _ x,.. FTWE SOLUTIONsI _..mAxADApT Ztke UNIQUE PLATFORM THEORY OF OPERATION • Peer to Peer communications between controllers • Cycle/Offset Optimization • No system/master field processor ▪ Based on 1/10th sec high resolution data: cycle- by-cycle optimization of vehicle capture rates • Onboard web server (Edit database through web based on detector calls and coordinated window browser,no proprietary database editor) • User defined calculation period, cycle length • Monitor and modify configuration from Windows optimization range, percent improvement and Apple computers, IPADs, Tablets, Smart Phone required to change without special software • Calculates and protects minimum corridor cycle • Store and load hundreds of configuration databases time from MaxTime databases (optional ped on controller protection • Easy, automated software updates via Network or • Every controller optimizes the corridor and USB flash drive while intersection continues to run results are synced via Peer 2 Peer (Distributive traffic signal operations processing) — No master or lead controller in • Writes optimized timings to MaxTime coordination network pattern via NTCIP protocol • Split Optimization • Balances splits using approach/stop bar INFRASTRUCTURE REQUIREMENTS occupancy at local intersection • Uses combination of green occupancy (OCCGRN) • Detection Requirements(Lane by Lane) and detector occupancy during first 5 seconds • Cycle/Offset Optimization—Advanced Detection of phase movement red (ROCCS.sed on Coordinated/Mainline (300 to 600 feet from • Balances across rings and barrier groups stop bar: Should be placed in advance of normal • Incremental adjustments made on a sliding scale queueing) • Split Optimization — Stop Bar Detection on all approaches ,t1al • Compatible with radar, video, inductance loop, fit. :oo9rQ magnetometer, and various other detection �44a1 technologies • Hardware • Currently requires Intelight ATC Controller with 1883 Engine Board or newer (NEMA or 2070) with ATC API rs sf • Currently requires Intelight's MaxTime Signal Control Software Example of MaxAdapt "Open Grid"Network 4r • Ethernet Communications via Fiber, Wireless, or Ethernet over Copper between signal controllers ELlG' HT �3f 6r JPJ8�t}Klg.EHf 3fkr.c Rl r.'9illtialtR II Suite 226 Tucson AZ 85713•Phone:520 795.8848•info@intiolight-its.com y3 �r�� �-tethot-f4(+iq ve-titKo39oo y�tt-L.iil3f`.C§j[!{t6flf'z.A'(!'.�?QS!&.RUYIe.H.fle rxE_9VFS 71 iVd4=a'lgls>Ll'P AsY,=fid 1.)'i`1t'<C,7 t;Yf"rtt�. Unique Features -‘1091 NTE LIG HT THE,NTtLLIGe NT TRA/FIC SOLUTION INTELIGHT UNIQUE FEATURES Li MaxTime Intelight strives to lead the industry with best-in-class products. Our goal is to continuously improve the most intuitive, yet most powerful central and local signal software available in the industry. Below is a summary of some features Intelight has implemented that are exclusive to MaxTime local controller software. User Interface • Intelight's Controllers with MaxTime feature an on-board web server that can be accessed via any Wi-Fi or Ethernet enabled device with a web-browser such as a laptop or a tablet.The web server provides a graphical,web-based user interface(Web UI)for the user to remotely configure and monitor controller operations in real time without the need for special pc software. In addition, using controls in the Web UI the user can save databases from the controller to a computer and download databases from the pc to the controller via the web UI.Custom or pre-loaded database print templates can be uploaded to the controller and printed using the print feature in the Web Ul. • MaxTime's menu structure is designed for intuitive use,ease of navigation and quick access of programming and status screens.The web UI and controller front panel have identical menu structures so the user can switch between the two interfaces seamlessly.The'Status'menu contains all status screens such as phase timings,alarm status,and channel outputs while any timing or configuration parameters are modified in the"Controller" menus.Database management,time clock,and communications settings are located under the"Administration" menu. • Parameters are organized into common menus.For example,'Phase Times,''Phase Options,'and 'Phase Configuration'are all located under the'Phase'menu.Phase recalls and advanced options such as conditional service or dual entry are located within a single Phase Options menu instead of different locations.'Phase Configuration'contains the phase startup and phase concurrency settings. • Screen captures of the web UI and the controller front panel interfaces are shown below. IWINTELIGHT H_„.� m manual.MQ?L 0 Front Panel Emulator El J Status CI_1 Controller El LI Administratil t Figure 0-1—MaxTime Web Ul Unique FeaturesI NTELIGHT TNT INTYLLIGlNT TIIAP,IC SOt VTION Figure 0-2—MaxTime Front Panel Interface « The Web UI features"mouse hover tips"with help descriptions of each feature. If the user cannot gain the information needed from the hover tip,a PDF of the software-programming manual is packaged with MaxTime on every controller.The PDF can be accessed/downloaded from the controller via the"Manual"hyperlink and viewed or saved on any device that supports wireless or wired Ethernet and PDF documents. Cabinet and Input/Output Configuration MaxTime has an extremely flexible Input/Output (i/O) configuration that is available trom the front panel or Web UI.There is no need for additional software.However for the basic user,base I/O configurations are provided for many types of cabinets including 332, 336, TS-1 and TS-2 (Type 1 and 2). Once a basic configuration is loaded, the user can modify individual input and output pins. Each pin has a pull down menu that contains all of the standard NTCIP objects available in the controller.The figure below shows an example of configuring custom outputs. IQ Moculr' .icg t?tint Dts:rpficuIaput Cr nt-a€?;qr= '3:a?es' IA.4 5e; svr a1= Ir5 6Cs e' eo S.r..41 & _ ri,sse-azl, 7 •r;oe. J 9A-8 iNt:nr,.71^,::r 11:8-P ;ese-:,,c4C." 3 7iGit ese:'a_`c= B 15'G1' yrew-.aJ 7 is-G`:?^ ;esetia?' r A_31 pt3�seFl0 IBR-M pluiseHoid s7 Figure 0-3—MaxTime Custom Output Configuration Furthermore, MaxTime has an advanced I/O status screen. The user can monitor the status of every individual input or output pin an, in addition,can place manual calls/actuations on each pin.This feature is very useful when testing or troubleshooting database programming or I/O configurations.An example of the input status screen is shown below. Unique Features 1J T E L ! G H T THE INTELLIGENT TRAFFIC ROLUTIG)N Input Points Status ID Module: 1 1.., l I2 i input Points k 2 i 14 i 5 1 _7 n 5ixau*) i ; i Qil t?; 2j1,_311 Figure 0-4—MaxTime Input Status Screen Advanced User Logic Intelight's MaxTime local controller software has an advanced logic processor("User Programs")capable of providing standard industry logic such as detector and phase interval relationships using Boolean logic. However, MaxTime's logic processor also adds the ability to perform mathematical calculations and comparisons ("<", ">", "<=", "=", etc.) based on variables, phase interval timers, print custom user status screens,and much more. Superior Peer-to-Peer Functionality Intelight has developed a robust Peer-to-Peer system based on standard communications industry protocols that can transmit messages directly between Intelight controllers over an Ethernet network. MaxTime's Peer-to-Peer functionality is integrated into the advanced user programs (user logic). Any input/output function can be sent over the peer network to any other controller on the same Ethernet network(Routing required between different sub-nets). Coordination Features Early Coord Gap-out This feature allows coordinated phases to gap out early and yield early to the side street by a user defined "early yield"window(protected by minimum"slack"available in cycle). Fixed/Floating Force-off control MaxTime allows the user to specify faxed or floating force-off by Unit, Pattern (TOD), or by phase. Fixed/ Floating force-offs by phase allows the user to specify the phases to use extra green time and the phases that cannot time longer than their programmed split time. For example,all left-turn phases are configured as "Floating Force-off"and all through phases as"Fixed". If a left-turn phase starts early, it must end early (max out or force-off after split time is served). If a through phase starts early,it may extend all the way to its fixed force-off point,using all of the early green time.Greatly reduces the need for using multiple phase tables with alternate Max Green times during coordination. Coordination Timers MaxTime includes the most advanced transition methods in the industry;fully utilizing the processing power of the ATC platform. MaxTime gives the user more control over the transition methods and also allows for quick and very accurate transition times. MaxTime checks coordination state(am I late?)every 1/10th of a second. Calculations are referenced directly to Time of Day clock (0:00 to 24:00) for instant/absolute calculation of programmed vs. actual offset Master and local timers are provided for status/feedback. Timers use"Critical Path"method across 40 phases, 16 rings and 24 barriers(any combination)to determine how long or how short it can adjust the cycle for transition.Only reduces or adds time needed to return to coordination. Does not blindly reduce or maximize. If the coordinator determines a phase has ended late, it will begin transition IMMEDIATELY following the phase yellow/red clearance. The controller does not Unique Features [ N T E L I Ca H T TME INTELLIGENT TRAFFIC+SOLUTION require a cycle or more to determine where the current offset is. If available transition time allows:can be back in step within one to two phase movements. ALL phase and overlap intervals (pre-clearance green, early green, delayed walk, trail green/yellow/red, etc.) are included in both Coord and Transition calculations. "Coord Now" This feature provides"Instant"coordination between patterns during TOD changes. If enabled(by pattern) the controller will terminate to all red when the pattern change is selected and instantly services the phases currently allowed during the new coordination pattern. Checks if the remaining service time for the current coord-select phases is long enough to serve the phase minimum times prior to the programmed force-off point. If not,selects next phases in sequence.Also available as a Preemption Exit option. Database Management Using a Linux operating system, MaxTime supports advanced database storage and management. Users can store over one thousand databases on the signal controller and choose the currently running database from a populated list within the Web UI or front panel of the controller. In addition, MaxTime supports database transfers from USB Flash Drives.The flash drives can have multiple types of files on them(such as other windows files)and as opposed to legacy data-keys which store one database at a time,a single, one gigabyte flash drive can hold thousands of MaxTime databases. To load a different database (including modified I/O tables) the user can choose to power cycle the controller or switch the databases during a safe,all-red period at the end of the sequence. Software Updates All software upgrades, including maintenance and functionality upgrades will be provided to the Agency at no cost during the initial and extended warranty periods. The agencies will be automatically notified when a new software release is available. The notice will include a description of the changes to the new version and will provide a download web-site link(user account required)for the agency to obtain the software and release notes. To update the controller's software, the user places the software installer file on a flash drive, inserts the flash drive into the controller's USB hub, and re-boots/power cycles the controller.The new software can also be installed over Ethernet from a windows computer by double clicking the"Install.bat"file in the install package. No additional software is necessary. Also, using a laptop to execute the installation utility, the software can be automatically downloaded to the controller and installed at a user specified time.The user can select to install the update on a live intersection without requiring a power cycle or controller reboot. Once the update is complete,the controller will verify that the new version of MaxTime is safe to run the intersection, and will switch from the existing software version to the updated version during an all red period. MaxTime updates take approximately five minutes. MaxTime stores two previous versions of MaxTime software on the controller so the user can "roll-back"the controller to a previous version of MaxTime after an update. Software Licensing Intelight's business model is built on"all-inclusive pricing."Therefore,event recording(high resolution data logger), master/slave/closed loop, transit priority, advanced user program/logic, peer 2 peer, and future software modules are all included under one license, in one software version. In addition, all customers receive the same software build with all components and functionality. Intelight does not release custom Unique Features i N T E L I G H T 1Ht INTELLIGENT TRAMPlC SOLUTION software versions or lock or disable feature functionality between different customers. This allows us to serve all our clients with one unique version and provides easy management of all software updates across the board. helaxAdapt MaxAdapt was developed in 2013 in response to industry request for a robust and easily configurable Adaptive Traffic Signal System. With 5 adaptive systems up and running, MaxAdapt has utilized the full featured functionality of the MaxTime intersection controller software and added the adaptive algorithms as another process running on the ATC Linux engine board within the same controller. MaxAdapt uses the link/ pivot" method to optimize signal throughput and is entirely field controller based. The onboard webserver makes communications to the controllers possible without the need for a central management software. As part of this project,we are also proposing MaxView Central system software to log the system's operational and statistical data logging capabilities to ensure the processes are always at optimal performance. The regular traffic signal functions can be monitored and alerts sent when anomalies are detected. No Additional Cabinet Equipment Contrary to black-box solutions,MaxAdapt algorithms are based on the signal timing performance metrics developed by Purdue,Indiana DOT,and Utah DOT. MaxAdapt's detection requirements are that of the Utah DOT requirements for Cycle/Offset optimization and split optimization;advanced detection on coordinated/mainline(300 to 600 feet from stop bar),and stop bar detection on all approaches.Max Adapt is compatible with radar,video,inductance loops, magnetometers,and various other detection technologies. Unique Theory of Operation Cycle/Offset Optimization is based on 1/10th sec high resolution data: cycle-by-cycle optimization of vehicle capture rates based on detector calls and coordinated window.Users define calculation period,cycle length optimization range,percent improvement required to change. From there,MaxAdapt calculates and protects minimum corridor cycle time from MaxTime databases(optional ped protection). Every controller optimizes the corridor and results are synced via Peer 2 Peer(distributive processing)—no master or lead controller in network. Split Optimization balances splits using approach/stop bar occupancy at local intersection.The system uses combination of green occupancy (OCCGRN ) and detector occupancy during first 5 seconds of phase movement red(ROCCs-sec.)and balances across rings and barrier groups. Incremental adjustments are then made on a sliding scale. Unique Platform MaxAdapt uses peer-to-peer communications between controllers with no system/master field processor. MaxAdapt utilizes the onboard web server(edit database through web browser, no proprietary database editor). Users can monitor and modify configuration from Windows and Apple computers, IPADs,Tablets, Smart Phone without special software.MaxAdapt writes optimized timings to MaxTime coordination pattern via NTCIP protocol. Unique Features INTELIGHT THE INTELLIGENT TRAPPIG SOLUTION 1,3 MaxView Simple Installation llatio and Deployment The MaxView server installation is contained in a single self-executing installer that verifies all pre-requisites and then installs the MaxView services and provisions an empty default database.The installer is also used to upgrade the MaxView services and to migrate any data as required. MaxView server installation can be completed and a fully functional system can be operational in less than 10 minutes from start to finish. Industry Standard Management Tools As described above MaxView is a modem ATMS system built on proven web technologies.As such the core components and services are simple to deploy, manage and troubleshoot using available off the shelf tools. All MaxView application and field communications services are hosted within Microsoft Internet Information Server.Microsoft IIS is a leading enterprise ready web server,which securely powers hundreds of thousands of websites every day.As such there are many deployment and monitoring tools that can be employed by a city or agency as desired.One such tool is Microsoft AppFabric,which provides real-time monitoring and reporting of the MaxView services,and is configured by default during deployment. No Client Installation As MaxView is a true thin client there is an neer/to install or configure cry client software on the MaxView workstations. The only client requirement is a PC or Mac with a modern web browser and the Microsoft Silverlight plugin. If the Silverlight plugin is not already installed it will be downloaded and installed automatically when the MaxView client is loaded. As MaxView is web based, there are no ports to configure or additional client application services or components to install or manage with all traffic between the client and server routed over port 80.This also enabled seamless remote connections over existing VPN networks without any advanced configuration. The MaxView client can also be"installed"onto any number of client machines with a single click from the Web Browser.Once installed the application functions in the same way but is available from the start menu on the client computer. Automatic Client Upgrades The MaxView thin client architecture enables a seamless auto-upgrade whenever a new server version is deployed. Whether the client is connected through the Web Browser or an installed Client, when a new server version of the data set is detected it is automatically downloaded and loaded in seconds.There is no installer to run and the new version of the client is available within seconds.As the deployed application version is maintained on the server there are no legacy clients to manage or worry about. In this way the IT requirements of managing a MaxView system are drastically reduced. Self-Describing Controller Metadata When connected to a controller running MaxTime,the MaxView service requests specific information about the set of database tables and objects available within the local firmware when the controller first comes online. In this way, the controller essentially self-describes the set of database tables and features that it has available when it is first connected to the system. Unique Features INTELIGHT THE INTELLIGENT TRAFFIC SOLUTION This means that the MaxView system is future proof against additional database updates and changes in the field—whenever a new controller firmware is deployed the full set of database tables and editors are automatically available in MaxView® without having to reinstall or update the MaxView® services to support the new database tables and new features in future local software versions. With this functionality intersections in the field can be upgraded without the worry of coordinating an equivalent upgrade in the central system. Simple Intersection Configuration • Fully customizable drag and drop based intersection configuration with support for customizable user templates • Support for multiple status objects including vehicle phase status, pedestrian phase status, phase call status,ped call status,preempt status,detector status and many more. • Support for automatic detailed aerial photos for each intersection view with support for custom backgrounds if required • Drag and drop intersection placement on main map for easy system configuration • Support for customizable intersection templates to easily add new intersections based on existing configu rations Advanced Database Editor • Advanced database editor with support for a Live Front Panel editor that allows a user to see field operating signal timings and full status in real time • Support to upload and compare field databases on a recurring schedule or one time manually • Filterable event log of all database upload and download events with change tracking and user comments • Support to seamlessly switch between an archived server databases and the Live Front Panel editor for a given intersection • Support to save an existing system database to another controller to easily copy timings and configurations to other intersections across the system. • Intuitive in line help for all database fields with range checking while entering data • Support for fully controller driven database editor configuration, which eliminates the need to configure the controller software version as the controller reports the set of available tables directly to MaxViewe • Ability to view local controller stored databases in factory and user folders directly from MaxView® • Full support to copy and paste between multiple editors and outside programs such as Microsoft Office • Support to print or export the selected table with one click from the database editor Drag-and-Drop Calendar Based Scheduler: • Advanced drag and drop calendar based TOD scheduler that supports single commands or commands with advanced recurrences Unique Features V j N T E L I G .H T THE INTELLIGENT TEAPPIC SOLUTION • Simple drag and drop support to update or move commands to another day or time • Pre-programmed Quick Commands that can be dragged on to the schedule and moved as needed to simplify programming • Support for advanced command recurrence including: Daily, Weekly, Monthly and Yearly with configurable end date • Supports the ability to apply commands at the System, Section or Group level and then override commands at each child level—this allows c user to program the common schedule and then just set the exceptions as needed FDC3V Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNORTallahassee,FL 32399-0450 SECRETARY November 18, 2016 Mr.Tom Stiles Intelight, Inc. 3450 S. Broadmont Dr., Suite 126 Tuscon, AZ 85713 RE: Certification Letter Dear Mr. Stiles: in compliance with Section 316.0745, Florida Statutes, the following product has been evaluated against the requirements of FDOT specification 671 (FA 1-22-14), as documented in the evaluation report, certified, and placed on the Florida Department of Transportation's Approved Product List(APL). CERTIFICATION NUMBER PRODUCT TYPE MODEL 671-017-013 Controller—NEMA TS2 Type 2 X3 PRODUCT HEADING Intelight Inc., Controller—NEMA TS2 Type 2 LIMITATIONS COMMENTS None Evaluated with firmware MaxTime 1.9.2 The APL is located online at: https://fdotwp1.dot.state.fl.us/ApprovedProductList. The online APL is the official listing of certified products. Always view the APL online for the most current product certification information. This certification is not an endorsement of the product. Any modifications made to the device must be reviewed and approved by the Department prior to sale/use of the modified device. Failure to do so may cause removal of the device from the APL. For questions regarding this certification, please contact Carl Morse at(850) 921-7360. Sincerely, Elizabeth Birriel, P.E. Deputy State Traffic Operations Engineer cc: DTOEs, District TSM&O Program Engineers, STAT Members, CO-TERL Form QF-74-02-2 Effective 03/15/2016 www.dot.state.fl.us L -curer sass -a-11E O • iol. PowerEdge R530 Versatile and affordable two-socket, 2U mainstream rack server delivers balanced performance and mid-range scalability for a wide range of common business workloads. Designed for data centers needing an affordable, Innovative management with virtualization-ready,two-socket rack server,the intelligent automation PowerEdge R530 is an excellent platform for a wide range of common business applications and small- The Dell OpenManage systems management scale virtualization.The R530 is also highly attractive portfolio includes innovative solutions that simplify as a dedicated development or backup server. and automate essential server lifecycle management tasks— making IT operations more efficient and Deliver powerful performance Dell servers the most productive, reliable and cost effective. Leveraging the incomparable agent-free Accelerate performance across a wide range of capabilities of the PowerEdge embedded iDRAC with workloads with the latest Intel®Xeon®processor Lifecycle Controller technology,server deployment, E5-2600 v4 product family. Drive greater memory configuration and updates are streamlined across performance with 12 DiMM slots and DDR4 the OpenMarage portfolio and through integration memory. Roost I/O performance with five PCIe with third-party management solutions, slots, including three PC!e 3.0 slots driving 2x data Monitoring and control of Dell and third-party throughput compared to the previous generation. data center hardware is provided by OpenManege Essentials and with anytime,anywhere mobile Maximize operational efficiency access,through OpenManage Mobile.OpenManage Accelerate time to productionand drive better ROI Essentials now also delivers Server Configuration Management capabilities that automate one-many by automating deployment with the PowerEdge PowerEdge bare-metal server and OS deployments, embedded integrated Dell Remote Access Controller 8 quick and consistent replication of configurations (iDRAC8)with Lifecycle Controller. Save time for and ensure compliance to a predefined baseline !T administrators with intuitive automated tools for with automated drift detection. monitoring and updating.Control energy budgets with highly energy-efficient processors,memory, power supplies and Fresh Air 2.0 capability. Discovergreater versatility PowerEdge R530 y Easily accommodate data growth with support for • Latest Intel Xeon processor up to 8 x 3.5" hard drives.Select from a range of RAID options for data protection and optimized E5-2600 v4 product family performance.Adapt flexibly to changing workload conditions with an expandable platform ready for `" s virtualization and high-availability clustering. Up to 8 x 3.5 hard drives • Up to x PCIe slots (including 3 x P 1 .0) Feature PtswerE.d e R53,0 ttectanicatspecification Form factor 2U rack server --......._..... ................ Intel°Xeon°processor E5-2600 v4 product family Processor sockets:2 Processor Chipset:C610 Internal Interconnect:up to 9.6GT/s; Cache:2.5MB per core;core options:4,6,8,10,12,14,16,18 _.....__._,,._ Memory DDR4 DIMMs at up to 2400MT/s;12 DIMM slots:4GB/6GB/16GB/32GB Support for up to 5 x PCIe I/O slots -3 x PCIe 3.0 x PCIe 2.0 Storag , Up to 8 x 3.5'SAS.SATA,nearline SAS.SSD drives — Internal controllers:PERC S130(SW RAID),PERC H330,PERC H730,PERC H730P RAID controllers External HBAs(RAID):PERC H830 External HBAs(non-RAID):12Gbps SAS HBA Network controller 4 x IGbE 4 x 1GbE LOM Communications Click here for R530 supported network interface cards(NICs)and host bus adapters IH6As)and scroll to 'Additional Network Cards'section. --..........- .............. Power supplies 495W,750W,1100Whot-plug PSU;-48V DC 1100W hot-plug PSU; 450W cabled PSU......_._ Systems management: Dell OpenManage Integrations: IPMI 2.0 compliant;Dell OpenManage Essentials;Dell • Dell OpenManage Integration Suite for OpenManage Mobile;Dell OpenManage Power Center Microsoft*System Center • Dell OpenManage Integration for VMware° Systems mane Remote management vCenterTH S management g 1DRACB with Lifecycle Controller;IDRAC8 Express Dell OpenManage Connections: (default);IDRAC8 Enterprise(upgrade);BGB vFlash media • HP Operations Manager,IBM Tivoli°Netcool° (upgrade);16GB vFlash media(upgrade) and CA Network and Systems Management • Dell OpenManage Plug-in for Oracle°Database Manager ,,.. Optional supported Citrix XenServer,VMware vSphere°ESXi°,Red Hat°Enterprise Virtualization hypervisors Microsoft Windows Server°2008 R2 Microsoft Windows Server 2012 Operating systems Microsoft Windows Server 2012 R2 Novell SUSS•Linux Enterprise Server Red Hat Enterprise Linux For more Information on the specific versions and additions,visit Detl.comlOSsunperc Rack support ReadyRailsm II sliding rails for tool-less mounting in 4-post racks with square or unthreaded round holes or tooted mounting in 4-post threaded hole racks,with support for optional tool-less cable mana•ement arm. OEM-ready version From bezel to BIOS to packaging,your servers can look and feel as if they were designed and built by you. available For more information,visit Deil.corn/CEM. Dell ProSupport Plus for critical systems or Dell ProSupport for premium hardware and software support for your Recommended PowerEdge solution.Consulting and deployment offerings are also available.Contact your Dell representative support today for more information.Availability and terms of Dell Services vary by region.For more information,visit Delt.comiServiceDescrip ions.__ End-to-end technology solutions Reduce IT complexity,lower costs and eliminate inefficiencies by making IT and business solutions work harder for you. You can count on Dell for end-to-end solutions to maximize your performance and uptime.A proven leader In Servers, Storage and Networking, Dell Enterprise Solutions and Services deliver innovation at any scale.And if you're looking to preserve cash or increase operational efficiency,Dell Financial Services-has a wide range of options to make technology acquisition easy and affordable.Contact your Dell Sales Representative for more information.** Learn More at Dell.com/PowerEdge. ®2016 Dell Inc.All rights reserved.Dell,the DELL logo,the DELL badge.PowerEdge,and OpenManage are trademarks of Dell Inc.Other trademarks and trade names may be used in this document to refer to either the entities claiming the marks and names or their products.Dell disclaims proprietary interest in the marks and names of others.This document Is for informational purposes only.Dell reserves the right to make changes without further notice to any products herein.The content provided is as is and without express or implied warranties of any kind."Leasing and financing provided and serviced by Dell Financial Services L.L.C.or its affiliate or designee COPS')for qualified customers.Offers may not be available or may vary In certain countries.Where available,offers may be changed without notice and are subject to product availability,credit approvaL execution of documentation provided by and acceptable to DFS.and may be subject to ninlmum transaction size.Offers not available for personaL family or household use.Dell and the DELL logo are trademarks of Dell Inc Fr Dell, Precision Tower L 3000 Series (3420) Worrstation performaoce and retraffilly In°a mace savtganlart for n1 factor The Dell Precision Tower 3000 Series is a needs of specific professional software fully customizable, entry workstation applications. The Dell Precision Tower 3000 certified to run professional applications Series includes the latest 6th Generation ideal for people who need the performance Intel® CoreTM and Intel@ XeonT" and reliability, but felt a workstation was processors, NVIDIA Quadro® or AMD out of their budget. FireProTm professional graphics card, new NECC and ECC DDR4 memory, and models Every Dell Precision is designed around available with Thunderbolt® 2 to provide innovation, performance and reliability. We you with the performance to make the understand the importance of time and most of your time. A new addition to the workflow for all professional creators. With entry workstation is optional PCIe SSD this in mind we design technology with the storage. This storage is the fastest storage most innovative performance technologies, available. and work with our software partners to test and certify all Dell Precisions, so that we Outstanding reliability maximize performance and minimize The software applications that many downtime. industries use to create demand computers Innovative design that are stable and reliable. Dell invests thousands of hours with Independent The Dell Precision 3000 Tower SFF is the Software Vendors (ISV) rigorously testing smallest workstation we have ever created. our Dell Precision workstations so we can At 6%* smaller than it's predecessor, it deliver a tested, and fully optimized delivers a smaller footprint with even more workstation to you. We partner with performance than ever. companies like Autodesk, Adobe, and Powerful performance Solidworks and many others to ensure your Dell Precision workstations work Professional software applications and the harmoniously with your software, as well as time it takes you to render, model, and improve the quality of technical support process are all key factors to your creativity. you will receive in the event that you need Every Dell Precision comes with the it. If you do need technical support, Dell exclusive Dell Precision Optimizer installed. ProSupport Plus is the most complete This unique software, which can be service and support offering in the industry centrally managed using your existing System Center Configuration Manager Recommended accessories (SCCM) console, enables users to Dell offers a complete portfolio of experience increased application recommended accessories for your Dell performance and productivity from their Precision workstations. These accessories Dell Precision workstation by automatically include the world's #1 Dell monitor brand, adjusting system settings based on the industry-specific peripherals, keyboards and mice. `Beed on'Memel Dell analysis,5113/15 r ` Precision Tower 3000 Series 13420)Tec,rinical Specification Intel® Xeon® Processor E3-1200 v5 Family;6t^generation Intel®Corem 17,5 and 13:Intel Turbo Boost technologye1 and Intel Processor Options: Integrated HD Graphics on select Processors:optional vProm Technology Windows®10 Professional(64 bit) Windows® 7 Professional(64-Bit) Windows®10 Home(64 bit) Red Hat® Enterprise Linux®7.2 Operating Windows®81 Professional(64-Bit) Ubulntu Linux 14.04 System Optionsz Windows®8.1.Home(64 bit) NeoKylin 6.0(China only) Windows®7 Professional(32-bit) Intel®C236 Chipset Memory Options, 4 Dimm Slots;Up to 64GB 2133Mhz Non-ECC DDR4 Memory;Up to 64GB 2133Mhz ECC DDR4 Memory Graphics Options, One PCI Express®x16 Gen 3 Graphics card up to SOW Entry 3D cards: Professional 2D cards: AMD FirePro W4100 NVIDIA NVS 510 AMD FirePro W2100 NVIDIA NVS 310 NVIDIA Quadro K1200 Intel HO Graphics 530/P530 NVIDIA Quadro K620 NVIDIA Quadro K420 Storage Options' Support for up to(1)M2 PCIe SSD and Up to(1)3.5"SATA or(2)2.5"SATA. Support for Intel Ready Mode technology Support for up to(1)additional PCIe SSD on Dell Precision Ultra-Speed drive(x8)with active cooling(Available soon) alM2 PCIe SSD(NVMe) 2.5'SATA SSD 2.5'SATA 3.5'SATA Self Encrypting Drives Up to(1)1TB on MB Up to(2)512GB 7200 RPM Up to W 4TB 5400 RPM 500 GB 7200 RPM or U to(1)1TB on Dell Precision Up to�) Up to(1)2TB 7200 RPM 512GB 2.5'SSD Up 1TB 7200 Ultra-Speed drive(corning soon) RPM Storage Controller Integrated:Intel Rapid storage Controller 12.0 supporting SATA 6Gb/s and host based RAID 0/1 Integrated:Intel Ethernet Connection 1219-LM 10/100/1000 Communications Optional:Intel 10/100/1000 PCIe Gigabit Networking card Optional:Intel Wireless 80211ac card(No Bluetooth) Integrated Realtek ALC3234 High Definition Audio Codec(2 Channel) Speakers Internal Speaker;Optional Dell 2,0 stereo speaker systems available and Dell sound bar for select flat-panel displays Optional Thunderbolt 2 PCIe Card(coming soon) Optional Serial Port PCIe Card Add-in cards Optional 1394 alb PCIe Card(3 Ports-2x 1394b+lx 1394a) Optional Parallel Port PCIe Card Support for up to(1)additional PCIe SSD on Dell Precision Ultra-Speed drive(x8)with active cooling(Coming soon) front Internal Rear 2-USB 2.0 3-SATA 6Gb/s 2-USB 2.0 1-RJ45 Network Connector I/O Ports2-USB 3.0 4-USB 3.0 1-Serial 1-Universal Audio Jack 2-PS2 1-Audio Line out 1-Internal SD Card reader 2-DisplayPort 1-VGA Connector(Optional) (Optional) 1-HDMI HxWxD:11.42'x 3.65'x 11.5'(29cm x 926cm x 29.2cm) Bays:(1)Internal 3.5-bay-supports(1)3.5-or(2)2.5-drives;(1)external slimline optical bay Chassis Slots:(1)half height PCIe x16 Gen3:(1)half height PCIe x4 Gen 3;(11 M.2(22x80mm) Power Supply:240W 92%efficient PSU(8OPLUS Platinum Certified)Energy Star Compliant; 180W 85%efficient PSU(80PLUS Bronze Certified)Energy Star Compliant Storage devices Optional:1 Slim optical drive:DVD-ROM;DVD+/-RW; Optional Internal SD Card reader Option Trusted Platform Modute6 TPM 1.2(TPM 2.0-firmware upgradable)Dell Data Protection)Security Tools,Dell Data Protection) Encryption,Dell HW Crypto Accelerator,Microsoft Windows Bitlocker,Local HDD data wipe via BIOS(-Secure Erase"),Encryption- Security Options' SED HDD(Opal FIPS),Chassis lock slot support,Lockable Port Cover-Chassis Intrusion Switch,0-Pedigree(Secure Supply Chain Functionality),Setup/BIOS Password,Optional Smart Card keyboards,Intel®Trusted Execution Technology,Intel®Identity Protection Technology,Dell Secure Works,BIOS support optional Computrace7,Intel Software Guard extensions Systems Management, Dell Client Command Suite:Out of Band management support via vPro Regulatory& ENERGY STAR®configurations available including 80 PLUS®Platinum power supplies;EPEAT® registered(see epeat.net for specific registration rating/status by country);China CECP;GS Mark.For a complete listing of declarations&certifications,see Dell's Environmental regulatory&compliance homepage at dell.com/regulatory_compliance Warranty&Support 3-Year Limited Hardware Warranty and 3-year NBD On-Site Service after Remote Diagnosis Services 7 Optional:Dell ProSupport Is designed to rapidly respond to your business's needs,help protect your investment and sensitive data, and provide enhanced proactive support services to help reduce risk and complexity within your IT environment TM TM Configurations Available Some options available only in select regions;ISV certification applies to select configurations:lintel Turbo Boost modeonty available on Neon.Core 17 and Core i5 processors.Intel Integrated HD graphics only available with select processors:'A 64-bit operating system is required to support 4GB or more of system memory,.3D6 means 1 billion bytes and TB equals 1 trillion bytes:actual capacity varies with preloaded material and operating environment and will be less;.GB means 1 billion bytes and TB equals 1 trillion bytes:significant system memory may be used to support graphics,depending on system memory size and other factors:5Computrace is nota Det offer.Certain conditions apply.For full details,see toms and conditions at www.absolure.corn/en/about/legal/egreements,stysterus Management Optlons:lntel®vPro Technology-Fully vPro-capable at point of purchase;the vero systems management option requires vPro processors.Includes support for Intel Advanced Management Technology(AMT)9x.Intel®Standard Manageability-Fully enabled et point of purchase,the hid Standard Management option Is a subset of the AMT features.ISM is not upgradeabfe to vPro technology post-purchase.No Out-of-Band Systems Management-This option entirely removes Intel out of band systems (o0B)management features,The system can still support In band management 00B management support through AMT cannot be upgraded post-purchase.'Availability and terms of Del Services vary by region.For more information,visit Deecom/sesvicecontractr/global Limited Hardware Warranty available by wilting Dell USA LP.Attn:Warranties,One Dell Way.Round Rock TX 76682 or see v,rr.�"tn:i-cm-rr.zr.orgy;Onsite Service after Remote Diagnosis:Remote Diagnosis Is determination by online/phone technician of cause of issue;may Involve customer access to inside of system and multiple or extended sessions.If issue Is covered by Limited Hardware Warranty(www.elLcom/wamunty)and not resolved remotely,technician and/or part wit be dispatched,usually within 1 business day following completion of Remote Dlagnosls.Avallability varies.Other conditions apply. Copyright 2015 Dell Inc All rights reserved.Venue Is a trademark of Dell Inc Intel and Xeon are trademarks or registered trademarks of Intel Corporation or its subsidiaries in the United States of America and other countries. Microsoft and Windows are trademarks or registered trademarks of Microsoft Corporation In the U.S.and other countries..Other trademarks or trade names may be used In this document to refer ro elther the entities claiming the marks and names or their products.Dell disclaims proprietary interest In the marks and names of others.Reproduction in any manner whatsoever without express written permission from Des Inc.is strictly forbidden. COLLIER COUNTY Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii)the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Control Technologies, Inc. Date 01/13/17 Ai Authorized Signature ` Address 2776 S. Financial Court Sanford, FL 32773 Solicitation/Contract# RFP 16-7034 02/75 R3 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-32 ROCURE1dF.NT CERTIFICATION REGARDING DEBARMENT,SUSPENSION, P 11;15 INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant/Contractor: Control-Technologies, Inc. By: Michael R. Day ;' ,.. Date: 1/13/17 Title: President Instructions for Certification Instructions for Certification-Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and 1200) a. By signing and submitting this proposal,the prospective lower tier is providing the certification set out below. b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into.If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government,the department,or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms"covered transaction,""debarred,""suspended,""ineligible,""participant,""person,""principal,"and"voluntarily excluded,"as used in this clause,are defined in 2 CFR Parts 180 and 1200.You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations."First Tier Covered Transactions"refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction(such as subcontracts). "First Tier Participant"refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds(such as the prime or general contractor)."Lower Tier Participant"refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors and suppliers). e.The prospective lower tier participant agrees by submitting this proposal that,should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible,or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended,debarred, or otherwise ineligible to participate in covered transactions.To verify the eligibility of its principals,as well as the eligibility of any lower tier prospective participants,each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/),which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause.The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily excluded from STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-32 CERTIFICATION REGARDING DEBARMENT,SUSPENSION, 11;15 INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. COLLIER COUNTY Federal Highway Adminstration (FHWA) Buy America Certification Steel, Iron or Manufactured Products A bidder or offeror must submit to the FHWA recipient the appropriate Buy America certification (below) with all bids or offers on FHWA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 23 U.S.C. 313 & 23 C.F.R. 635.410 The bidder or offeror hereby certifies that it will meet the requirements of 23 U.S,C. 313 and the applicable regulations in 23 C.F.R. Part 635.410. Date 1/13/17 Signature Company Name Control Technologies, Inc. Title President ❑ Certificate of Non-Compliance with 23 U.S.C. 313 & 23 C.F.R. 635,410 The bidder or offeror hereby certifies that it cannot comply with the requirements of 23 U.S.C. 313 and the applicable regulations in 23 C.F.R. Part 635.410., but it may qualify for an exception pursuant 23 U.S.C. 313 and the applicable regulations in 23 C.F.R. Part 635.410. Date Signature Company Name Title STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-33 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT 10/01 ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant,the making of any federal loan, the entering into of any cooperative agreement,and the extension,continuation, renewal, amendment,or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this federal contract,grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: Control Technologies, Inc. By: Michael R. Day Date: 1/13/17 Authorized Signature: F ' ri Title: President STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-31 DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT 02/18 Is this form applicable to your firm? YES NO El If no,then please complete section 4 below for"Prime" 1.Type of Federal Action: 2. Status of Federal Action: 3.Report Type: a. contract a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan Year: Quarter: e. loan guarantee Date of last report: f. loan insurance (mm/dd/yyyy) 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and [xj Prime ❑ Subawardee Address of Prime: Tier , if known: Control Technologies,Inc. 2776 S Financial Court Sanford, Fl 32773 Congressional District, if known:4c Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable: 8. Federal Action Number,if known: 9.Award Amount, if known: 10. a. Name and Address of Lobbying Registrant b.Individuals Performing Services(including address if (if individual, last name, first name, Mt): different from No. 10a) (last name, first name, Ml): 11. Information requested through this form is authorized by title 31 U.S.G.section 1352.This disclosure of lobbying activities is a Signature: 1 material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered Michael R. Da into.This disclosure is required pursuant to 31 U.S.C. 1352. Print Name: y This information will be available for public inspection.Any person who fails to file the required disclosure shall be subject Title: President to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. Telephone No.:407-330-2800 Date(mm/dd/yyyy): 01/13/2017 Authorized for Local Reproduction Federal Use Only: Standard Form LLL(Rev.7-97) 37'.030.34 PROCUREMENT 04714 Page 2 ort INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last. previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be,a prime or subaward recipient. Identify the tier of the subawardee, e.g.,the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee,"then enter the full name,address,city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known, enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB)number;grant announcement number;the contract, grant,or loan award number;the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a)Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services, and include full address if different from 10(a). Enter Last Name, First Name, and Middle Initial(MI). 11. The certifying official shall sign and date the form, print his/her name,title, and telephone number. According to the Paperwork Reduction Act.as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number.The valid OMB control number for this information collection is OMB No.0348-0046.Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions,searching existing data sources, gathering and maintaining the data needed,and completing and reviewing the collection of information.Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,DC 20503. STATE OF Ft ORIOA DEPARTMENT OF TRANSPORTATION 375-030-SD CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUREMENT OGC-09/16 FOR CONSULTANT/CONTRACTOR/TECHNICAL ADVISORS I certify that I have no present conflict of interest, that I have no knowledge of any conflict of interest that my firm may have, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation on any contract if I have a conflict of interest or a potential conflict of interest. Consultants/Contractors are expected to safeguard their ability to make objective,fair, and impartial decisions when performing work for the Department, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Consultants performing work for the Department should avoid any conduct(whether in the context of business, financial, or social relationships)which might undermine the public trust,whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department") related to the procurement of the above-referenced("Project")that I gain access to as a result of my involvement with the Project("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to, documents submitted to the Department by entities seeking an award of the Project("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest, technical proposals, price proposals,financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department("Project Personnel"). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Department's Procurement Office. I will also maintain security and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors,or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned standards could result in the termination of my work for the Department. I further realize that violation of the above mentioned statute would be punishable in accordance with Section 838.22, Florida Statutes. Advertisement No./ Description Financial Project Number(s) Solicitation No. RFP 16-7034 ATMS Software and Controller Update #433174-1-98-01 Click here for additional page for typing Names,Project Description and Financial Project Numbers Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Printed Names Signatures - Date Michael R. Day b'� V!''.41. 1/13/17 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.60 CONFLICT OF INTEREST/CONFIDENTIALITY PROCUREMENT OGC-09nE CERTIFICATION FOR CONSULTANT/CONTRACTOR/TECHNICAL ADVISORS Additional Page Advertisement No./ Description Financial Project Number(s) Solicitation No. Each undersigned individual agrees to the terms of this Conflict of interest/Confidentiality Certification. Printed Names Signatures Date COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT Control Technologies, Inc. 59-2038877 IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, VETERAN Y 0 IS THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSINESS ENTERPRISE? DBE? Y © CONSTRUCTION? Y (DRE/MBE/WBE)OR HAVE A SMALL DISADVANTAGED BUSINESS BA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y © CONSULTATION? Y N ADMINISTRATION? A SERVICE.DISABLED VETERAN? WBE? Y OTHER? © N SDB 8A? Y IS THIS SUBMISSION A REVISION? Y (N) IF YES,REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTE ' Ih Michael R. Day 1/13/17 President i` EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUkEIER mikeActtraffic.com 407-330-2800 407-330-2804 NOTE:This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont.Asian American SAA Asian-Pacific American APA Non-Minority Women NMW Other:not of any other group listed 0 D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLLIER CONTRACT k(IFB/RFP or PO/REQ) GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE Est.2010 v.2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 3754)40-62 BID OPPORTUNITY LIST FOR COMMODITIES & CONTRACTUAL PROCUREMENT 01116 SERVICES Prime Contractor: Control Technologies, Inc. Address/Phone Number: 2776 S. Financial Court Sanford, Fl 32773 phone: 407-330-2800 Procurement Number: RFP 16-7034 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating,or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts,or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs.This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors must provide information for Numbers 1,2, 3 and 4, and should provide any information they have available on Numbers 5, 6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number: 59-2038877 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: Control Technologies, Inc. ❑x Non-DBE ❑ Less than $1 million 3. Phone: 407-330-2800 LI Between$1 -$5 million 4. Address: 2776 S. Financial Court ❑Between $5-$10 million Sanford. Fl 32773 ❑ Between $10-$15 million More than $15 million 5. Year Firm Established: 1980 1. Federal Tax ID Number: 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑ Between$1 -$5 million 4. Address: ❑ Between $5-$10 million ❑ Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE Cl Less than$1 million 3. Phone: ❑ Between $1 -$5 million 4. Address: ❑ Between $5-$10 million ❑ Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than$1 million 3. Phone: ❑ Between $1 -$5 million 4. Address: ❑ Between $5-$10 million ❑ Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid—ITB) PRICE PROPOSAL(Request for Proposal—RFP) REPLY(Invitation to Negotiate—ITN) COLLIER COUNTY Certification Regarding Drug-Free Workplace Requirements The grantee certifies that it will provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing a drug-free awareness program to inform employees about—(1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation and employee assistance programs, and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a)that, as a condition of employment under the grant, the employee will— (1) Abide by the terms of the statement; and (2) Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after each conviction; (e) Notifying the agency within ten days after receiving notice under subparagraph (d)(2)from an employee or otherwise receiving actual notice of such conviction; (f) Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted— (1) Taking appropriate personnel action against such an employee, up to and including termination; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e)and (f). Michael R. Day President Certifying Official Name Title \ .; 01/13/17 Signature'.___,_ Date STATF OF FLORIDA DFPARTME NT OF TRANSPORTATION 375-030-30 TRUTH IN NEGOTIATION CERTIFICATION PROCUREMENT 05114 Pursuant to Section 287.055(5)(a), Florida Statutes, for any lump-sum or cost-plus-a-fixed fee professional services contract over the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY FOUR, the Department of Transportation (Department)requires the Consultant to execute this certificate and include it with the submittal of the Technical Proposal,or as prescribed in the contract advertisement. The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this projects agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within(1)year following the end of the contract. For purposes of this certificate,the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department,whichever is later. Control Technologies, Inc. Name of Consultant By: Michael R. Day President ' 1/13/17 Date SCHEDULE F REQUEST FOR PROSPOSAL (following this page) F-1IPage Contract 16.7034 AIMS Software and Controller Update C'� REQUEST FOR PROPOSAL Cofer County Administrative Services Department Procurement Services Di,Asion COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS FHWA Funded LAP Program #433174-1-98-01 RFP 16-7034 ATMS Software and Controller Update Brenda Brilhart, Procurement Strategist (239) 252-8446(Telephone) (239) 252-6697(Fax) brendabrilhart@colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Pr iters nt Senrsw OFs>.•ian•3.327 Taman);Trail East•Wwi,i.Fonda 34112?901•239.2526407•xww.c.eie r,^v.rteVpnxa:renwntserN ces Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL RFP INSTRUCTIONS 7 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 10 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 13 ATTACHMENT 1:VENDOR'S NON-RESPONSE STATEMENT 21 ATTACHMENT 2:VENDOR CHECK LIST 22 ATTACHMENT 3:CONFLICT OF INTEREST AFFIDAVIT 23 ATTACHMENT 4:VENDOR DECLARATION STATEMENT 24 ATTACHMENT 5:IMMIGRATION AFFIDAVIT CERTIFICATION 26 ATTACHMENT 6:VENDOR SUBSTITUTE W—9 27 ATTACHMENT 7:INSURANCE AND BONDING REQUIREMENTS 28 ATTACHMENT 8:REFERENCE QUESTIONNAIRE 30 EXHIBIT A—PROJECT SCOPE 31 EXHIBIT B—GRANTING AGENCY PROVISIONS&FORMS(Provided in separate file) 16-7034 ATMS Software&Controller Update 2 Cofer County Administrative Services Department Procurement Setvices Drrisi0n Legal Notice Sealed Proposals to provide ATMS Software and Controller Update will be received until 3:00 PM Naples local time, on January 12, 2017 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. RFP 16-7034 ATMS Software and Controller Update Services to be provided may include, but not be limited to the following: It is the intent of the County to replace the current traffic management software and controllers with new traffic signal controllers and ATMS software in support of the County's planned expansion of its Intelligent Transportation System (ITS)to optimize traffic signal functions, coordination, and TMC operations. A pre-proposal meeting will not be held for this solicitation. All statements shall be made upon the official proposal form which may be obtained on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Edward F. Coyman Director, Procurement Services This Public Notice was posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the Lobby of Procurement Services Division Building "G", Collier County Government Center on December 9, 2016. 'il0 ;Amerr:art_vncr, ;0442:1trot•332!1,miami 1:xr:•a J•N pir;,,Fond;:34112 W1•vnaw.coeeergoe;noVpaudhasing 16-7034 ATMS Software&Controller Update 3 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Growth Management Department (hereinafter, Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Brief Description of Purchase The County has been awarded $600,000.00 in funds from FHWA for this project. See Exhibit A — Scope of Services for more details. It is the intent of the County to award to one firm. Term of Contract The County intends to negotiate an agreement with the number one ranked firm. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 12/9/2016 Last Date for Receipt of Written Questions 5:00 PM 1/5/2017 Pre-solicitation meeting N/A Addendum Issued By 1/9/2017 Solicitation Deadline Date and Time 3:00 PM 1/12/2017 Anticipated Evaluation of Submittals Week of 1/16/2017 Vendor Presentations if Required TBD Anticipated Completion of Contract Negotiations By 2/15/2017 Anticipated Board of County Commissioner's Contract Approval By 3/30/2017 Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. 16-7034 ATMS Software&Controller Update 4 The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I, Cover Letter/ Management Summary Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. Tab II: ATMS Software Functionality And Compliance(35 points/20 Page limit) In this tab, include: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. Tab Ill: Technical Experience with Controller deployments and ATMS Deployment/(25 Points/ 15 Page limit) In this tab, include: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. • List Current Projects in the Format Identified Below Original Final Number of Project Description Start Date End Date Project Change Budget Cost Orders Tab III: Cost of Services to the County(10 Points/3 Page Limit) In this tab, include: • Provide the projected total cost and estimated calendar day duration (including projected hours) for which your firm will provide the work as described in this RFP. • Provide proposed fee schedule of principals and staff(including sub-consultants). Tab IV: Previous Performance on Similar Projects (15 Points/5 Page Limit) In this tab, include: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. 16-7034 ATMS Software&Controller Update 5 • Attach resumes of any sub-consultants and attach letters of intent from stated sub- consultants must be included with proposal submission. Tab V: References(10 Points) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal directly to the Procurement Strategist at the fax number listed on the first page or via email. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab VI: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VII: Required Form Submittals • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Affidavit for Claiming Status as a Local Business • Attachment 6: Immigration Affidavit Certification • Attachment 7: Vendor Substitute W-9 • Attachment 8: Insurance and Bonding Requirements • Attachment 9: Reference Questionnaire • Granting Requirements— Forms Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Functionality and Compliance 35 Tab III, Technical Experience 25 Tab IV, Cost to the County 10 Tab V, Previous Performance 20 Tab VI, References 10 TOTAL 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the Committee will be asked to break the tie based on the evaluation criteria as presented in this RFP. 16-7034 ATMS Software&Controller Update 6 Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre- proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Procurement Services Division. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be uploaded electronically on the County's on line bidding system: www.colliergov.net/bid before 3:00 PM, Naples local time, on or before January 12, 2017. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 16-7034 ATMS Software&Controller Update 7 8. Evaluation of Proposals The County's procedure for selecting is as follows: 1) The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2) The Request for Proposal is issued. 3) Subsequent to the closing date for the proposals, the Procurement professional will conduct a preliminary review of the proposals received and review each proposal to determine if it's responsive to the requirements of the published RFP. 4) Selection committee meetings will be open to the public and the Procurement professional will publicly post notice of such meeting(s) in the lobby of the Procurement Services Division Building, County calendar and on the County's Procurement Services Internet site. Public meeting dates and times should be posted with at least three (3) days in advance on the County's website calendar. 5) Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form. Committee members will individually prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. Although it is a tool, the signed form will become part of the final procurement record. 6) At the scheduled selection meeting, the members will present their independent conclusions and comments based on their reading and interpretation of the materials presented to each other, and they may ask questions of one another 7) The Selection Committee reserves the right to hold oral presentations and establish a rank order for presentations. In any of the selection committee meeting deliberations, by consensus, members may request to invite firms in to clarify their proposals, ask for additional information, present materials, interview, and ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. 8) Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. Once final rank is completed by the Committee, the public will be permitted to provide comments (limited to three(3) minutes). 9) After final consensus of the ranking, staff will subsequently enter into negotiations. Recommendation of contract award is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and/or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 9. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 16-7034 ATMS Software&Controller Update 8 10.Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to negotiate with the 2nd ranked firm or to re-advertise using the same or revised documentation, at its sole discretion. 16-7034 ATMS Software&Controller Update 9 Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer b) No charges will be paid by the COUNTY for This offer is subject to cancellation by the packing, crating or cartage unless otherwise COUNTY without notice if not accepted by specifically stated in this Purchase Order. VENDOR within fourteen (14) days of issuance. Unless otherwise provided in Purchase Order, no invoices shall be issued nor 2. Acceptance and Confirmation payments made prior to delivery. Unless This Purchase Order(including all documents freight and other charges are itemized, any attached to or referenced therein) constitutes discount will be taken on the full amount of the entire agreement between the parties, invoice. unless otherwise specifically noted by the c) All shipments of goods scheduled on the COUNTY on the face of this Purchase Order. same day via the same route must be Each delivery of goods and/or services received consolidated. Each shipping container must by the COUNTY from VENDOR shall be be consecutively numbered and marked to deemed to be upon the terms and conditions show this Purchase Order number. The contained in this Purchase Order. container and Purchase Order numbers must be indicated on bill of lading. Packing No additional terms may be added and slips must show Purchase Order number Purchase Order may not be changed except by and must be included on each package of written instrument executed by the COUNTY. less than container load (LCL) shipments VENDOR is deemed to be on notice that the and/or with each car load of equipment. COUNTY objects to any additional or different The COUNTY reserves the right to refuse or terms and conditions contained in any return any shipment or equipment at acknowledgment, invoice or other VENDOR'S expense that is not marked with communication from VENDOR, notwithstanding Purchase Order numbers. VENDOR the COUNTY'S acceptance or payment for any agrees to declare to the carrier the value of delivery of goods and/or services, or any similar any shipment made under this Purchase act by VENDOR. Order and the full invoice value of such shipment. 3. Inspection d) All invoices must contain the Purchase All goods and/or services delivered hereunder Order number and any other specific shall be received subject to the COUNTY'S information as identified on the Purchase inspection and approval and payment therefore Order. Discounts of prompt payment will be shall not constitute acceptance. All payments computed from the date of receipt of goods are subject to adjustment for shortage or or from date of receipt of invoices, rejection. All defective or nonconforming goods whichever is later. Payment will be made will be returned pursuant to VENDOR'S upon receipt of a proper invoice and in instruction at VENDOR'S expense. compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government To the extent that a purchase order requires a Prompt Payment Act," and, pursuant to the series of performances by VENDOR, the Board of County Commissioners COUNTY prospectively reserves the right to Purchasing Policy. cancel the entire remainder of the Purchase Order if goods and/or services provided early in 5. Time Is Of the Essence the term of the Purchase Order are Time for delivery of goods or performance of non-conforming or otherwise rejected by the services under this Purchase Order is of the COUNTY. essence. Failure of VENDOR to meet delivery 4. Shipping and Invoices schedules or deliver within a reasonable time, a) All goods are FOB destination and must be as interpreted by the COUNTY in its sole suitably packed and prepared to secure the judgment, shall entitle the COUNTY to seek all lowest transportation rates and to comply remedies available to it at law or in equity. with all carrier regulations. Risk of loss of VENDOR agrees to reimburse the COUNTY for any goods sold hereunder shall transfer to any expenses incurred in enforcing its rights. the COUNTY at the time and place of VENDOR further agrees that undiscovered delivery; provided that risk of loss prior to delivery of nonconforming goods and/or actual receipt of the goods by the COUNTY services is not a waiver of the COUNTY'S right nonetheless remain with VENDOR. 16-7034 ATMS Software&Controller Update 10 to insist upon further compliance with all claims of negligence, costs and expenses, specifications. including but not limited to attorneys' fees, arising from, caused by or related to the injury 6. Changes or death of any person (including but not limited The COUNTY may at any time and by written to employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of of this Purchase Order. Should any such or are incident to the goods and/or services to change increase or decrease the cost of, or the be provided hereunder. time required for performance of the Purchase Order, an equitable adjustment in the price 11. Warranty of Non-Infringement and/or delivery schedule will be negotiated by VENDOR represents and warrants that all the COUNTY and VENDOR. Notwithstanding goods sold or services performed under this the foregoing, VENDOR has an affirmative Purchase Order are: a) in compliance with obligation to give notice if the changes will applicable laws; b) do not infringe any patent, decrease costs. Any claims for adjustment by trademark, copyright or trade secret; and c) do VENDOR must be made within thirty (30) days not constitute unfair competition. from the date the change is ordered or within such additional period of time as may be agreed VENDOR shall indemnify and hold harmless the upon by the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with specified by the COUNTY, and will be of VENDOR'S representations and warranties in satisfactory material and quality production, free section 11 (a). from defects and sufficient for the purpose intended. Goods shall be delivered free from If any claim which arises from VENDOR'S any security interest or other lien, encumbrance breach of section 11 (a) has occurred, or is or claim of any third party. These warranties likely to occur, VENDOR may, at the shall survive inspection, acceptance, passage of COUNTY'S option, procure for the COUNTY the title and payment by the COUNTY. right to continue using the goods or services, or replace or modify the goods or services so that 8. Statutory Conformity they become non-infringing, (without any Goods and services provided pursuant to this material degradation in performance, quality, Purchase Order, and their production and functionality or additional cost to the COUNTY). transportation shall conform to all applicable laws, including but not limited to the 12. Insurance Requirements Occupational Health and Safety Act,the Federal The VENDOR, at its sole expense, shall provide Transportation Act and the Fair Labor commercial insurance of such type and with Standards Act, as well as any law or regulation such terms and limits as may be reasonably noted on the face of the Purchase Order. associated with the Purchase Order. Providing and maintaining adequate insurance coverage 9. Advertising is a material obligation of the VENDOR. All No VENDOR providing goods and services to insurance policies shall be executed through the COUNTY shall advertise the fact that it has insurers authorized or eligible to write policies in contracted with the COUNTY for goods and/or the State of Florida. services, or appropriate or make use of the COUNTY'S name or other identifying marks or 13. Compliance with Laws property without the prior written consent of the In fulfilling the terms of this Purchase Order, COUNTY'S Purchasing Department. VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of 10. Indemnification its business. By way of non-exhaustive VENDOR shall indemnify and hold harmless the example, this shall include the American with COUNTY from any and all claims, including Disabilities Act and all prohibitions against 16-7034 ATMS Software&Controller Update 11 discrimination on the basis of race, religion, sex 18. Termination creed, national origin, handicap, marital status, This Purchase Order may be terminated at any or veterans' status. Further, VENDOR time by the COUNTY upon 30 days prior written acknowledges and without exception or notice to the VENDOR. This Purchase Order stipulation shall be fully responsible for may be terminated immediately by the COUNTY complying with the provisions of the Immigration for breach by VENDOR of the terms and Reform and Control Act of 1986 as located at 8 conditions of this Purchase Order, provided that U.S.C. 1324, et seq. and regulations relating COUNTY has provided VENDOR with notice of thereto, as either may be amended. Failure by such breach and VENDOR has failed to cure the awarded firm(s) to comply with the laws within 10 days of receipt of such notice. referenced herein shall constitute a breach of the award agreement and the County shall have 19. General the discretion to unilaterally terminate said a) This Purchase Order shall be governed by agreement immediately. Any breach of this the laws of the State of Florida. The venue provision may be regarded by the COUNTY as for any action brought to specifically enforce a material and substantial breach of the contract any of the terms and conditions of this arising from this Purchase Order. Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, 14. Force Majeure Florida Neither the COUNTY nor VENDOR shall be b) Failure of the COUNTY to act immediately responsible for any delay or failure in in response to a breach of this Purchase performance resulting from any cause beyond Order by VENDOR shall not constitute a their control, including, but without limitation to waiver of breach. Waiver of the COUNTY war, strikes, civil disturbances and acts of by any default by VENDOR hereunder shall nature. When VENDOR has knowledge of any not be deemed a waiver of any subsequent actual or potential force majeure or other default by VENDOR. conditions which will delay or threatens to delay c) All notices under this Purchase Order shall timely performance of this Purchase Order, be sent to the respective addresses on the VENDOR shall immediately give notice thereof, face page by certified mail, return receipt including all relevant information with respects requested, by overnight courier service, or to what steps VENDOR is taking to complete by personal delivery and will be deemed delivery of the goods and/or services to the effective upon receipt. Postage, delivery COUNTY. and other charges shall be paid by the sender. A party may change its address for 15. Assignment notice by written notice complying with the VENDOR may not assign this Purchase Order, requirements of this section. nor any money due or to become due without d) The Vendor agrees to reimbursement of the prior written consent of the COUNTY. Any any travel expenses that may be associated assignment made without such consent shall be with this Purchase Order in accordance with deemed void. Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, 16. Taxes employees and authorized persons. Goods and services procured subject to this e) In the event of any conflict between or Purchase Order are exempt from Florida sales among the terms of any Contract and use tax on real property, transient rental Documents related to this Purchase Order, property rented, tangible personal purchased or the terms of the Contract Documents shall rented, or services purchased (Florida Statutes, take precedence over the terms of the Chapter 212), and from federal excise tax. Purchase Order. To the extent any terms and /or conditions of this Purchase Order 17. Annual Appropriations duplicate or overlap the Terms and The COUNTY'S performance and obligation to Conditions of the Contract Documents, the pay under this Purchase Order shall be provisions of the Terms and/or Conditions contingent upon an annual appropriation of that are most favorable to the County and/or funds. provide the greatest protection to the County shall govern. 16-7034 ATMS Software&Controller Update 12 Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests' provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 16-7034 ATMS Software&Controller Update 13 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 3. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 4. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts. To this end, vendors will be evaluated on their performance throughout the duration of this Agreement. 5. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. The County's project manager shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 6. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department 16-7034 ATMS Software&Controller Update 14 ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk cni collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional— payment by check, wire transfer or other cash equivalent. • Standard—payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 7. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 16-7034 ATMS Software&Controller Update 15 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 9. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 10. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual,firm, or corporation. 11. Termination Should the Contractor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 16-7034 ATMS Software&Controller Update 16 12. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 13. Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 14. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm 16-7034 ATMS Software&Controller Update 17 cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 15. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 16. Survivability The Contractor agrees that any Purchase Order that extends beyond the expiration date of Solicitation 16-7034 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 17. Protest Procedures Any prospective vendor/proposer who desire to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current Procurement Ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Procurement Services Division on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 18. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 19.Security and Background Checks The Contractor is required to comply with County Ordinance 2004-52, as amended. Background 16-7034 ATMS Software&Controller Update 18 checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below.All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPSCa colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 20. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 21. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 22. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnersf ip with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners 16-7034 ATMS Software&Controller Update 19 Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 16-7034 ATMS Software&Controller Update 20 Cofer County Administrative Services Department Procurement Sera cos Divistant Attachment 1: Vendor's Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to RFP 16-7034 ATMS Software and Controller Update for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable(too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 16-7034 ATMS Software&Controller Update 21 Cot.tier CoI4nty Administrative Services Der{,ment PrOCLirernent Services Dmsian Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and induded, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Gate 16-7034 ATMS Software&Controller Update 22 Co-.tier County Administrative Services Department ='rocweanent 5crr ces Dms on Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: RFP 16-7034 ATMS Software and Controller Update does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the"sunshine") or through non-public(not in the"sunshine") conversation (s), meeting(s), document(s) and/or other means. 3. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm (employees, officers and/or agents)certifies, and hereby discloses,that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Signature and Date: Print Name: Title of Signatory: State of County of SUBSCRIBED AND SWORN to before me this day of , 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification Notary Public Commission Expiration 16-7034 ATMS Software&Controller Update 23 Cofer County Administrative Services Department ?rocurcment Services 3iwsion Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 16-7034 ATMS Software and Controller Update Dear Commissioners: The undersigned, as Contractor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Contractor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced Solicitation RFP 16-7034 ATMS Software and Controller Update. (Proposal Continued on Next Page) 16-7034 ATMS Software&Controller Update 24 PROPOSAL CONTINUED IN WITNESS WHEREOF,WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Legal Name: Address: City, State,Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number CCR# or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email 16-7034 ATMS Software&Controller Update 25 Cot.tier County Administrative Services Department ?ie curement Ser:'hes Uivsicn Attachment 5: Immigration Affidavit Certification Solicitation: RFP 16-7034 ATMS Software and Controller Update This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 16-7034 ATMS Software&Controller Update 26 Cotter County Administrative Services Department Procurenient 3F7riiees Division Attachment 6:Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 16-7034 ATMS Software&Controller Update 27 Coder County Administrative Services Department Procurement Services Division Attachment 7: Insurance and Bonding Requirements Insurance/ Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ❑Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as D Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ® Technology Errors& Omissions $1,000,000 Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders'surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. RLC 11/4/2016 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5)days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 16-7034 ATMS Software&Controller Update 29 Coffer County Administrative Services Department Procurement S rices Division Attachment 8: Reference Questionnaire Solicitation: RFP 16-7034 ATMS Software and Controller Update Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." (Please note, references from Collier County staff will not be accepted.) Project Description: Completion Date: Project Budget: Project Number of Days: Change Orders- Dollars Added : Change Orders- Days Added: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule(complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents,final invoice,final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future(customer satisfaction). TOTAL SCORE OF ALL ITEMS Please EMAIL or FAX this completed survey to:BrendaBrilhartg1colliergov.net or fax(239)252-6697 By January 12,2017. 16-7034 ATMS Software&Controller Update 30 EXHIBIT A COLLIER COUNTY TRAFFIC OPERATIONS TRAFFIC MANAGEMENT CENTER (TMC) #433174-1 —ADVANCED TRAFFIC MANAGEMENT SYSTEM AND CONTROLLERS PROJECT SCOPE PROJECT INFORMATION A. Introduction The purpose of this exhibit is to describe the scope of work and the responsibilities of vendors interested in providing Advanced Traffic Management System (ATMS) software and traffic signal controllers for Collier County Traffic Operations. Collier County has been awarded Federal funds for the implementation of this project. The project will be managed by Collier County Traffic Operations. As a result of the Federal funding, oversight of the project will be provided by the Florida Department of Transportation. B. Background The Traffic Management Center (TMC) is the command station that houses the Intelligent Transportation System (ITS) operations. It houses the staff that monitors traffic, disseminates traveler information, and provides on-going incident management services. It is the intent of the County to replace the current traffic management software and controllers with new traffic signal controllers and ATMS software in support of the County's planned expansion of its Intelligent Transportation System (ITS) to optimize traffic signal functions, coordination, as well as TMC operations. C. Existing Conditions Traffic Signal Controllers Collier County currently operates and maintains 210 traffic intersections in the county. The traffic controllers are manufactured by Siemens and are configured for NEMA TS2-1 and TS2-2 depending on location of the intersection and the traffic cabinet wiring configuration. Traffic Management Software Collier County currently uses Siemens ACTRA ATMS traffic control software to manage the signalized intersections. D. Traffic Signal Controllers The manufacturer or vendor shall provide 300 new NEMA TS2 Type 2 traffic controllers that meet or exceed industry NEMA and Advanced Transportation Controllers (ATC) Standards. All electronic components, workmanship, and functionality of the traffic signal controller shall conform to the applicable standards for TS-2 traffic signal controllers mandated by the NEMA current edition NEMA Standards Publication TS2-2003 v02.06 for Traffic Controller Assemblies with 16-7034 ATMS Software&Controller Update 31 National Transportation Communications for ITS Protocol (NTCIP) Requirements. The devices must be on the Florida Department of Transportation's Approved Product List (APL) prior to issuance of the Request for Proposal (RFP). The manufacturer or vendor shall be responsible to ensure that all devices can operate independently. The manufacturer/vendor shall provide the controllers and any equipment or cables required for installing the controllers into the Collier County traffic signal cabinets, and all required licenses. All controllers and equipment provided shall be fully updated and configured with the latest firmware version by the manufacturer/vendor before installation by the County. All equipment provided shall support version 4 and version 6 Internet Protocol (IP) network communication addressing, access control, and security features. The controller shall also support Simple Network Management Protocol (SNMP) monitoring. The controller shall have the capability to display detailed status information on each main controller function including controller, coordinator, preemptor, time base, detectors, and malfunction management unit (MMU) status. A Microsoft Windows® based traffic signal controller emulation software package shall be supplied. The program shall allow the user to program a traffic signal controller on a Windows based computer, and shall be compatible with the latest version of the Windows operating system. Control and Coordination Features Control The controller shal be able to support these minimum standards: 1. A Power On Self-Test (POST) feature with continuous automatic diagnostics to verify the essential elements of the controller operation. 2. An alert feature when downloads fail, do not complete, or if errors are detected. 3. Shall support Flashing Yellow Arrow Operations. 4. Features for advance walk, pedestrian clear protect, exclusive pedestrian operations, bike minimum green, pedestrian clear times and second walk, and an extendable walk and pedestrian clearance feature. 5. Features for supporting adaptive red clearance. 6. Features which support the ability to turn pedestrian calls off during the exit from uniform code flash. 7. A feature to support Measures of Effectiveness (MOE) tools by providing data on volume, speed, and green utilization of phases. Coordination Features The controller shal be able to support these minimum standards: 1. Shall support fixed or floating force-off conditions. 16-7034 ATMS Software&Controller Update 32 2. Shall support automatic permissive periods. 3. Shall coordinate with crossing arterials and capable of a minimum of 32 coordination patterns. Controller Preemption Features The controller shal be able to support the following preemption features: 1. Transit Signal Priority/Preemption and Emergency Vehicle Priority/ Preemption o Emergency Priority/Preemption shall override Transit Signal Priority/ Preemption 2. A feature to allow Time of Day programs for preemption including for four (4) section flashing yellow left signal heads. It should allow for different preemption modes for protected and protected permissive coordination. 3. A minimum of six (6) high priority and six (6) low priority preemption sequences. The activation of a low priority preemption will not cause the controller to go out of coordinated operations. 4. A feature to support different preemption modes for protected coordination and protected permissive coordination. 5. A feature to support multiple exit preemption options. 6. A feature to support the custom naming of preemptions. 7. Railroad gate down input and timing features. Time-Based Features The controller at a minimum shall be able to support the following time based features: 1. Shall support a minimum of 100 event plans. 2. The ability to support a minimum of 100 fixed or floating exception days. 3. The ability to support a minimum of 100 scheduled programs, configurable for any combination of month(s), day(s), week(s). Each program name shall be customizable. 4. The controller shal contain a feature to schedule lead-lag phasing. Detector Features The controller shal be able to support the following minimum detector features: 1. A minimum of 64 vehicle detectors assignable to multiple phases by user. 2. A minimum of 24 system detectors. 3. Have the ability to map all detectors to lane assignments. 16-7034 ATMS Software&Controller Update 33 4. Capable of assigning custom labels to any detector. 5. Have the ability to distinguish between a vehicle detector and pedestrian detector fail. 6. Contain a minimum of four (4) or more detector diagnostic plans. 7. Contain a minimum of four(4) or more pedestrian detector plans. 8. The ability to utilize a variety of unique detector types • Logging Features The controller shag be able to support the following minimum logging features: 1. Provide logging of controller, bus interface unit (BIU), MMU and detector failures with descriptive error messages. 2. County staff shall have the ability to view the logging data on the front panel of the controller and retrieve logging data via RS-232 serial port, Ethernet port or USB flash drive. 3. Ability to log, view and retrieve traffic volume/occupancy for a minimum of 24 system detectors. Additional Features 1. Status screens shall have the feature to customize the information displayed. 2. It is desirable for the controller to support digital short range communications (DSRC) protocols, providing Vehicle-to-Infrastructure (V21) interfacing with DRSC and connected vehicle road side equipment. E. ATMS Central Control Software Features The ATMS central control software is an integral part of the Traffic Management Center. The manufacturer or vendor shall provide a new ATMS central control software package, licensing, and supporting ATMS central control software servers. The ATMS software will replace the current Siemens Actra ATMS traffic control software to command and control the signalized intersections within Collier County. The ATMS central control software shall be capable of supporting all deployed controllers regardless of firmware versions. The ATMS program needs to be compatible with the County's Traffic Count Data System managed by Midwest Software Solutions (MS2). The count system software requires user defined count stations and an exportable SQL database or compatible real time count reports. The ATMS central control software provided is expected to be hosted on a Microsoft Windows Server® operating system with Microsoft Windows SQL Server® to support the database operations. Individual client logins shall be authenticated using Microsoft Windows0 Active Directory. The ATMS central control software shall have a "Bring Your Own Device (BYOD)" mobile device access feature. 16-7034 ATMS Software&Controller Update 34 All costs of software licensing, server, clients, and imagery services shall be included as part of the price for the ATMS central control software. The ATMS central control software provided is expected to contain features required for usability and effectiveness in managing the traffic control system (TCS) and ITS used in Collier County. ATMS Central Control Software Main Interface The ATMS central control software main interface shall be a graphical user interface and shall consist of a main map. The main menu should be easily accessible from the main interface window and consist of top level functions such as database editing, signal controls, logging, and alarms. ATMS Central Control Software main interface shall contain notifications of active alarms or alerts. The systems, sections, groups, and intersections within the database shall be visible, searchable, and clickable through a tree view menu from the main interface window and on the main interface map. An intersection shall be searchable by intersection name or by intersection number. Clicking the item once in the tree view shall locate and highlight the intersection on the main interface map and vice versa. Double clicking the intersection in the tree view or main map view shall allow the operator to quickly access a detailed intersection status, and to control, configure, or change intersection settings through a contextual menu. The individual users shall be able re-arrange their prospected tree view of intersections and/or have the ability to customize the location of their most commonly accessed intersections or "favorites" quickly without having to scroll through the entire tree view list of intersections. The customization shall be based at the individual client level and saved between the client sessions. ITS equipment and other ITS elements shall be listed within the tree view and system map to allow for interfacing with the ITS element from the ATMS central control software. Alerts Critical alarms or alerts should be prominently displayed on the ATMS central control software main interface and on all running workstations based on user profiles. The operator should be able to acknowledge, dismiss, prioritize, and filter alerts in the alert list. The system operator should be able to define alerts and alarms as low, moderate, high, and critical, as well as with highlighted colors. Operator alerts should be instantly searchable, filterable with either pre-defined values or a user-defined input string. Audible alerts shall have the ability to be system operator defined. System shall have the ability to send alerts/notifications to assigned email addresses. Logging and Reports Log reports shall be searchable using "key-words"to determine intermittent and recurring issues and generating a report showing the frequency of the issues. Changes made to any part of the ATMS database shall be logged and identifiable by the client operator that made them. 16-7034 ATMS Software&Controller Update 35 Logging data shall also be accessible via the ATMS application from the TMC. The ATMS central control software shall be able to produce client customizable reports. At a minimum, the following reports should be available: • Device Configuration Reports • Scheduled Reports • Signal Changes Reports • Detector Event Reports • Split Monitoring Reports • System Event Reports • Upload and compare Reports using a Critical Record Check (CRC) to verify the data is correctly uploaded Detector Volume of Service (VOS) Data Reports should be available including but not limited to the following: • 15 minutes • 30 minutes • Hourly • Daily • Multi-date hourly • Multi-date Daily The ATMS central control software shall have the ability to provide, display, log, and report a Measure of Effectiveness (MOE). The operator shall have the ability to define the location of saved or exported system logs files and reports. The operator shall have the ability to schedule or automate the export of logging and system reports (e.g. Count Data) to multiple file formats including but not limited to Microsoft Excel®, csv, pdf formats. Controller Interfacing The ATMS central control software shall have the ability to fully interface with the traffic signal controllers running local control software. The ATMS central control software shall fully support all mandatory and optional objects for generic NTCIP 1201/1202 compliant traffic signal controllers. Features shall include efficient uploading and downloading of the controller database information and the complete set of NTCIP parameters. When communicating with controller software, the database editor menus and options shall be self- describing. The local traffic signal controller database editor menu structure and parameter/option names shall be configured similar to the corresponding controller software's front panel. The ATMS central control software should be able to manipulate High Definition Data from the traffic signals controllers. The ATMS central control software shall support "live editing" of database. The system database editor current table view should update continuously with a max refresh rate of less than 2 seconds with currently active data running in field. 16-7034 ATMS Software&Controller Update 36 The ATMS central control software shall be able to schedule split time phasing for both coordinated and free operations. The ATMS central control software shall have ability to name special program days and weeks for intersections. (e.g. Sports event schedules, spring break, holidays, etc.) The ATMS central control software shall be capable of saving a full database and editing offline, uploading, or downloading the database to/from the field device. Uploaded or downloaded database integrity shall be verified by the ATMS central control software using a Critical Record Check(CRC). The ATMS central control software shall be capable of copying and pasting programming data from one intersection to another. The ATMS central control software shall be capable of automatically uploading and comparing local controller databases to the ATMS database at user configured times. Main System Map The ATMS central control software shall contain a main system map. The software shall support a variety of maps such as GIS based maps, Google based maps, Open Streets maps and Bing maps. Other maps may be supported, however, a minimum of three map sources shall be supported. The client operator shall have the ability to select between having the background reflect maps view, aerial view, street view, or a panoramic view(if available). The main map shall be capable of updating imagery and information without requiring user interaction. The main map shall have the ability to real time display incident and traffic data from traffic data feeds to provide real time status of incidents and traffic conditions. The client operator shall have the ability to toggle the display of incident and traffic information on or off, and to select which types of traffic information is displayed. The main map shall display several levels of details based upon the zoom level of the map within each individual client window. Map zoom level shall be controlled by more than one user interactions i.e. mouse wheel scrolling, software interface slider bar, and magnifying glass selection. It shall be possible to select one or multiple intersections for display in a selected intersection view by clicking on one intersection, or "lassoing" multiple intersections. The user shall be capable of adding or removing single or multiple intersections to the dynamic group without having to reselect all intersections again. All intersections that are selected in this manner shall be visible in the selected intersection view at the same time. As the client zooms in on a particular intersection of the map, additional information shall be shown. At a minimum this shall include individual phase status, current operational status, and current pattern, pedestrian and/or overlap indication status. Clients should be able to toggle or select through a contextual menu device status displays such as main street greens, communications status, color coded signal coordination status, signal coordination pattern number(active), preemption status, and time clock/time drift status. The main map shall alert in the status window and pictorially any intersection where Emergency 16-7034 ATMS Software&Controller Update 37 Vehicle Priority\Preemption is activated. The client operator shall have the ability to toggle the feature on or off. Selected Intersection Functions, Status, and Views The client operator shall have the ability to configure and modified the intersection view within the ATMS central control software without the need for separate graphics editor software. The intersection view background shall be automatically populated with aerials after the intersection/device is located on the main map. Client operators shall also have the ability to add custom static graphics or backgrounds. Intersection view graphics shall be stored in the system SQL database on the system server. The ATMS central control software system shall allow a user to save an existing intersection configuration or view as a "template"for new intersections. The selected intersection view shall display detailed configuration and operational status for the selected intersections. Each item shall be a single icon with a dynamic display. (i.e. Single phase movement status icon displays the Green, Yellow, and Red indications of the configured phase. The view windows at a minimum shall have the ability to show: • Phase Movement(Left, Right, Through, Left/Right 45 degree angles) • Pedestrian Movement (Single object displays walk, flashing don't walk, and don't walk) • Overlap Movement (Left, Right, Through, Left/Right 45 degree angles) • Flashing Yellow Arrow(Flashing Yellow Arrow must flash) • Protected Permissive Left-Turn (displays green ball and green arrow) • Preempt status (displays preempt states) Intersection status windows shall have the ability to be enhanced with client defined data; i.e., controller status window shall be able to display phase numbers and with client labels for approaches such as NB, NBLT, WB, etc. Intersection status windows shall have the ability to display individual detectors on a channel (e.g. 3 detectors coming back to 1 phase). Intersection status windows shall be client customizable to filter information as defined by the client operator. The client operator shall have the ability to view the MMU status in the intersection view window. The client operator shall have the ability to access real time, programmed and historical time space views, and manual and group plan controls from the selected intersection window. The client operator shall have the ability to set a Pedestrian Button "No Activity" period for up to 14 days. The client operator shall have the ability to view and control video sources associated with an intersection from the selected intersection window. The client operator shall have the ability to access other device software associated with the intersection such as uninterruptible power supply (UPS), conflict monitor unit (CMU), MMU, video image detection systems (VIDS), network switches, wireless radios, and ITS equipment. Time of Day Schedules(TOD) 16-7034 ATMS Software&Controller Update 38 TOD schedules should be searchable and filterable. Duplicate or conflicting TOD entries shall be highlighted, flagged, or not allowed (input control). The ATMS central control software shall have the ability to group TOD schedules at a minimum, by time and event categories. The ATMS central control software shall have the ability to present TOD entries in a tabular format for simpler troubleshooting, modification and correction. TOD schedule edits shall be logged by the ATMS central control software system allowing client operators to review changes. The initial changes and revision history should be archived so that previous versions of TOD schedules can be rolled back. The ATMS central control software shall be capable of scheduling split monitoring reports by Time of Day for multiple pattern changes. Detection and Counts The ATMS central control software shall have the ability to map detectors for a minimum of 24 user-defined count stations and other count groupings with lane and direction assignment labels. The ATMS central control software shall have the ability to display count stations and intersection counts independent from each other. The ATMS central control software shall have the ability to export count data in standard formats. Any counter should be counted independently by the ATMS central control software to a minimum of 24 detectors. The ATMS central control software shall keep count station and counter log files and stored report data separate from the intersection configuration data and from detection logs, etc. The data log files should be capable of being automatically exported to a secondary database storage location. The data log files should be viewable with graphs. Intersection Inventory The ATMS central control software shall have the ability to store, search, filter, and sort inventory from the traffic controller such as type, make, model, serial numbers, firmware and software revisions, service history etc., in the database. ATMS Central Control Software Communications At a minimum, the ATMS central control software shall support any combination of the following communications methods: • Ethernet • Fiber Optic • Wireless Ethernet • Cellular ATMS Central Control Intelligent Transportation System (ITS) Capabilities At a minimum, the ATMS central control software shall support interfacing of the following ITS technologies: • Closed Circuit Television (CCTV) Cameras 16-7034 ATMS Software&Controller Update 39 • Microwave Detectors • Bluetooth Detectors • Dynamic Message Signs (DMS) • Video Image Detection (VID) F. Vendor Responsibilities All existing controller settings and signal timings shall be converted and/or transferred from the current ATMS and controllers by the manufacturer or vendor prior to installation of equipment by the County. The manufacturer or vendor shall submit a documented description of the intended process and procedure for transferring the current ATMS and controller data to the new equipment for County approval. The manufacturer or vendor shall submit a quality assurance plan and quality assurance checklist to the County for approval. The manufacturer or vendor shall verify that all software and equipment has been properly configured prior to installation by the County. The controller manufacturer or vendor shall provide and document 48 hours of bench controller operational testing, at an agreed location, prior to field installation by the County. The manufacturer or vendor shall be available 24 hours a day to provide product support and troubleshooting during the installation phase. The manufacturer or vendor shall consider a ninety (90) work day installation phase. The manufacturer or vendor shall supply and install redundant servers for the ATMS central control software that meet the requirements outlined in the Minimum Technical Requirements (MTR). The manufacturer or vendor will be required to configure the new ATMS Central Control Software and new traffic signal controllers. The manufacturer or vendor will be required to populate the provided ATMS central control software with all the initial intersection data, maps, graphics, and client information. G. Training In addition to the training requirements described in the MTRs, the manufacturer or vendor shall provide training and assistance to the County staff outlining the manufacturer's recommended procedures for installing the new controllers. The manufacturer or vendor shall provide onsite assistance to County staff during the installation phase, until both agree that the staff understands the manufacturers recommended installation procedures. A project training plan for training the TMC staff in the operation of all systems under this RFP shall be provided. H. Testing A systems engineering test plan shall be provided to ensure that all systems meet their manufacturers' requirements once fully integrated and operational and prior to acceptance by the 16-7034 ATMS Software&Controller Update 40 County. Prior to acceptance by the County all equipment and systems provided must be operational and functioning as required by the County and meet all criteria as set forth in this RFP and the MTRs. I. Contractor Responsibilities In addition to the above requirements: 1. The manufacturer or vendor shall ensure proper coordination with County staff and other ongoing, or planned projects that may be affected by this project. 2. The manufacturer or vendor shall ensure all operations are maintained to the maximum extent practicable during the installation phase of the ATMS Central Control Software. TMC operations shall be closely coordinated with the County's project manager. J. County Responsibilities 1. County's Information: a. Upon request, the County shall provide all known available information regarding the requirements for this project. 2. County's Representative: a, The County shall designate a representative who shall be fully acquainted with the project. The representative shall render decisions promptly and furnish information expeditiously. 3. County Access: a. The County shall provide access for the manufacturer or vendor to the necessary facilities during normal business hours or as approved by the County's project manager. 16-7034 ATMS Software&Controller Update 41 Colter County Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Administrative Services!Division FAX: (239)252-6697 Purchasing ADDENDUM #1 Memorandum Date: January 5, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: RFP 16-7034 ATMS Software and Controller Update The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: • The due date for this RFP has been extended until 3:00 PM January 19, 2017. • Revise the following Tabs and points as follows: Tab-11l IV: Cost of Services to the County(10 Points/3 Page Limit) Tab IV: Previous Performance on Similar Projects (4-5 20 Points/5 Page Limit) Tab VI: References(10 Points) Tab VII: Acceptance of Conditions Tab VIII: Required Form Submittals C: Pierre Beauvoir, Project Manager 1 Ccter County Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Administrative Services Division FAX: (239)252-6697 Purchasing ADDENDUM #2 Memorandum Date: January 12, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 RFP 16-7034 ATMS Software and Controller Update The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Tab II: ATMS Software Functionality And Compliance(35 points/20 Page limit) In this tab, include: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed time line for completion of the project. • Include • •- _- •- ' - • - • •• -•-- ••-• , a copy of a report as an example of work product. This should be for one of the projects listed as a reference. QUESTIONS/ANSWERS: • Q: The DBE participation goal for FYs 2015-2017 is 9.91%for FHWA assisted contracts. A: The County's intent is to attempt to achieve the goal or show that they used good faith efforts to meet. • Q: In Tab II —ATMS Software Functionality And Compliance— is the report requested a report from an agency regarding their usage of our ATMS software or a sample of a report/reports generated by the software? A: Please provide sample reports that the software generates. Note: Language deleted has been-struck through. New language has been underlined. C: Pierre Beauvoir, Project Manager 1 Collier- County Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Administrative Services f3ivis1041 FAX: (23 9)252-6697 Purchasing ADDENDUM #3 Memorandum Date: January 17, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum#3: RFP 16-7034 ATMS Software and Controller Update The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: • The due date for this RFP has been extended until 3:00 PM January 24, 2017. C: Pierre Beauvoir, Project Manager 1 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONTRACTOR, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONTRACTOR obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of"Class VI" or higher. ARTICLE TEN SERVICES BY CONTRACTOR'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONTRACTOR'S own staff, unless otherwise authorized in writing by the OWNER. The employment of,contract with, or use of the services of any other person or firm by CONTRACTOR,as independent Contractor or otherwise,shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2. The Contractors personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement.The Contractor shall assign as many people as necessary to complete the project on a timely basis,and each person assigned shall be available for an amount of time adequate to meet the required service dates or dates set forth in the Proiect Schedule.The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience.(2)that the County is notified in writing as far in advance as possible.The Contractor shall make commercially reasonable efforts to notify Collier County within seven(7)days of the change.The County retains final approval of proposed replacement personnel. 13 :,ye {gtrat: 16.7034 tIMO Sci;ae ad Controller r l;ucaie 10.3. CONTRACTOR is liable for all the acts or omissions of its subconsultants or subcontractors. By --- Deleted:Attached as schedule Fis a listing of `---- ---- — — -- - all key personnel CONTRACTOR intends to assign to the Project to perform the Services appropriate written agreement,the CONTRACTOR shall require each subconsultant or subcontractor,to required hereunder. Sudi personnel shall be committed to this Project in accordance with the percentages noted in Sedule F. the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONTRACTOR also hasidentified eadt subcontractor it intends to utilize on the Project CONTRACTOR by the terms of this Agreement, and to assume toward the CONTRACTOR all the in Schedule F. All personnel,subconsultants and subcontractors identified in Schedule F shall not be removed or replaced without obligations and responsibilities which the CONTRACTOR, by this Agreement, assumes toward the OWNER'S prior mitten consent.¶ 11 OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONTRACTOR shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4. CONTRACTOR acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONTRACTOR and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further,all such contracts shall provide that,at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONTRACTOR'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONTRACTOR as unsettled at the time of the final payment. Neither the acceptance of CONTRACTOR'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONTRACTOR. ARTICLE TWELVE TERMINATION OR SUSPENSION 14 >1ge 16.70S4 A MS..ctt:.ore u.id Cor t oer Update Client#: 1400041 131C ONTRTEC ACORD,,. CERTIFICATE OF LIABILITY INSURANCE DATE(MMfDD/YYVY)7,07/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: BB&T Insurance Services, Inc. PHONE 407 691-9600 FAX 888-635-4183 (AIC,No,Ext): _. (A1C,No): PO Box 4927 E-MAIL Orlando, FL 32802-4927 ADDRESS:___ INSURER(S)AFFORDING COVERAGE NAIL p 407 691-9600 INSURER A:Charter Oak Fire Insurance Co 25615 INSURED INSURER B:Travelers Property Casualty Co 25674 Control Technologies Inc INSURERC:Phoenix Insurance Company 25623 2776 S Financial Court Travelers IndemnityCo 25666 INSURER D: Sanford,FL 32773 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 17/18 Mstr BAI/BWOS REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF FPOLICY EXP W LTR TYPE OF INSURANCE INSR VD POLICY NUMBER (MM!OD/YYYY)IIIMMIDOIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X 6306E95108817 07/01/2017 07/01/2018 EACH OCCURRENCE $1,000,000 DAMAGE TOp RENTED CLAIMS-MADE [ XI OCCUR PREMISES IES occurrence) $1,000,000 MED EXP(Any one person) S 10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 52,000,000 POLICY PROT- LOC PRODUCTS-COMP/OP AGG 52,000,000 ii JEC OTHER: $ NED D AUTOMOBILE LIABILITY X i BA6E95108817 07/01/2017 07/01/2018 EaCOMBIaccidentSINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS j AUTOS (Per accident)_______,___, B X UMBRELLA LIAB X OCCUR CUP6E95108817 07/01/2017 07/01/2018 EACH OCCURRENCE 510,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S10,000,000 DED ! X RETENTION 510,000 _ $ WORKERS COMPENSATION 1 PER (OTH- C X HNUB7G48646417 01/01/2017 01/01/201 X (STATUTE !ER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y!N E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED' N NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes.describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT s500,000 i l DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE: "For any and all work performed on behalf of Collier County". Additional Insured status is granted with respect to General Liability if required by written contract per endorsement'Blanket Additional Insured(Contractors)Form#CGD246(08/05).Additional Insured status is granted with respect to Auto Liability if required by written contract per endorsement'Business Auto Extension Endorsement'Form #CAT353(06/09). Umbrella is Follow Form. CERTIFICATE HOLDER CANCELLATION Collier Count Board of CountySHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. Purchasing Department 3327 Tamiami Trail East AUTHORIZED REPRESENTATIVE Naples, FL 34112-4901 ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD #S18448322/M18429376 PSBE